Loading...
HomeMy WebLinkAboutAESCO, Inc. - 2021-12-21 �NiiNG 2000 Main Street, trs 4;-'-�•4'• e Huntington Beach,CA City of Huntington Beach 92648 APPROVED 7-0 FeouNTY c .r" File #: 26-054 MEETING DATE: 2/3/2026 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members • SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Patrick Bannon, Capital Projects Supervisor Subject: Approve and Authorize Execution of Amendment No. 2 to the On-Call Professional Services Agreement with AESCO, Inc., to Increase the Not-to-Exceed Amount by $300,000 and Extend the Contract Term by One Year Statement of Issue: The City has an on-call professional services agreement with AESCO, Inc., procured through a Request for Qualifications (RFQuaI), under which project-specific purchase orders are issued through Task Order Requests for Proposals (TORFP). AESCO, Inc. is currently providing engineering, materials testing, and environmentalconsultingservices for the McFadden Sewer Lift Station and Wet Well Project at Greer Park South, the Admiralty Bridge Rehabilitation Project over Queen Elizabeth Passage in Huntington Harbor, and other associated future project on-call professional services required pursuant to approved project-specific purchase orders. As these projects advance through environmental clearance, final design, and construction phases, additional professional services and extended contract duration are required. Staff is requesting approval of Amendment No. 2 to increase the not-to-exceed amount of the on-call agreement and extend the contract term by one year to December 20, 2027. All funds for the additional contract authority are already allocated within the approved project budgets. Financial Impact: This action does not require a budget amendment or additional fund allocation. Amendment No. 2 increases the not-to-exceed amount from the current $850,000 of the on-call professional services agreement with AESCO, Inc. by $300,000 to align contract authority with the level of work already authorized and anticipated through project-specific purchase orders. The increased contract authority will be fully funded from existing, previously approved budgets for the McFadden Sewer Lift Station and Admiralty Bridge Rehabilitation Project. These projects are City of Huntington Beach Page 1 of 2 Printed on 1/28/2026 powered by LegistarTM 246 File#: 26-054 MEETING DATE: 2/3/2026 supported by state and federal funding sources. This amendment does not increase total project budgets, does not require new appropriations, and does not use General Fund resources. Recommended Action: Approve and authorize the Mayor and City Clerk to execute Amendment No. 2 to the On-Call Professional Services Agreement between the City of Huntington Beach and AESCO, Inc., increasing the not-to-exceed amount to $1,150,000 and extending the contract term by one year. Alternative Action(s): Do not approve the amendment and direct staff to return with an alternative approach, which may delay project delivery. Analysis: The Cityhas secured federal fundingthrough the Caltrans Highway Bridge Program for the Admiralty 9 9 Y9 Bridge Rehabilitation Project and state funding for the McFadden Sewer Lift Station and Wet Well Project. All projects require ongoing engineering, environmental coordination, materials testing, and construction engineering support delivered through project-specific purchase orders issued under the City's on-call professional services agreement with AESCO, Inc. Amendment No. 2 will increase the not-to-exceed amount of the on-call professional services agreement with AESCO, Inc. by $300,000. The increased contract authority supports existing and anticipated project-specific purchase orders issued under the agreement and does not authorize expenditures in excess of the total project budgets previously approved by City Council. Funding is available within the previously approved project budgets for the McFadden Sewer Lift Station and Wet Well Project and the Admiralty Bridge Rehabilitation Project, which are supported by state and federal funding sources. No additional General Fund resources are required. Environmental Status: Pursuant to CEQA Guidelines Section 15378(b)(5), administrative activities of governments that will not result in direct or indirect physical changes in the environment do not constitute a project. Strategic Plan Goal: Non Applicable -Administrative Item Attachment(s): 1. RCA Contract Agreement Summary 2. Professional Services Agreement 3. Amendment No. 1 4. Amendment No. 2 5. PowerPoint Presentation City of Huntington Beach Page 2 of 2 Printed on 1/28/2026 powered by Leg istarTM 247 iUNTINGT' CITY OF HUNTINGTON BEACH �io -• ++;; fir`• •.,d)�\ RCA Contract Agreement Summary ''4-9 ,�' —...COUNTY 0'41/0 GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT '02/03/2026 ;Public Works INSURANCE STATUS STAFF CONTACT(S) ?Active [Patrick Bannon CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT Not To Exceed 300,000.000 ? ;Amendment for 1 additional year • VENDOR NAME+TYPE OF SERVICE AESCO, Inc. providing on-call professional engineering, material testing, environmental, and !construction support consulting services for McFadden Sewer Lift Station, Admiralty Bridge Rehabilitation Project and other associated project on-call professional services needs. TYPE OF AGREEMENT(Professional Services,Service Agreement) ;Amendment 2 will increase the no-to-exceed amount of the on-call professional services agreement Iwith AESCO, Inc. by $300,000, in addition to extending the term 1 additional year. PROCUREMENT Procurement through a Request for Qualifications (RFQual), under which project-specific purchase orders are issued through task orders requests for proposals (TORFP). Currently AESCO, Inc. is ',providing engineering, materials testing, and environmental consulting support services. SCOPE OF WORK Provide staff support for engineering, material testing, environmental, and construction support services for the McFadden Sewer Lift Station and Admiralty Bridge Rehabilitation Projects. Develop Plans, Specifications,,Testing, Estimate and Construction support for projects. OTHER:Bonds,Special Contract Terms,Emergency ;Professional Services Agreement extension of two years includes AESCO, INC. holding cost not-to-exceed'$300,000 to complete scope of,work. CITY OF HUNTINGTON BEACH 248 AMENDMENT NO. 2 TO PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND AESCO, INC. FOR ON CALL MATERIAL TESTING AND ENGINEERING SERVICES THIS AMENDMENT is made and entered into by and between the CITY OF HUNTINGTON BEACH, a California municipal corporation,hereinafter referred to as "City,"and AESCO, INC., hereinafter referred to as"Consultant." WHEREAS, City and Consultant are parties to that certain agreement, dated December 21, 2021, entitled"Professional Services Contract Between the City of Huntington Beach and AESCO,Inc., for On Call Material Testing and Engineering Services"which agreement shall hereinafter be referred to as the"Original Agreement"; and City and Consultant wish to amend the Original Agreement to increase the amount of compensation to be paid to Consultant, NOW,THEREFORE, it is agreed by City and Consultant as follows: I. ADDITIONAL COMPENSATION In consideration of the services to be performed under the Original Agreement, City agrees to pay Consultant at the rates specified in Exhibit B which is attached hereto and incorporated by reference into this Agreement. City further agrees to pay Consultant an additional sum not to exceed Three Hundred Thousand Dollars ($300,000.00). The additional sum shall be added to the original sum of Eight Hundred Fifty Thousand Dollars ($850,000.00), for a new contract amount not to exceed One Million One Hundred Fifty Thousand Dollars ($1,150,000.00). 25-17488/400650 1 2. TERM The term of the Agreement is extended for one additional year until December 20,2027. 3. REAFFIRMATION Except as specifically modified herein, all other terms and conditions for the Original Agreement shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on p.{A'j,„A, 3 ,2026. AESCO, INC. CITY OF HUNTINGTON BEACH,a municipal corporation of the State of California By: l A I c't i � print name ITS: (circle one)Chairm /Preside ice President Ma or' AND (44/A1G Za`7"Y City Clerk By: INITIATED AN APPRO7 print nam ITS: (circle one)Secrets 'e£Fynaneial t /e Officer/Asst.Secretary Treasurer,) Director of Public Works APPROVED AS TO FORM: f--e- {7\---- ,(iv City Attorney COUNTERPART 25-17488/400650 2 I 2. TERM The term of the Agreement is extended for one additional year until December 20, 2027. 3. REAFFIRMATION Except as specifically modified herein, all other terms and conditions for the Original Agreement shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on ceonAA 3 , 2026. AESCO, INC. CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California By: C, print name ITS: (circle one) Chairman/PresidentNice President Mayor it AND ./ ' // — City Clerk By: INITIATED .AN APPROVED. print name ITS: (circle one) Secretary/Chief Financial Officer/Asst. Secretary-Treasurer Director of Public Works APPROVED AS TO FORM: n � rw City Attorney COUNTERPART 25-17488/400650 2 • r----1 L.QRI1 CERTIFICATE OF LIABILITY INSURANCE 1/DAIE(M26D/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER or INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: lithe certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME LAURIE BRENNAN HAUCK PHONE (714) 965-4701 IFA" 7026296701 516 River HwySte D #261 E;AIL°E)p' (ac Nor ADDRESS.brenCO@aol.COm Mooresville, NC 28117 0C98533 INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Burlington Insurance Company INSURED Aesco, Inc. INSURERS: State National Ins Co 17782 Georgetown Lane INSURFRC• Houston Casualty Company Huntington Beach, Ca 92647 INSURER D:National Casualty Co (714)375-3830 INSURER E' Burlington Insurance Company INSURER F- COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED To THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS R15R ADUL-SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD YID POLICY NUMBER IMM/DD/YYYY1 0,1MIDD/YYYY1 LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $2,000,000. DAMAGE RENTED 1 CLAIMS-MADE Q OCCUR PREMSES�(Eaoccurrence) S 100,000. MED EXP(Anyone person) s 5000 A X Y 154BG03392-05 6/24/2o2s 6/24/2026 PERSONAL BADVINJURY 52/000,000. GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000. R POLICY 0 PRO. ElLOC PRODUCTS-COMP/OP AGG $2,000,0 0 0 JECT OTHER $ • AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $i,000,000 _ (Ea accident) X ANYAUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED SPP1813320-02 7/7/20257/7/2026 B ,_ AUTOS ,_ AUTOS X Y BODILY INJURY(Per accident) $ X HIRED AUTOS }[ NON-OWNED PROPERTY ,acccide DAMAGE S AUTOS X $ UMBRELLA LIAR OCCUR EACH OCCURRENCE s 2,000,000 EX202500003636 6/24/2025 6/24/2026 2,000,000 E X EXCESS DAB CLAIMS-MADE X Y AGGREGATE s DED u RETENTION$ $ O KERSCOMPENSATION X I PTATUTE I 10TH AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE WCC349857A 4/11/2025 4/11/202r, E.L. ACCIDENT $ 1,000,000 D OFFICER/MEMBER EXCLUDED? N/A Y 1,000,000 (Mandatory in NH) E.L DISEASE-EA EMPLOYEE S dyes,describe under 1,000,000 DESCRIPTION OF OPERATIONS belo,, E L.DISEASE-POUCY LIMIT $ C Professional Liab. HCC 2325317 7/9/20237/9/2024 $2,000,000. Claim/Aggre DESCRIPTION Or OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached II more space is required) Certificate holder is named as an additional insured. See att }flOVftrhri9TO FOR • BY:_ _ MICHAEL J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATION CITY Of- HUfv t IIJG row BEACI City of Huntington Beach Department of Public Works SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE P THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach, Ca 92648 AU D REPRESENTAT E I ©19 -2013 ACORD CORPORATION. All rights reserved. ACORD 25(2013/04) The ACORD name and logo are registered marks of ACORD DATE(MM/DD/YYYY) 4Cnr CERTIFICATE OF LIABILITY INSURANCE 2/17/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s1. PRODUCER NTA T NAME: LAURIE BRENNAN HAUCK PHONE Nn F (714) 965-4701 IFAA/X NO):7026296701 C 516 River Hwy Ste D #261 E-MAIL renco@aol.com Mooresville, NC 28117 ADDRESS. 1 ( 0C98533 INSURER(S) AFFORDING COVERAGE NAIC# • • INSURER A: National Casualty Co INSURED Aesco, Inc. INSURER B: Burlington Insurance Company 17782 Georgetown Lane INSURERC: State National Ins Co Huntington Beach, Ca 92647 INSURER D:Houston Casualty Company (714)375-3830 INSURERS- Burlington Insurance Company INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD • • INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUUL DUSK POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) IMM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $2,000,000. DAMAGE ICLAIMS-MADE r OCCUR PRFMISFSO ■-- (Ea occurrence) $ 100,000. MED EXP(Any one person) $ 5000 B Y 154BG03392-05 6/24/2025 6/24/2026 PERSONAL&ADV INJURY 2,000,000. GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000. RPOLICYC0T 0 LOC PRODUCTS-COMP/OPAGG $2,000,000. OTHER $ • AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000. (Ea accident) X ANYAUTO BODILY INJURY(Per person) $ W SPP1813320-02 7/7/20257/7/2026 ALL OWNED . 'SCHEDULED C - AUTOS _ AUTOS X Y BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) X $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 - EXCESS LIAB EX202500003636 6/24/2025 6/24/2026 , 2,000,000 E XCLAIMS-MADE X Y AGGREGATE $ DED u RETENTION$ $ WORKERS COMPENSATION X I STATUTE I I W- AND EMPLOYERS LIABILITY N 4/11/2025 4/11/2026 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE sit WCC349857A E.L.EACH ACCIDENT $ A OFFICER/MEMBER EXCLUDED? U N/A Y 1000 000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ / / If yes,describe under 1 000 000 DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $ / / C Professional Liab. HCC 25 26160 7/9/20257/9/2026 $2,000,000. Claim/Aggre • DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule.may be attached if more space is required) Certificate holder is named as an additional insured. See attached forms CERTIFICATE HOLDER CANCELLATION City of Huntington Beach Department of Public Works SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE P THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach, Ca 92648 AUTH•-IZED REPRESENTATIVE OP 1iff /*mid... ©1 -2013 ACORD CORPORATION.All rights reserved. ACORD 25(2013/04) The ACORD name and logo are registe -d marks of ACORD POLICY NUMBER: 154BG03392-05 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations The City of Huntington Beach. its Officers, Elected or Any location(s)of your covered operations. Appointed Officials, Employees, Agents&Volunteeis 2000 Main Street Huntington Beach , CA 92648 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or equipment 1. Your acts or omissions; or furnished in connection with such work, on the 2. The acts or omissions of those acting on your project (other than service, maintenance or behalf; repairs) to be performed by or on behalf of the in the performance of your ongoing operations for additional insured(s) at the location of the the additional insured(s) at the location(s) covered operations has been completed; or designated above. 2. That portion of "your work" out of which the However: injury or damage arises has been put to its intended use by any person or organization 1. The insurance afforded to such additional other than another contractor or subcontractor insured only applies to the extent permitted by engaged in performing operations for a principal law; and as a part of the same project. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III- Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the applicable required by a contract or agreement, the most we limits of insurance. willpayon behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or • • Page 2 of 2 ©Insurance Services Office, Inc.,2018 CG 20 10 12 19 POLICY NUMBER: 154BG03392-05 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations The City of Huntington Beach, its Officers, Elected or Any and all of your completed operations. Appointed Officials, Employees,Agents &Volunteers 2000 Main Street Huntington Beach , CA 92648 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III- Limits Of Insurance: with respect to liability for"bodily injury"or"property If coverage provided to the additional insured is damage"caused, in whole or in part, by"your work" required by a contract or agreement, the most we at the location designated and described in the will pay on behalf of the additional insured is the Schedule of this endorsement performed for that amount of insurance: additional insured and included in the "products- completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of insurance; 1. The insurance afforded to such additional insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER 154BG03392-05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - OTHER INSURANCE (PRIMARY AND NON-CONTRIBUTORY COVERAGE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Schedule of Additional Insured(s): Any person or organization named in an Additional Insured endorsement attached to this policy with whom you have agreed, in a written contract,that such person or organization should be provided primary and non- contributory coverage, but only when such written contract is fully executed prior to an"occurrence" in which coverage is sought under this policy. A. Paragraph C. of this endorsement replaces However,this endorsement: paragraph 4. Other Insurance of Section IV- 1. Applies only when you are required by contract, Commercial General Liability Conditions, but agreement or permit to provide primary and only with respect to the insurance afforded to the non-contributory coverage for the additional additional insured(s)scheduled above. insured, provided such written contract, B. Paragraph C. of this endorsement replaces agreement or permit is fully executed prior to an paragraph 4. Other Insurance of Section IV- "occurrence"in which coverage is sought under Products-Completed Operations Liability this policy,and Conditions, but only with respect to the insurance 2. Does not apply to any claim,loss or liability due afforded to the additional insured(s) scheduled to the sole negligence of the additional insured. above. C. Other Insurance All other terms and conditions of this Policy remain Notwithstanding other valid and collectible unchanged. insurance available to the insured for a loss we cover under the applicable Coverage Part to which this endorsement is modifying, this insurance is primary and non-contributory. IFG-G-0094 03 17 Includes copyrighted material of Page 1 of 1 ISO Properties, Inc.,with its permission. POLICY NUMBER: 154BG03392-05 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s)Or Organization(s): Any person or organization with whom you have agreed,In a written contract to waive the transfer of rights of recovery against others to us,provided such written waiver is fully executed prior to an'occurrence"in which coverage is sought under this policy. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against the person(s) or organizations) shown in the Schedule above because of payments we make under this Coverage Part.Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organizations) prior to loss. This endorsement applies only to the person(s) or organization(s)shown in the Schedule above. CG 24 04 12 19 ©Insurance Services Office,Inc.,2018 Page 1 of 1 POLICY NUMBER: 154BG03392-05 COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THiS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section iI — Who Is An Insured Is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This Insurance does not apply to: organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury", "property damage"or"personal added as an additional insured on your policy.Such and advertising Injury" arising out of the person or organization is an additional insured only rendering of, or the failure to render, any with respect to liability for"bodily injury", "property professional architectural, engineering or damage" or "personal and advertising injury" surveying services,including: caused,in whole or in part,by: a. The preparing, approving, or failing to 1. Your acts or omissions;or prepare or approve, maps, shop drawings, onyour opinions, reports, surveys, field orders, 2. The acts or omissions of those acting change orders or drawings and behalf; specifications;or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. However,the insurance afforded to such additional This exclusion applies even if the claims against insured: any insured allege negligence or other 1. Only applies to the extent permitted by law;and wrongdoing In the supervision, hiring, 2. Will not be broader than that which you are employment,training or monitoring of others by required by the contract or agreement to provide that Insured, if the occurrence which caused for such additional insured. the"bodily injury"or"property damage", or the offense which caused the "personal and A person's or organization's status as an additional advertising injury", involved the rendering of or insured under this endorsement ends when your the failure to render any professional operations for that additional insured are architectural,engineering or surveying services. completed. CG 20 33 12 19 0 Insurance Services Office,Inc.,2018 Page 1 of 2 2. "Bodily injury" or "property damage" occurring C. With respect to the insurance afforded to these after: additional insureds, the following is added to a. All work, including materials, parts or Section III—Limits Of insurance: equipment furnished in connection with such The most we will pay on behalf of the additional work, on the project (other than service, insured is the amount of insurance: maintenance or repairs)to be performed by 1. Required by the contract or agreement you have or on behalf of the additional insured(s) at entered into with the additional insured;or the location of the covered operations has been completed;or 2. Available under the applicable limits of b. That portion of"your work"out of which the insurance; injury or damage arises has been put to its whichever is less. intended use by any person or organization This endorsement shall not increase the applicable other than another contractor or limits of Insurance. subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 2 0 Insurance Services Office,inc.,2018 CG 20 3312 19 POLICY NUMBER: SPP1813320 01 COMMERCIAL AUTO CA990187 0715 This Endorsement Changes The Policy. Please Read It Carefully BUSINESS AUTO COVERAGE EXPANSION ENDORSEMENT This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM 1, With respect to coverage provided by this endorsement,the provisions of the COVERAGE FORM apply unless modified by the endorsement. A. Newly Acquired or Formed e. An"employee"of yours is an"insured" Organizations, Employee Hired Car while operating an"auto"hired or rented Liability and Blanket Additional Insured under a contract or agreement in that Status for Certain Entities. "employee's"name,with your dut ies while performing ues Item 1.Who is an Insured of Paragraph A. permission, Coverage under SECTION II—COVERED related to the conduct of your business. AUTOS LIABILITY COVERAGE is f. Any person or organization you are amended to add: required by written contract or d. Any organization you newly acquire or agreement to name as an additional form,other than a partnership,joint "insured", but only with respect to venture or limited liability company,and liability created in whole or in part by over which you maintain ownership of a such agreement. majority interest(greater than 50%),will B. Increase Of Loss Earnings Payment qualify as a Named Insured; however, Subpart(4)of a. Supplementary Payments (1) coverage under this provision is of Item 2.Coverage Extensions of afforded only until the 180t1 day Paragraph A. Coverage under SECTION II after you acquire or form the —COVERED AUTOS LIABILITY organization or the end of the policy COVERAGE is amended to read: period,whichever is earlier; (4) We will pay reasonable expenses (2) coverage does not apply to"bodily incurred by the"insured"at our injury", "property damage"or request, including actual loss of "covered pollution cost or expense" earnings up to$1,000 per day that results from an"accident"which because of time off from work. occurred before you acquired or C. Fellow Employee Injured By Covered formed the organization;and Auto You Own Or Hire (3) coverage does not apply if there is Item 5.Fellow Employee of Paragraph B. other similar insurance available to Exclusions under SECTION II—COVERED that organization, or if similar AUTOS LIABILITY COVERAGE is insurance would have been amended to add: available but for its termination or the exhaustion of its limits of This exclusion does not apply if the"bodily insurance. injury"results from the use of a covered This insurance does not apply if "auto"you own or hire. Such coverage as pp y is afforded by this provision is excess over coverage for the newly acquired or any other collectible insurance. formed organization is excluded either by the provisions of this coverage form or by endorsement. CA990187 0715 Includes Copyrighted Material of Insurance Services Offices, Inc. Page 1 of 5 Used with permission D. Limited Automatic Towing Coverage G. "Personal Effects"Coverage Item 2.Towing,of Paragraph A.Coverage, Item 4.Coverage Extensions of Paragraph under SECTION III—PHYSICAL DAMAGE A.Coverage, under SECTION III- COVERAGE is amended to read: PHYSICAL DAMAGE COVERAGE,is 2. Towin amended to add: g "Personal Effects" Coverage We will pay for towing and labor costs each time that a covered"auto"is We will pay actual cash value for"loss"to disabled. All labor must be performed at "personal effects"of the"insured"while in the place of disablement of the covered a covered "auto"subject to a maximum "auto". limit of$2,500 per"loss",for that covered "auto"caused by the same"accident". No a. The limit for towing and labor for deductible will apply to this coverage. each disablement is$500; H. "Downtime Loss" Coverage b. No deductible applies to this cover- age. Item 4.Coverage Extensions, of E. Item 3.Glass Breakage—Hitting A Bird Paragraph A. Coverage, under SECTION lII. PHYSICAL DAMAGE COVERAGE, is Or Animal—Falling Objects or Missiles of amended to add: Paragraph A.Coverage under SECTION III —PHYSICAL DAMAGE COVERAGE,is "Downtime Loss" Coverage amended to add: We will pay any resulting"downtime loss" Glass Repair Coverage expenses you sustain as a result of a covered physical damage"loss"to a We will waive the Comprehensive covered"auto"up to a maximum of$100 deductible for Glass,if one is indicated on per day,for a maximum of 30 days for the your covered"auto",for glass repairs. We same physical damage"loss", subject to will repair at no cost to you,any glass that the following conditions: can be repaired without replacement, a. We willprovide"downtime loss"beginning provided the"loss"arises from a covered pm g g Comprehensive"loss"to your"auto". on the 5 day after we have given you F. Increase Of Transportation Expense our agreement to pay for repairs to a Coverage covered"auto"and you have given the repair facility your authorization to make Subpart a.Transportation Expenses of repairs; Item 4.Coverage Extensions of Paragraph b. Coverage for"downtime loss"expenses A. Coverage under SECTION III— will end when any of the following occur: PHYSICAL DAMAGE COVERAGE is amended to read: (1) You have a spare or reserve"auto" available to you to continue your a. Transportation Expenses operations. We will pay up to$50 per day to a (2) You purchase a replacement"auto". maximum of$1,000 for temporary I transportation expense incurred by you (3) Repairs to your covered"auto"have • because of the total theft of a covered been completed by the repair facility "auto"of the private passenger type. and they determine the covered We will pay only for those covered "auto"is road-worthy, "autos"for which you carry either (4) You reach the 30 day maximum Comprehensive or Specified Causes of coverage. Loss Coverage or Theft Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration,when the covered"auto"is returned to use or we pay for its"loss". CA990187 0715 Includes Copyrighted Material of Insurance Services Offices,Inc. Page 2 of 5 Used with permission I. Item 4.Coverage Extensions,of d. Contraband or property in the course Paragraph A.Coverage,under SECTION of illegal transportation or trade. Ili.PHYSICAL DAMAGE COVERAGE, is e. "Loss"caused by theft, unless there is amended to add: evidence of forced entry into the We will pay any resulting rental covered"auto"and a report ort is policep reimbursement expenses incurred by you for filed. a rental of an"auto"because of"loss"to a K. Accidental Airbag Discharge Coverage covered"auto"up to a maximum of$100 per day,for a maximum of 30 days for the same Item 3.a.of Paragraph B.Exclusions under physical damage"loss",subject to the SECTION III—PHYSICAL DAMAGE following conditions: COVERAGE is amended to read: a. We will provide rental reimbursement a. Wear and tear,freezing, mechanical incurred during the policy period or electrical breakdown.The beginning 24 hours after the"loss"and exclusion relating to mechanical ending, regardless of the policy break-down does not apply to the expiration,with the number of days accidental discharge of an air bag. reasonably required to repair or replace L. Loan or Lease Gap Coverage the covered"auto". If the"loss"is Paragraph C. Limit Of Insurance under caused by theft, this number of days is SECTION III—PHYSICAL DAMAGE the number of days it takes to locate the COVERAGE is amended to add: covered"auto"and return it to you or the number of days it takes for the claim to If a covered "auto"is owned or leased and be settled,whichever comes first. if we provide Physical Damage Coverage on it,we will pay, in the event of a covered b. Our payment is limited to necessary and total"loss",any unpaid amount due on the actual expenses incurred. lease or loan for a covered"auto", less: c. This coverage does not apply while a. The amount paid under the Physical there are spare or reserve`autos" Damage Coverage Section of the available to you for your operations. policy;and d. If a"loss"results from the total theft of a covered"auto"of the private passenger b. Any: type,we will pay under this coverage (1) Overdue lease or loan only that amount of your rental payments including penalties, reimbursement expenses which is not interest or other charges already provided for under the Physical resulting from overdue Damage Coverage Extension. payments at the time of the J. "Personal Effects" Exclusion "loss"; (2) Financial penalties imposed Paragraph B.Exclusions under SECTION under a lease for excessive use, III—PHYSICAL DAMAGE COVERAGE, is abnormal wear and tear or high amended to add: mileage; "Personal Effects" Exclusion (3) Costs for extended warranties, We will not pay for"loss"to"personal Credit Life Insurance, Health, effects"of any of the following: Accident or Disability Insurance a. Accounts,bills,currency,deeds, purchased with the loan or evidence of debt,money, notes, lease; securities or commercial paper or (4) Security deposits not refunded other documents of value, by the lessor;and b. Bullion,gold,silver, platinum,or other (5) Carry-over balances from precious alloys or metals;furs or fur previous loans or leases garments;jewelry;watches; precious or semi-precious stones. c. Paintings,statuary and other works of art. CA990187 0715 Includes Copyrighted Material of Insurance Services Offices, Inc. Page 3 of 5 Used with permission M. Aggregate Deductible (3) An"executive officer"or director, if Paragraph D. Deductible under SECTION you are a corporation; III—PHYSICAL DAMAGE COVERAGE is (4) A manager or member, if you are a amended to add: limited liability company; Regardless of the number of covered (5) Your insurance manager; or "autos"involved in the same"loss",only (6) Your legal representative. one deductible will apply to that"loss". If the deductible amounts vary by"autos", P. Waiver Of Subrogation For Auto Liability then only the highest applicable deductible Losses Assumed Under Insured Contract will apply to that"loss". Item 5.Transfer Of Rights Of Recovery N. Diminishing Deductible Against Others To Us of Paragraph A. Paragraph D.Deductible under SECTION Loss Conditions under SECTION IV— III—PHYSICAL DAMAGE COVERAGE is BUSINESS AUTO CONDITIONS is amended to read: amended to add: Any deductible will be reduced by the 5. Transfer of Rights of Recovery Indica ed belowon Against Others To Us percentage t the first "loss"reported during the corresponding If any person or organization to or for policy period: whom we make payments under this Coverage Form has rights to recover damages from another,those rights are Loss Free Policy Periods Deductible transferred to us. That person or With the Expansion Reduction on the organization must do everything Endorsement first"loss" necessary to secure our rights and must o% do nothing after an"accident"or loss" 2 25% to impair them. However, if the insured 0 has waived those rights to recover 3 50% through a written contract,we will waive 4 75% any right to recovery we may have 5 100% under this Coverage Form. If we pay a Physical Damage"loss"during Q. Insurance is Primary and the policy period under any BUSINESS Noncontributory AUTO COVERAGE FORM you have with Subpart a.of Item 5.Other Insurance of us,your deductible stated in the Paragraph B. General Conditions under Declarations page of each such SECTION IV—BUSINESS AUTO COVERAGE FORM will not be reduced on CONDITIONS is amended to read: any subsequent claims during the remainder a. This insurance is primary and of your policy period and your deductible reduction will revert back to 0%for each noncontributory,as respects any other such COVERAGE FORM if coverage is insurance, if required in a written renewed. contract with you. O. Knowledge of Loss and Notice To Us R. Other Insurance—Hired Auto Physical Damage Subsection a.of Item 2.Duties In the Event Subpart b.of Item 5..Other Insurance of of Accident,Claim,Suit or Loss of Paragraph A. Loss Conditions under Paragraph B.General Conditions under SECTION IV--BUSINESS AUTO SECTION IV—BUSINESS AUTO CONDITIONS is amended to add: CONDITIONS is amended to read: - • However, prompt notice of the"accident", b. For Hired Auto Physical Damage claim, "suit"or"loss"to us or our Coverage,the+following are deemed authorized representative only applies to be covered autos you own: after the"accident",claim,"suit"or"loss"is (1) Any covered "auto"you lease, known to: hire, rent or borrow; and • (1) You, if you are an individual; (2) A partner, if you are a partnership; CA990187 0715 Includes Copyrighted Material of Insurance Services Offices, Inc. Page 4 of 5 Used with permission (2) Any covered"auto"hired or rented by your "employee"under a contract in that individual "employee's"name,with your permission,while performing duties related to the conduct of your business. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered"auto". S. Unintentional Failure To Disclose Hazards Paragraph B.General Conditions under SECTION IV—BUSINESS AUTO CONDI- TIONS is amended to add: 9. Your failure to disclose all hazards existing as of the inception date of this policy shall not prejudice the coverage afforded by this policy, provided that such failure to disclose all hazards is not intentional. However,you must report such previously undisclosed hazards to us as soon as practicable after its discovery. T. Additional Definition SECTION V—DEFINITIONS is amended to add: "Personal effects"means personal property owned by the"insured". "Downtime loss"means actual loss of "business income"for the period of time that a covered"auto": 1. Is out of service for repair or replacement as a result of a covered physical damage"loss"and 2. Is in the custody of a repair facility if not a total"loss". "Business Income"means: 1. Net Income(Net Profit or Loss before income taxes)that would have been earned or incurred; and 2. Continuing normal operating expenses incurred, including payroll. In this endorsement, Headings and Titles are inserted solely for the convenience and ease of reference. They do not affect the coverage provided by this endorsement, nor do they constitute any part of the terms and conditions of this endorsement. All other policy wording not specifically changed, modified, or replaced by this endorsement wording remains in effect. CA990187 0715 Includes Copyrighted Material of Insurance Services Offices, Inc. Page 5 of 5 Used with permission POLICY#WCC349857A WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this'endorsement shall be 2 % of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSONS) OR ORGANIZATION(S) WITH WHOM YOU HAVE AGREED TO SUCH WAIVER, IN A VALID WRITTEN CONTRACT OR WRITTEN AGREEMENT THAT HAS BEEN EXECUTED PRIOR TO LOSS This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 04-11-25 Policy No.WCC349857A Endorsement No. Insured AESCO INC Premium $ INCL Insurance Company NATIONAL CASUALTY COMPANY Countersigned By 01998 by the Workers'Compensation insurance Rating Bureau of California. All rights reserved. From the WCIRB's California Workers'Compensation Insurance Forms Manual© 1999. Insured Copy , %w-IN6pJ` CITY OF • r, lA=r _ HUNTINGTON BEACH •'P'io'l' Lisa Lane Barnes I City Clerk February 25, 2026 AESCO, Inc. Attn: Kay Alabed 17782 Georgetown Lane Huntington Beach, CA 92647 Dear Ms.Alabed: Attached for your records is an executed copy of Amendment No. 2 to Professional Services Contract between the City of Huntington Beach and AESCO, Inc. for On Call Material Testing and Engineering Services, approved by the Huntington Beach City Council on February 3, 2026. Sincerely, Lisa Lane Barnes Elected City Clerk LLB:ds • Enclosure i Office: (714) 536—5227 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov 2000 Main Street, • ` Huntington:beach,CA r+' a� City of Huntington Beach 92648 APPROVED 7-0 r ` File#:.24-890 ;MEETING DATE: 2/4/2025 REQUEST FOR CITY COUNCIL.ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins,Acting City Manager VIA: •Chau Vu, Director of Public Works .PREPARED BY:. David E. Fait, Construction Manager Subject: Approve and authorize execution of Amendment No. 1 to the Professional Service Agreements with AESCO Inc. and.Dudek for On-Call Construction Management and Engineering Services Statement of Issue: The City utilizes on-call professional material inspection, construction management,and engineering service agreements.with AESCO, Inc.'and Dudek to support the.City's Capital Improvement.Program (CIP). To maintain existing pricing and services, staff is requesting to:extend these contracts by one year with an increase of contract amount for AESCO by$250,000 and Dudek by$300,000, This extension and contract increase Will allow for continuity and ensure projects remain within the existing budgeted amount. Financial Impact: The City contracts with AESCO and Dudek for construction and engineering services required for capital improvement.program (CIP) projects: Each approved CIP project has a budget containing sufficient funds for needed supplemental engineering,professional services. Public Works staff estimates that AESCO material testing services needed for the proposed contract duration will total $250,000 beyond the.current limit, bringing the total contract amount to $850,000. Construction management costs with Dudek is estimated to.total $300,000 beyond the current limit, bringing the total'contract amount to.$2,300,000. Recommended Action: A) Approve and authorize the.Mayor and City Clerk to execute"Amendment No. 1 to.Agreement between the City of Huntington Beach and AESCO for On-Call Material Inspections and Engineering Services", to extend the term by one yearand increase the contract amount by$250,000; and, .B) Approve and authorize the Mayor and City Clerk to execute "Amendment No..1 to Agreement City of Huntington Beach 'Page 1 of 2 Printed on 1/29/2025 ' 4 � �.�y� powered by LeglsiarTM ° %�� '� -J[J 97 384 File,#: 24-890 MEETING DATE: 2/4/2025 • between the City of Huntington Beach and Dudek for On-Call Construction Management and Engineering Services to extend the term by one year and increase the contract amount by$300,000 Alternative:Action(s): Do not approve; and direct staff accordingly. Analysis: The City currently utilizes:on-call consultants to assist in delivering Capital Improvement Projects (CIP). These services are .critical in managing .the. 'City's ambitious capital improvement projects, while ensuring efficient use of budget and maintaining,project timelines Dudek is providing construction :management :and, inspection for the federally funded Heil: Pump Station project and other specialty citywide inspections required to ensure ongoing street and A.D.A. compliance. Raising the contract amount by an additional $300,000 will allow Dudek to continue providing these vital services. AESCO is providing the materials inspection for the federally funded. Admiralty Bridge project: and design support services for the Bluff Top Slope repair. Raising the contract amount by an additional $250,000 will allow AESCO to continue providing these vital services. A new competitive REP will be issued for On-Call .Construction Management and Materials Testing within six months., The recommended contract adjustment_ aligns 'with the City's, -commitment to efficient :budget management, high quality project execution, and timely delivery of essential public infrastructure improvements. Environmental Status: This action is not subject to the California Environmental.Quality Act(CEQA).pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3).(the activity is not a project as defined in Section 15378)of the CEQA Guidelines,:California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. Strategic Plan Goal: Not Applicable-Administrative!tern " Attachment(s): 1. Amendment No. 1 Professional Services Contract(AESCOO 2. Professional Services Contract,between the City of Huntington Beach and AESCQ for On-Call Material Testing and Engineering Services 3. Amendment No..1 Professional Services Contract(Dudek) 4. Professional Services Contract between the City of Huntington.Beach and Dudek for On-Call Construction Management and Engineering Services 5. PowerPoint Presentation City of Huntington Beach Page 2 of 2 Printed on 1/29/2025 powered by LegisfarTM dC.C/ i 1" AAj 6i6 98 _ 5l 385 AMENDMENT NO. 1 TO PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND . AESCO,INC. FOR ON CALL MATERIAL TESTING AND ENGINEERING SERVICES THIS AMENDMENT is made and entered into by and between the CITY OF HUNTINGTON BEACH, a California municipal corporation,hereinafter referred to as "City," and AESCO,INC.,hereinafter referred to as"Consultant." WHEREAS,City and Consultant are parties to that certain agreement, dated December 21, 2021, entitled"Professional Services Contract Between the City of Huntington Beach and AESCO,Inc.,for On Call Material Testing and Engineering Services"which agreement shall hereinafter be referred to as the "Original Agreement"; and City and Consultant wish to amend.the Original Agreement to increase the amount of compensation to be paid to Consultant and to extend the term. NOW, THEREFORE, it is agreed by City and Consultant as follows: 1. ADDITIONAL COMPENSATION In consideration of the services to be performed under the Original • Agreement,City agrees to pay Consultant at the rates specified in Exhibit B which is attached hereto and incorporated by reference into this Agreement. City further agrees to pay Consultant an additional sum not to exceed Two Hundred Fifty Thousand Dollars ($250,000.00). The additional sum shall be added to the original sum of Six Hundred Thousand Dollars($600,000.00), for a new contract amount not to exceed Eight Hundred Fifty Thousand Dollars($850,000.00). . i . 24-15578/361666 1 ' 386 2. TERM The term of the Agreement is extended for one additional year until December 20,2025. 3. REAFFIRMATION Except as specifically modified herein, all other terms and conditions for the Original Agreement shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and:through their authorized officers on t--(Aro 14 4.2D2 AESCO,INC. CITY OF HUNTINGTON BEACH,a municipal corporation of the State.of California By: print name ITS: (circle one)Chairman/President/Vice President may r AND Mir" Ci Clerk 1 By: //3J. INITIATED DP 0 Ell: print name, ITS: (circle one):Secretary/Chief Financial. Officer/Asst.Secretary-Treasurer Direc of Pu lic Works. APPROVED AS ORIVI: ity ttorney COUNTERPART 24-15578/361666 2 387 2. TERM The term of the Agreement is extended for one additional year until December 20,2025. 3. REAFFIRMATION Except as specifically modified herein,all other teams and conditions for the OriginalAgreement shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on VeAsrU/i v,/,_ "Th , 24 2 2.5 AESCO,INC. CITY OF HUNTINGTON BEACH,a municipal corporation of the State of California By: Kay Alabed, President print name ITS: (circle one)Chairman/President/Vice President Mayor AND • City Clerk. By: Adam Chamaa, VP/Chief Finanacial INITIATED D'7PP. O ED: print name / " / / — ITS:(circle one)Secretary/Chief Financial /��/ ' Officer/Asst.Secretary-Treasurer r Direc of Public Works APPROVED AS TO FORM: al( City Attorney COUNTERPART 24-15578/361666 2 388 • POLICY NUMBER:•154BG03392-03 COMMERCIAL GENERAL LIABILITY. CG 20101219 • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED.PERSON OR • ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART • SCHEDULE Name Of Additional Insured Person(s) Or OrganIzation(s) Location(s)Of Covered Operations The City of Huntington Beach,its Officers, Elected or Appointed Officials,Employees,Agents&Volunteers 2000 Main Street • Huntington Beach,CA 92648 Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II - Who is An Insured is amended to B. With respect to the insurance afforded to these include as an additional Insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to"bodilyinjury"or ,� pp y damage" or "personal and advertising injury" property damage occurring after: caused, in whole or in part,by: 1. All work,including materials,parts or equipment 1. Your acts or omissions;or furnished in connection with such work, on the 2. The acts or omissions of those acting on your • project (other than service, maintenance or behalf; repairs)to be performed by or on behalf of the in the performance of your ongoing operations for additional insured(s) at the location of the the additional, insured(s) at the location(s) covered operations has been completed;or designated above. 2. That portion of "your work" out of which the However injury or damage arises has been put to its intended use by any person or organization 1. The insurance afforded to such additional other than another contractor or subcontractor insured only applies to the extent permitted by engaged,in performing operations for a principal law;and as a part of the same project. • 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured • will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2010 1219 ©Insurance Services Office,Inc.,2018 Page 1 of 2 • 389 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; • Section III- Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not Increase the applicable required by a contract or agreement, the most we limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or • • • • • • Page 2 of 2 ©Insurance Services Office,Inc.,2018 CO 20 10 12 19 • 390 • :. "Cid A►�( 7►IRrDATE(AIMIDDNYYY► ` CERTIFICATE OF LIABILITY INSURANCE 12/17/2024 THIS CERTIFICATE IS ISSUED AS••A MATTER•OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY :OR NEGATIVELY AMEND,• EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES ' BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE'ISSUING' INSURER(S), AUTHORIZE) REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. . ' 'IMPORTANT: If the certlftsete holder la an ADDITIONAL INSURED, the,policy(les) must be endorsed. If SUBROGATION 13 WAIVED, subject to .the terms and conditions of-the policy.,certain policies may require an'endorsement. A'statelnent on this Certificate'does not confer rights.to the. certificate holder In lieu of such endorsement(s). PRODUCER CONTACT NMIE• LAURIE BRENNAN HAUCK rri ME.F ,. (714)965-4701 (FAH 7026296701 •'516 :River HwySte D #261 EMAIL rnrG.Nal: ADDRESS; r@riaOt@a01.eo1;t1 Mooresville, NC 28111 ..... iusuneRfs).AFFOROING•.COVERAGE . . NAICE 0C98533 INsuRERA.Burlington Insurance Company INSURED: Aesco, Inc. .INSURERS:State National Ins Co . . 17782 Georgetown Lane : INSURFRCv Houston Casualty Company' , . . Huntington Beach., Ca '92647 'INSURER 0:Employers Preferred Ins. (.714)375-3830 -INSURERS:Burlington Insurance Company INSURER F: COVERAGES CERTIFICATE NUMBER: . REVISION NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS' ' CERTIFICATE.MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT To ALL THE:TERMS, EXCLUSIONS AND CONDITIONSOF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BYPAID CLAIMS. Tina- AS POLICY .TYPEOF INSURANCE O wim • .•POLICYNUMBER LMOIEXYI(M D/Y Y1 . . LIMITS . X -COMMERCIAL GEERALLIABILITY EACH OCCURRENCE s2'GOO,000� EE (IEU ICAIMSMA E 0 OCCUR PR►ISSEeoeeurrincet $ 100,000. MED EXP(Anyonnpnrsant S 5000 r .A .Y 154BG03392-04 6/24/2024 6/24/2025 PERSONALEAOVINJURY S2,000,000.. • GEN'L AGGREGATE UMITAPPLIES PER: • . GENERAL.AGGREGATE . $2/000,000.. • POLICY 0• .Wei E:1 LOG - - PRODUCTS=COMP/OP AGO $2•r OOO,000. OTH�,R: S • AUTOMOBILELGlBIUTY (.aecc$enlINGMEUMtT S1,000,000. X ANYAUTO' BODILY INJURY(Perpe +) $ 3PP1813320-01 7/7/20247/7/2025 ALLOWNED SCHEDULED BODILY INJURY(per accident) $ $ AUTOS. �� AUTOS SSNED X Y NO PROPERTY DAMAGE $ X HIRED AUTOS "x 'AUTOS Okeiraoddentl . . X $ UMBRELLA LIAR N OCCUR EX20240000363.6. EACH OCCURRENCE S 2,000.,000 .E X EXCESSLIAa CtAIMS•MME X 'x $/24/2024 6/24/3025 AGGREGATE $ 2,00O;000 DFn'I J RETENTIONS • . . S ' WORKERSCOMPENSATION 'X!MUTE I J ER . AND EMPLOYERS'LIABIUTY y�� 4/1l/2024 `4/1T/2025 1,0004000 ANY PROPRIETORtPARTNERIEXECUTIVE �1�7 EIG5225319-,01. E.L.EACH'ACCIDENT $ D' OFFIGERRdEMEER EXCLUDED? IL�11 NM , Y (Mandatory In NH) EL:DISEASE•EA EMPLOYEE $ 1 r O OO,000. ill ESCRIPT ON O OF talon Et.DISEASE-,POI ICYLIMIT S 1►000 i 000 • C 'Professional Iriab.••' • •HCC 24 25724 7/9/20247/9/2025 $2,000,000. Claim/Aggro DESCRIPTION OF OPERATIONS ILOCATIONSIVEHICLES(ACORO lot Add oSIRomarks.'SdrodWo.mayboaltaehed5 more spate farepIred) Certificate holder is named as an additional insured. .APPROVED AS TO FORM By: . .. . CDA MICHAEL E.GATES ' CITY'ATTORNEY . CITY Of 11UPNTh1K'TON.REACH4 CERTIFICATE, HOLDER 'CANCELLATION City of Huntington Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Department of Public Works THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Main Street ACCORDANCE WITHTHEPOLICYPROVISIONS. Huntington Beach, Ca 92648 � AUTH.4# •EPRE$ENTATIVE t ©1988- 'IS ACORD CORPORATION.All rights reserved.. ACORD25,(2013I04) The ACORD name and logo are registered marks of ACORO 391 • • POLICY NUMBER:154BG03392-03 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART • SCHEDULE Name.Of Additional Insured Person(s) Or.Organlzation(s) Location(s)Of Covered Operations . The City of Huntington Beach, its Officers,Elected or • Appointed Officials;Employees,Agents&Volunteers 2000 Main Street - Huntington Beach,CA 92648 • Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section it — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: • with respect to liability for"bodily injury","property This insurance does not apply to"bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused,in whole or In part,by: 1. Your acts or omissions;or 1. All work,Including materials,pails or equipment furnished in connection with such work,on the 2. The acts or omissions of those acting on your project (other than service, maintenance or • behalf; repairs)to be performed by or on behalf of the in the performance of your ongoing operations for additional Insured(s) at the location of the the additional insured(s) at the location(s) covered operations has been completed;or designated above. . 2. That portion of "your work" out of which the However: injury or damage arises has been put to its intended use by any person or organization 1. The insurance afforded to such additional other than another contractor or subcontractor insured only applies to the extent permitted by engaged in performing'operations for a principal law;and as a part of the same project. • • • 2. If coverage provided to the additional Insured Is required by a contract or agreement, the Insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2010 12.19 ©Insurance Services Office,Inc.,2018 Page 1 of 2 392 • • • C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the applicable required by a contract or agreement, the most we limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or • • • • • Page 2 of 2 ©InsuranceServices Office,Inc.,2018 CG 20 10 12 19 • 393 • POLICY NUMBER: 154BG03392-03 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR' CONTRACTORS - COMPLETED OPERATIONS • This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE • •Name Of Additional Insured Parson(s) • •Or Organizations) , Location And Description Of Completed Operations The City of Huntington Beach,its Officers,Elected or Any and all of your completed operations. Appointed Officials,Employees,Agents&Volunteers 2000 Main Street Huntington Beach,CA 92648 • I • • • Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded•to these include as an additional Insured the person(s) or additional Insureds, the following is added to • organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for"bodily injury"or"property If coverage provided to the additional insured is damage"caused,in whole or in part,by"your work" required by a contract or agreement, the most we at the location designated and described in the will pay on behalf of the additional insured Is the Schedule of this endorsement performed for that amount of insurance; additional insured and included in the "products- . completed operations hazard". 1. Required by the contract or agreement;or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted by whichever is less. law;and This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. • • CG 20 3712 19 / ©Insurance Services Office, Inc.,2018 Page 1 of 1 • 394 • POLICY NUMBER: 154BG03392-03 THIS:ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • AMENDMENT - OTHER INSURANCE (PRIMARY AND NON-CONTRIBUTORY COVERAGE) This endorsement modifies insurance provided under the following: • COMMERCIAL GENERAL LIABILITY COVERAGE PART • PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Schedule of Additional insured(s): • Any person or organization named in an Additional Insured endorsement attached to this policy with whom you have agreed,in a written contract,that such person or organization should be provided primary and non- contributory coverage,but only when such written contract is fully executed prior to an"occurrence"in which coverage is sought under this policy. • A. Paragraph C. of this endorsement replaces However,this endorsement paragraph 4. Other Insurance of. Section IV- 1. Applies only when you are required by contract, Commercial General Liability Conditions, but agreement or permit to provide primary and only with respect to the insurance afforded to the non-contributory coverage for the additional additional insured(s)scheduled above. insured, provided such written contract, B. Paragraph C. of .this endorsement replaces agreement or permit is fully executed prior to an paragraph 4. Other Insurance of Section IV- "occurrence"in which coverage is sought under Products-Completed Operations Liability this policy,and Conditions, but only with respect to the insurance 2. Does not apply to any claim,loss or liability due afforded to the additional insured(s) scheduled to the sole negligence of the additional insured. above. C. Other Insurance Notwithstanding• other valid and collectible All other terms and conditions of this Policy remain unchanged. insurance available to the insured for a loss we cover under the applicable Coverage Part to which this endorsement Is modifying, this Insurance is primary and non-contributory. • IFG-G-0094 0317 Includes copyrighted material of Page 1 of I ISO Properties,.Inc.,with Its permission. 395 POLICY NUMBER 154BG03392-04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OTHER INSURANCE (PRIMARY AND NON-CONTRIBUTORY COVERAGE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Schedule of Additional insured(s): Any person or organization named in an Additional Insured endorsement attached to this policy with whom you have agreed,in a written contract,that such person or organization should be provided primary and non- contributory coverage,but only when such written contract is fully executed prior to an'occurrence"in which coverage is sought under this policy. • A. Paragraph C. of this endorsement replaces However,this endorsement: • paragraph 4. Other Insurance of Section IV- 1. Applies only when you are required by contract, Commercial General Liability Conditions, but agreement or permit to provide primary and• only with respect to the Insurance afforded to the non-contributory coverage for the additional additional insured(s)scheduled above. insured, provided such written contract, I B. Paragraph C. of this endorsement replaces agreement or permit is fully executed prior to an paragraph 4. Other Insurance of Section IV- "occurrence"'in which coverage is sought under Products-Completed Operations Liability this policy,and Conditions, but only with respect to the insurance 2. Does not apply to any claim,loss or liability due afforded to the additional insured(s) scheduled to the sole negligence of the additional insured. above. C. Other Insurance Notwithstanding- other valid and collectible All other terms and conditions of this Policy remain unchanged. insurance available to the insured for a loss we cover under the applicable Coverage Part to which ' this endorsement Is modifying, this insurance is primary and non-contributory. • IFG-G-0094 03 17 Includes copyrighted material of • Page 1 of 1 ISO Properties,Inc.,with its permission. ' 396 • POLICY NUMBER:"154BG03392-04 COMMERCIAL GENERAL LIABILITY- • • CG 20 37 12 19 • • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART " • . PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART. ' • • SCHEDULE • .. Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any owner,lessee or contractor with whom you have Any and all of your completed operations. agreed,in a written contract,that such person or • organization should be added as an additional insured on your policy,provided such written contract is fully executed prior to an"occurrence"in which coverage is ' sought under this policy. • • Information required to complete this Schedule,if not shown above,will be shown in the Declarations. • A. Section Il — Who Is An Insured is amended to B. With respect to the insurance, afforded to these • include as an additional insured'the person(s) or • additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability.for"bodily injury"or"property 'If coverage provided to the additional insured is damage caused,in whole or in part,by"your work" required by a contract or agreement, the most we at the location designated and'described in the . will pay on behalf of the additional insured is the Schedule of this endorsement.performed for that• amount of insurance: additional insured and included in the products- ' completed operations.hazard". " . 1. Required by the contract or agreement;or • I However: 2. Available under the applicable limits of • 1. The insurance afforded to such additional insurance; • insured only applies to thb extent permitted by whichever is less. law;and , This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is limits of insurance. required by a contract or agreement, the insurance. afforded, to such additional insured will not be broader than that which you are . required by the contract or agreement to provide for such additional Insured. • • CG 20 3712 19 ©Insurance Services Office, Inc.,2018 • Page 1 of 1 • 397 • • • • • POLICY NUMBER: 154BG03392-04 • COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY . . AGAINST OTHERS TO US (WAIVER OF SUBROGATION) • • This endorsement modifies insurance provided under the following: • COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY-COVERAGE PART • POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES • POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES • PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS • SCHEDULE • Name Of Person(s)Or Organization(s): Any person or organization with whom you have agreed,in a written contract to waive the transfer of rights of recovery against others to us, provided such written waiver is fully executed prior to an"occurrence"in which coverage is soughtunder this policy. . Information required to complete this Schedule,if not shown above,wilt be shown in the.Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV Conditions: ' • We waive any right of recovery against the person(s) br organization(s) shown in the Schedule above because of payments we make under this Coverage Part.Such waiver by us applies only to the extent that the insured has waived its right of recovery against • such person(s) or organization(s) prior to loss. This endorsement app•lies only to •the person(s) or • organization(s)shown.in the Schedule above. • • • • • • • • CG 24 0412 18 ©Insurance Services Office, Inc.,2018 Page 1 of 1 398 • • POLICY NUMBER 154BG03392-04 • COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.. ADDITIONAL INSURED - OWNERS, LESSEES OR • CONTRACTORS - AUTOMATIC STATUS WHEN • REQUIRED.IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU • • • This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART • • A. Section II — Who Is An Insured Is amended to B. With respect to the insurance afforded to these Include as an additional insured any person or additional insureds, the following additional organization for whom you 'are ' performing exclusions apply: operations when you and such person. or This insurance does not apply to: • organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury", "property damage" or"personal added as an additional insured on your policy.Such and advertising injury" arising out of the • person or organization is an additional insured only rendering of, or the failure to render, any with respect to liability for"bodily injury","property professional, architectural, engineering or • damage" or "personal and advertising injury" surveying services,including: • caused,in whole or in part,by: • a. The preparing, approving, or failing to • 1. Your acts or omissions;or prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, . 2. The acts or omissions of those acting on your change orders or drawings and behalf; specifications;or in the performance.of your ongoing operations for b. Supervisory, inspection, architectural or -the additional insured. engineering activities. However,the,insurance afforded to such additional This exclusion applies even if the claims against Insured: • any •insured allege negligence or other 1. Only applies to the extent permitted by law;and wrongdoing in. the supervision, hiring, 2. Will not be' broader than that which you are employment,training or monitoring of others by required by the contract or agreement to provide that insured, if the "occurrence"which caused for such additional insured. the"bodily injury"or"property damage", or the offense which caused the "personal and • A person's or organization's status as an additional • . advertising injury", involved the rendering of or • insured under this endorsement ends when your the failure to ' render any professional • operations for that •additional insured are architectural,engineering or surveying services. completed. • CG 20 33 1219 ©Insurance Services Office, Inc.,2018 . Page 1 of 2 399 2. "Bodily injury" or"property damage" occurring C. With respect to the insurance afforded to these • after: additional insureds, the following is added to a. All work, including materials, parts or Section III—Limits Of insurance: equipment furnished in connection with such The most we will pay on behalf of the additional ' work, on the project (other than service, insured is the amount of insurance: maintenance or repairs)to be performed by 1. Required by the contract or agreement you have or on behalf of the additional insured(s) at entered into with the additional insured;or the location of the covered operations has • been completed;or 2. Available under the applicable limits of b. That portion of"your work"out of which the insurance; injury or damage arises has been put to its whichever is less. intended use by any person or organization This endorsement shall not increase the applicable other than another contractor or limits'of insurance. subcontractor engaged in performing operations for a principal as a part of the • same project. • • • • . • Page 2 of 2 .©Insurance Services Office, Inc.,2018 CG 20 33'1219 400 POLICY NUMBER: SPP1813320 01 COMMERCIAL AUTO CA990187 0715 This Endorsement Changes The Policy. Please Read It Carefully • • BUSINESS AUTO COVERAGE EXPANSION ENDORSEMENT This endorsement modifies insurance provided by the following: • • BUSINESS AUTO COVERAGE FORM • With respect to coverage provided by this endorsement,the provisions of the COVERAGE FORM apply unless modified by the endorsement. A. Newly Acquired or Formed e. An"employee"of yours is an"insured" Organizations,Employee Hired Car while operating.an"auto"hired or rented Liability and Blanket Additional Insured . under a contract or agreement in that Status for Certain Entitles. "employee's"name,with your Item 1.Who Is an Insured of Paragraph A. permission,while performing duties • Coverage under SECTION II—COVERED related to the conduct of your business. AUTOS LIABILITY COVERAGE is f. Any person or organization you are • • amended to add: required by written contract or d. Any organization you newly acquire or agreement to name as an additional• form,other than a partnership,joint "insured",but only with respect to venture or limited liability company,and . liability,created in whole or in part by • • over which you maintain ownership of a such agreement. majority interest.(greater than 50%),will B. Increase Of Loss Earnings Payment . qualify as a Named Insured; however, Subpart(4)•of a.Supplementary Payments (1) coverage under this provision is of Item 2.Coverage Extensions of afforded only until the 180'h day Paragraph A.Coverage under SECTION II after you acquire or form the COVERED AUTOS LIABILITY organization or:the end of the policy . • COVERAGE is amended to read: ' period,'whichever is earlier; (4) We will pay reasonable expenses (2) coverage does not apply to"bodily incurred by the"insured"at our injury","property damage"or- request,including actual loss of • - • "covered pollution cost or expense" earnings up to$1,000 per day that results from an"accident"which because of time off from work: occurred before you acquired or C. Fellow Employee.Injured By Covered formed the organization;and Auto You Own Or Hire (3) coverage does not apply if there.is Item 5.Fellow Employee of Paragraph B. other similar insurance available to Exclusions under SECTION II—COVERED that organization,or if similar AUTOS LIABILITY COVERAGE is insurance would have been amended to add: available but for its termination or ' the exhaustion of its limits of This exclusion does not apply if the"bodily • insurance. injury"results from.the•use.of a covered This apply if "auto"you own or hire. Such coverage as • This insurance does newlynot acquiredplyIf or Is afforded by this provision is excess over any other collectible insurance, formed organization is excluded either by the provisions of this coverage form . or by-endorsement. • • CA990187 0715. Includes Copyrighted Material of Insurance Services Offices,inc. Page 1 of 5 Used with permission • • 401 • D. Limited Automatic Towing Coverage G. "Personal Effects"Coverage Item 2.Towing,of Paragraph A.Coverage; Item 4.Coverage Extensions of Paragraph under SECTION III—PHYSICAL DAMAGE A.Coverage, under SECTION III- COVERAGE Is amended to read: PHYSICAL DAMAGE COVERAGE,is amended to add: . • 2. Towing We will pay for towing and labor costs "Personal Effects"Coverage each time that a covered"auto"is We will pay actual cash value for"loss"to • disabled. All labor must be performed at "personal effects"of the"insured"while in the place of disablement of the covered a covered"auto"subject to a maximum "auto" limit of$2,500 per"loss",for that covered "auto"caused by the same"accident".No a. The limit for towing and labor for deductible will apply to this coverage. each disablement is$500; H. "Downtime Loss"Coverage b. No deductible applies to this cover- age. Item 4.Coverage Extensions,of a—HittingA Bird Paragraph A.Coverage,under SECTION • E. item 3.Glass Breakage HI.PHYSICAL DAMAGE COVERAGE,is Or Animal—Falling Objects or Missiles of amended to add: Paragraph A.Coverage under SECTION lit —PHYSICAL DAMAGE COVERAGE,is "Downtime Loss"Coverage amended to add: We will pay any resulting"downtime loss" Glass Repair Coverage expenses you sustain as a result of a We will waive the Comprehensive covered physical damage"loss"to a P covered auto up to a maximum of$100 deductible for Glass,if one is indicated on per day,for a maximum of 30 days for the - your covered"auto",for glass repairs. We same physical damage"loss", subject to will repair at no cost to you, any glass that the following conditions: • can be repaired without replacement, a. We will provide"downtime loss"beginning provided the"loss"arises from a covered Comprehensive"loss"to your"auto". on the 5"'day after we have given you Expense our agreement to pay for repairs to a F. Increase Of Transportation p covered"auto"and you have given the Coverage repair facility your authorization to make Subpart a.Transportation Expenses of repairs; Item 4.Coverage Extensions of Paragraph b. Coverage for"downtime loss"expenses A.Coverage under SECTION III— will end when any of the following occur: PHYSICAL DAMAGE COVERAGE is amended to read: (1) You have a spare or reserve"auto" available to you to continue your a. Transportation Expenses operations. • We will pay up to$50 per day to a (2) You purchase a replacement"auto". maximum of$1,000 for temporary transportation expense Incurred by you (3) Repairs to your covered"auto"have because of the total theft of a covered been completed by the repair facility "auto"of the private passenger type. and they determine the covered We will pay only for those covered "auto"Is road-worthy. "autos"for which you carry either (4) You reach the 30 day maximum Comprehensive or Specified Causes of coverage. Loss Coverage or,Theft Coverage. We will pay for temporary transportation expenses incurred during the period • beginning 48 hours after the theft and ending,regardless of the policy's expiration,when the covered"auto"is returned to use or we pay for its"loss". • CA990187 0715 Includes Copyrighted Material of insurance Services Offices, Inc. Page 2 of 5 Used with permission _ ----- 402 • • • I. Item 4.Coverage Extensions,of d. Contraband or property in the course • Paragraph A.Coverage,under SECTION of illegal transportation or trade. • III.PHYSICAL DAMAGE COVERAGE,is e. "Loss"caused tiytheft, unless there is • amended to add: • evidence of forced entry into the . • • We will pay any resulting rental covered"auto"and a police report is reimbursement expenses Incurred by you for tiled. a rental of an"auto"because of loss"to a K. Accidental Airbag Discharge Coverage covered"auto"up to a maximum of$100 per • day,for a maximum of 30 days for the same Item 3.a.'of Paragraph B.•Exclusions under • • physical damage"loss",subject to the SECTION Ili—PHYSICAL DAMAGE following conditions: COVERAGE.is amended to read: a. We will provide rental reimbursement a. Wear and tear,freezing, mechanical incurred during the policy period or electrical breakdown.The beginning 24 hours after the"loss"and • exclusion relating to mechanical • ending,regardless of the policy break-down does not apply to the .expiration,with the number of days accidental discharge of an air bag. reasonably required to repair or replace L. Loan or Lease Gap Coverage the covered"auto". .Ifthe"loss"is • Paragraph C.Limit Of Insurance under - • caused by theft,this number of days is. •SECTION.III—PHYSICAL DAMAGE . • - the number of days it takes to locate the COVERAGE is amended to add: • covered"auto"and return it to you or the • number of days it takes for the claim to if a covered"auto"is owned or leased and be settled,whichever comes first. • if we provide Physical Damage Coverage' b,. Our payment is limited to necessary and on it,we will pay,.in the event'of a covered actual expenses o. total loss",any unpaid amount due on the lease or loan for a covered"auto", less: • c. This coverage does not apply while a. The amount paid under.the Physical there are spare or reserve°autos" • Damage Coverage Section of the • available to you for your operations, policy;and d. If a"loss"results from the total theft of a 6. Any: • • • • covered"auto"of the private passenger type,we will pay under this coverage • (1) Overdue`lease or loan only that amount of your rental payments including penalties, reimbursement expenses which Is not interest or other charges • already provided for under the Physical resulting from overdue Damage Coverage Extension. payments at the time of the - J. "Personal Effects" Exclusion "loss"; • B.Exclusions under SECTION • (2) Financial penalties imposed Paragraph under a lease for excessive use, • Ill=PHYSICAL DAMAGE COVERAGE,is abnormal wear and tear or high amended to add: mileage; • "Personal Effects" Exclusion (3) Costs for extended warranties,- We will not pay for"loss"to"personal Credit Life Insurance, Health, • effects"of any of the following: Accident or Disability Insurance a. Accounts;bills,currency,deeds, purchased'with the loan or evidence of debt,money, notes, lease; .securities or commercial paper or (4) Security deposits not refunded other documents of value, by the lessor;and • . b. Bullion,gold,silver,platinum,or other (5) Carry-over balances from • . precious alloys or metals;furs or fur previous loans or leases • garments;jewelry;watches;precious • or semi-precious stones. • • c. Paintings,statuary and other works of art. • • • CA99018'10715 • Includes Copyrighted Material of Insurance Services Offices,Inc. •Page 3 Of 5 Used with permission ' . • .. • • • 403 • M. Aggregate Deductible (3) An"executive officer"or director,if Paragraph D.Deductible under SECTION you are a corporation; ill—PHYSICAL DAMAGE COVERAGE is (4) A manager or member,if you are a amended to add: • - limited liability company; Regardless of the'number of covered .(5) Your insurance manager;or "• autos"involved in the same"loss",only (B) Your legal representative. • • - • . one deductible will apply to that"loss". If the deductible amounts vary by"autos", • P. Waiver Of Subrogation For Auto Liability • then only the-highest applicable deductible Losses Assumed Under insured Contract ' will apply to that"loss". ' item 5.Transfer Of Rights Of Recovery N. Diminishing Deductible Against Others To Us of Paragraph A. Paragraph D.Deductible under SECTION Loss Conditions under SECTION IV— BUSINESS AUTO CONDITIONS is III—PHYSICAL DAMAGE COVERAGE is amended to read: amended to add: 5. Transfer of Rights of Recovery . Any deductible will be reduced by the Against Others To Us. percentage indicated below on the first "loss"reported during the corresponding If any person or organization to or for . • . policy period: whom we make payments under this Coverage Form has rights to recover • • damages from another,those rights are - Loss Free Policy Periods Deductible transferred to us.That person or • - • With the Expansidn . Reduction•on the organization must do everything • . Endorsement first"loss" necessary to secure our rights and must • t '4% - do nothing after an"accident"or"loss" 2 25% to impair them. However,if the insured has waived those rights to recover • s • . sa°�° through a written'contract,we will waive • 4 75%° . • any right to recovery we may have. '5 100% under this Coverage Form. If we pay a Physical Damage"loss"during Q. Insurance is Primary and • . the policy period under any BUSINESS Noncontributory AUTO COVERAGE FORM you have with Subpart a.of Item'5.Other Insurance.of us,your deductible stated in the • Paragraph B.General Conditions under • • Declarations page of each such SECTION IV—BUSINESS AUTO COVERAGE FORM will.not be reduced on CONDITIONS is amended to read: any subsequent claims during the remainder a.. This insurance is primary and • . •- .. . of your.policy period and your deductiblenoncontributory,as respects any other reduction will revert back to 0%for each • insurance,if required in aa written such COVERAGE FORM if coverage Is contract with you. • renewed. •• . • O. Knowledge of Loss and Notice To Us R. Other Insurance-Hired Auto Physical Damage Subsection a.of Item 2.Duties In the Event' Subpart b.of item 5..Other Insurance of • of Accident,Claim, Suitor Loss of Paragraph B. General Conditions under Paragraph A.Loss Conditions under SECTION IV—BUSINESS AUTO ' SECTION IV--BUSINESS AUTO CONDITIONS is amended to read: CONDITIONS is amended to add: • However, prompt notice of the"accident", • b. For Hired Auto Physical Damage • claim, "suit"or"loss"to us or our Coverage,the following are deemed • authorized representative only applies to be covered autos you own: after the"accident",claim,"suit"or"loss"is (1) Any covered"auto"you lease, known to: hire,rent or borrow;and • . .: (1) You,if you are an individual; . • (2) A partner,if you are a partnership; . • • CA990187 0715 Includes Copyrighted Material of insurance Services Offices,Inc. Page 4 of 5 . • Used with permission ' 404 • (2) Any covered"auto"hired or rented - by your "employee"under a contract in that individual . "employee's"name,with your permission,while performing duties related to the conduct of •. - • your business, • However,any"auto"that is leased,hired, rented or borrowed with a driver is not a • • • covered"auto". • . S. Unintentional Failure To Disclose ' Hazards • ' Paragraph B.General Conditions under .. • • SECTION IV—BUSINESS AUTO CONDI- • TIONS Is amended to add:- ' 9. Your failure to disclose all hazards - ' • • existing as of the inception date of this . • policy shall not prejudice the coverage • - afforded by this policy,provided that such failure to disclose all hazards is not intentional. However,you must report ' such previously undisclosed hazards to . . • us as soon as practicable after its ' • discovery. . T. Additional Definition • SECTION V—DEFINITIONS is amended to • add:. I • "Personal effects"means personal • • property owned by the"insured". •- "Downtime loss"means actual loss of • • "business income"for the period of time that a covered"auto": • 1. Is out of service for repair or ' replacement as a result of a covered • ' • • physical damage"loss"and• • • - 2.•Is in the custody of a repair facility if • not a total"loss". "Business Income"means: 1•. Net Income(Net Profit or Loss • before Income taxes)that would . have been earned or incurred;and 2. •Continuing normal operating • expenses incurred,including payroll. ' In this endorsement, Headings and Titles are inserted solely for the convenience and • ease of reference. They do not affect the coverage provided by this endorsement, . nor do they constitute any part of the terms - . and conditions of this endorsement. All - other policy wording• not specifically changed, modified, or replaced by this. -endorsement wording remains in effect. • • CA990187 0715 Includes Copyrighted Material of insurance Services Offices,Inc. Page 5 of 5 Used with permission , 405 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule.(This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2%.of the California workers'compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description With respect to•all employees subject to the workers' compensation laws of the state of • California, any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. This policy is subject to a minimum charge of$250 for the Issuance of waivers of subrogation • This endorsement changes the policy to which It is attached and is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement Is issued subsequent to preparation of the policy.) , • This endorsement,effective 04/11/2024 at 12:01 AM standard time,forms a part of Policy No. EIG 5225319 01 Of the EMPLOYERS PREFERRED INS.CO. Carrier Code 00920 Issued to AESCO INC Endorsement No. Premium $12,459 �. Countersigned at on By: Authorized Representative WC 04 03 06 (Ed.4-84) ©1998 by the Workers'Compensation Insurance Rating Bureau of California.All rights reserved. 406 yop��P..¢.. Tp�— CITY OF • •l OQ ;�ttaros ' �' ; _; HUNTINGTON BEACH • —F��UNTV 0vii1 Lisa Lane Barnes I City Clerk • • • • January 7, 2025 • AESCO, Inc. Attn: Kay Alabed . • 17782 Georgetown Lane Huntington Beach, CA 92647 • • • Dear Ms.Alabed: • • Attached for your records is a fully executed copy of Amendment No. I to Professional . .. Services Contract between the City of Huntington Beach and AESCO, Inc., for On Call Construction Management and Engineering Services, approved by the Huntington • Beach City Council on February 4, 2025. • Sincerely, • • • X4-011,416A- Kfr Lisa Lane Barnes City Clerk .• • • RE:ds- . . . - . • Enclosure • • • • • • - Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648. I www.huntingtonbeachca.gov 407 . • . . . . . . • , • • ' . . ' . . . . . . .- . . • . • : - .•. . . .. • . . . . .• • . - . . • ' .• • ••• •-- ' • ._ AgirdOrlipp" •- - • Or .... - „ • . isi 1p r 0 f e s s 1 0 n a i . .•, ... .. .. ...,...h.,,,...,. , ,. , , , „ _ . ,::..: '0,12446,.-.•:----:',--1"--•'" 746." • • •- • i . , • - N, :.'.- . '..-" - .- 0•- '-‘?(osi --'494. ..' Service Agreement :.• ....a.„, _ .,...:t,_, „ ..,, ... . . .• 4 1 i' ' i'y .,, .0 ii i :16, •72''• ,41i', •-4`•••- --'.•••- -•••-.: —--.••. • •,••4.,...4.6,..,„.._,:, '4= •141, Amendments n__„,,..._. •• ......._ .:„r.6.r. .•1.,,- .01 ;•.. : , : •,..... ;':÷' •,.....-,t, 0; . . ...-F.4. ".4' Z.: ', ' -'''' '''—'7• • ...-.4:1..L.z.- . ,•••.-- •'.^77% ''''"?'" .0 aliiimmise : r.; AESCO Inc. and Dudek • ..: r.---.-:- ., . ,.. ..7 ,..- -7,. -,&-..,.„.•:. -.,-e, ,-- ..,.k. : ., r•.•.. ...... . . _ . .. ___,..._ • : . _..._ ,.• • ,..:-,:-, -:•-z--. .-- • - '-- .,02,7_,, , -: -,;:0) )*d-...: :, !i,t .: .$§ - :7. • ..-_,--,.....'.+ '''. -..eY:..'' ..:: •..- •'. 4181, February 47 2025 .4, - •••,.. " • ..L,.-- ...• . . .. . i' • - ite-' ,..,-7-.4,z."-4;: .f,..-*.-7, '%-_,,. , ...- - .- : , .. 1 ".•-% .'.',,P. • • .. .- -.• . -". 4,041''' . .-- i .. cs --•-. -- 404.-- -,.. 17.: , : ival....--• 40, , . ;„.,..- . ..:. . . - ..... . .....•-• , , .. . .. . :. • . r, .. . ' • - - . --. . Air' .... . . , • . . .• . ., . . .. . . . ,. . . 333 408 • • . • • BACKGROU N • AESCO Inc. provides on-call. materials inspections and engineering services for vital City infrastructure projects . . • Dudek provides construction management and inspection services • Current professional service agreement requires more funding and a 1 -yew-lime extension :,�0 •4p :. • a �,. ��n� ►::�'; ear . ;;. OF1 Jim , • • 334 409 SCHED ULE • As of December 21 , 2024: • Both AESCO and DUDEK's contracts require an amendment • Multiple projects active in construction • Heil Pump Station Replacement • Admiralty St. Bridge Maintenance • AESCO and DUDEK currently providing services ; ` aarep' : to project completion :; a: • .�.a, ,"tea.' 335 410 . . . • NEEDS/WHY/BENEFITS . • • Original contract funding committed to current projects • City staff estimates increase in funds and time necessary to successfully complete vital infrastructure projects. without delay • • AESCO: $250,000, with 1 yea.r contract extension • • DUDEK: $300,000, with 1 year contract extension � . • Amendment will �������'���°����'���support city staff,---reduce w:�� .� iO tii1 x .�; 5 ;a m�iYoiii ;'•�,.a. unnecessary delays and .ensure successful project completion • 338 411 . . ,. • • . . , ".•. ,t., •,..?..'• .,,•.t .4•-.:.•:-.,.;!..;' " - - .•). ..;..' . .4.. 1 . ...,TirV, Ati,-.4.1i-,,t-,1,':. • ' 4 . ., .. „ ,14%.0q '.;,,,s4e,i,'''Ff'rMll''.1,‘•%',44h,f'f..1 • ,t' t7:''...10.1'r.7"''..'. '' -,,t,'el'`,-',..', 1,,,,i,,,,q, ir,....1 ,• ... • ,•,, .- ,•...,,,•.,. „.i..11,•:,• .\1?-,:k-'...-vi.-si-.1 k"...s• .. , ,4,1 •-.0-. - . •, r •,t...,,,.,,..:•,.1I-•,.:—...3e,,i'yg,,,,...--.4.:,..,11,11',„,,,,f,V,1.14.tt4iii;,..„-J..),, QuesLions ? 4,....,..,,,.. ...„.„5,.....„„„,,,_,,,,x.„.„.,,,,,_,..,,,t...4q.,,,„,,,.,,,, ,,„.. , . . .. ,,, „.,,,,,, ,.1'3.,', 4,1,..,'"trt11.1.4.4,i'-r?.4:.,‘,,,,-,.5...4"1.4i4:S;•L',•••),,':,-;It,'1•ffh,:4-7.,' '' - .. ' • ,.• •,i,,Nop,„i0.5V.4.•;;VP4A4';',,1 r•ly,V-ef:',')41',4•••,'"4:.!ig'''',".,''"%,1,,0,••1 • • ''' '‘I.,'•••,_1•rtit'll...•tv,?A'''',.#4 ,,Clke,??0(Xtro,:it6,4,W!r-14:,&*E.1 ...Ige f.‘,r • ' L. •—. ,ii j;;:!.,..;iif.:.;«,'63.?.+t•-..1.1 :4114;24.,i'°3) N.wi`,,,;:t?"-'4',.''S.•47;VL3,14-tiP ' t illt4",11.-Fte';'P'T".ativ,-;•:11"fgo- , ::`\0.1“,...,r,04-", ..:t'.'-'..).,i t4h1V • • .' .4- hi.i k, if...,,. f.,,..e..44 3 A i s, .' h !::/'.••,,,,>,•,,?0,,e,.-..... ..,-41, ,....., 31,441,,,o,,,ellil.h.,,-----,, ,;r•1:,,-1,:, •,‘•,rmicb,y...),,:i14-,,,...i, ,.•;',..'...ri..1,: , ' ' ..lio,i1 i7,911),11111dIf I ti. ,..L..... --....;.- .,,,k.,,—../..i....-------:-,.:•-.....,,fi:-it)PP. . . '171;:?4..-24.-• '•--,-1"-•"'',,-....'2:-T. .-1,_,.._..t.,.-_,...--_,:•.--:•,;--••-: s*•..., .=••••••r••=tilf,i1; "'V.Acr-i IT i,.;-I , • 31, , , ,,'1, 1 - ..'q.',..,..-- -(31j 11111,/i1( I.'k Illiip'.: tql•Ilil:•111 21.-".-1-4•-...7a,,-.4' ..-1.•'.1.•41 ''''ki'' •1:)'''C.:h.P Ji=7:(41 r.'ill'11-!--.--1 ir 7 w'-"e'••- "'-)'-';F-:;-3:''T'1,- ' (cilkl,l'1 1 i 1 i LI 0,,..„7••••••!_1,-;,,i---'".1,t,,,...4 52; • 1.;:.L.4"1. '4.."`;$7,:yit.rr,,,..1..'1,,,,,c`, .s.tr,:‘'''N'-t*,':.3: -..-'.•!--"'-1.--"r'' -.7----1• if r.f..-.7-i-4,f'.•.•,/,-,A.,,,,,mie,„,,-....,,,,-. ( ,,,-,;.,,,...,;• :_?.....;:;-,.;41,,.;z---.7kitp..,f„: -•-, . ill 241,'---„-,...--,:,:, ' r• .,i ,;:m..,.,..,..roviit,,-...... 4.-._...,,t t...,.,.,...r.,,,,,-- ,,,(T.'..,-,....y ':"•,••,;,t".'4,‘••''..Ei'..!':'T1\f----!..-1.,; w'' rAt,:;;-7...-- .,,;':'' '\Ig-rk•:,1;': ?1,f,-,..'..) "iiiti;II t';'(;. ,s.",.*:;%-,'.-. - 1 i ...,. -......_47.-,..rt,,,:.- ---.,• , „., ... ,...., •:,. ,,,N.,--..-,:,,,-„,-.4.i.:.....,i;7,-;...A.„,-. 0,.....i .- ,.„.-:,!...,,- • '•'''',1-'1A1,-• .: ..'?: V. 1,1,V;.',.cr.4..i.i..,;S , •; i..`,,-1:2'.....,:,`,• i,It4..7,-:,-;t.•_.'",,l'-'4,ii k ,..;':'-',Itk;Arzt.V::i• , 1 1 ,". 0 1 '.11 , L".q ?.?./•' ' r :,..?.'‘:.11':"}i17-;-..- It.• i A• t ; 1.-,1 • ir:-Pb r.(„‘k._2-,-- ., • „, '-'1,--n,. ,- • ..',., • • • ' ,••-,,.,:f.(-1 ti'. ..- 54,.1141.. -V• e,, ' ....,...,' . '' ...,...:V4LAT.'"g,:fa- •' .4..0 • , ,,,,a..."'t , i,•,.' - . ,,,T,i'.14.'"'4_, '•-•-•*-1.":-.Z,... ,.4.4,'^"-•.-- - ,....4p..,;:ri•ei.:a 1.- '' '-•-'il,. - •'.` tisk'''..-'_.F ''-;',;.;--;:r/'--;::::—..7? '''r '''''''?''',L''...`••'''" '-' .,i NI"; kz„.-. , 4-•- 7,--„•-•,,r----t.---.. ..-4-,;,,„,, -,• ...A twi, r..,,,,!i; ., ..--;),.. ...-.1-7-••=.- ..,,,,- ),., .1.... .,,,' );••4 ...\ '1•-•,-,e'nr-11- 4'11-1. .1: 1.' 4fger _ ,,.•.!:‘,,,, .v• - ...,.,,,,,,,,.• . . • . . 337 • 412 ee_AS 2000 main Street, e•C'174;;;:N Huntington Beach,CA 92648 City of Huntington Beach A9PRenig-D 7-6) Assattiey ,r000m File#: 21-845 •MEETING DATE: 12./21/2021 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY 'Oliver Chi, City Manager PREPARED BY: Sean Crumby, Director of Public Works ,Subject: Approve and authorize execution of Professional Services Contracts for On-Call Materials Testing and Engineering Services with AESCO, Inc., GMU Geotechnical, Inc., Leighton Consulting, Inc, Ninyo & Moore Geotechnical & Environmental Sciences.Consultants,,and Twining, Inc. Statement of Issue: The Public Works Department requires professional materials testing, inspection, and engineering services on an on-call or as needed basis to support staff for construction of capital improvement projects. Financial Impact: The City's adopted FY 2021/22 Capital Improvement Program (CIP) Budget totals S39.3 million for approved projects citywide. Each approved CIP project has a budget containing sufficient funding for design, environmental, engineering, construction, project management and ether required costs The five (5) recommended materials testing. contracts, totaling $3.0 million, will be funded within each project's individual CIP budget, as needed. As such, no additional funding is required by this action. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute $600,000 "Professional Services Contract Between the City of Huntington Beach and AESCO, Inc., for On-Call Material Testing and Engineering Services:: and, )I( B) Approve and authorize the Mayor and City Clerk to execute S600,00b "ProfessiOnal ServideS Contract Between the City of Huntington Beach and GMU Geotechnical, Inc. for On-Call Material Testing and Engineering Services;"and, C) Approve and authorize the Mayor and City Clerk to execute.$600,000 "Professienal Services Contract Between the City of Huntington Beach and Leighton Consulting, Inc., for On-Call Material Testing and Engineering Services"; and, Cityof Huntngton Beach Page-1 of 3 Printed on 12J1512021 stx,- 413 File#: 21,445 MEETING,DATE: 12/21/2021 *"' :0) Approve and authorize the Mayor and City Clerk to execute $600,000'PrOfessional Services Contract Between the City of Huntington Beach and Ninyo & Moore for On-Call Material Testing and Engineering SerVices;". and, E) Approve and authorize the Mayor and City Clerk to execute $600,000"Professional Services Contract Between the City of Huntington Beach and Twining, Inc., for On-Call Material Testing and Engineering Services? )1-1-e----.042peti-171- &1.) Alternative,Action(S): DO not authorize the contracts and direct staff with an alternate action. Construction Of budgeted Capital Projects could be delayed untitheW contracts are.approved. Analysis: On July 12, 2021, the City advertised a Request for Proposal ("RFP") for On-Call Construction Material Testing Services: Proposals were requested and submitted in compliance with Ch.apto- of the HUntingtOn Beach Municipal Code, Twenty (20) propOsalt 'were :received for :Oil-Call Construction Material Testing Services:. In accordance with qualifications-based selected procurement per the'Federal "Brooks Act," State SB 419, and the City of Huntington Beach Municipal Code:Section 3.03 "Professional Services,"the Public Works.Department established a review board. Each firm stated their engineering:category of expertise With their proposal. Proposals were.then :evaluated and ranked by a review board established:by the Public Works Department. The top five ( ) firMs were selected in each:category to increase opportunity for competitive proposals for future projects from:qualified.on-call Consultants. The'five (5) contracts recommended in this-request for council action (RCA)are for support staff for the construction of a wide variety of non-State/Federally-funded capital improvement projeCtS. These :services have historically been utilized to supplement City staff to meet annual CIP goals, as an 'extension of staff, and/or to provide required expertise for unique projects; It IS anticipated that These ,services will be required based on past years. Each project is evaluated on a case by case basis to determine if these as-needed.contract services pre necessary. The city's Capital Improvement Program ;("CIP") in Fiscal Year 2021/22 totals $39.3 million in new projects Typical'design and construction support Cost from the 1,1P of consultants on project can vary between ten to twenty percent (10-20%) of total costs for a CIP project: Therefore, it is practical to conservatively assume minimum annual construction consultant costs would be around $3 million to the City for total CIP projects or approxitnately$9 million ever the next three (3)years. Professional coristruCtion materials testing and.engineering services are typically:required fot most ,CIP projects, including streets and transportation, water; sewer, stormwater, parks and beaches, and facility improvement projects. Therefore, these consultants:wereselected to Meet projected workload over the next three years with a'totalcontract:limit of$3 million The proposed contract amounts are:a-n$40-e)cpeeci amount for a three-year term, with no guarantee ofwork. Funding for any and all of these contract services is only through City Council authorization in the budget approval proce.ss. Environmental Status: City of Huntington Beach Page 2 of;3 Printed on 12/15/2021 p.syrz,,c434'Le; 414 File #: 21-845 MEETING DATE: 12/21/2021 Not applicable Strategic Plan Goal: Infrastructure & Parks Attachment(s): 1. Professional Services Contract between the City of Huntington Beach and AESCO, Inc., for On-Call Materials Testing and Engineering Services. 2. Professional Services Contract between the City of Huntington Beach and GMU Geotechnical, Inc., for On-Call Materials Testing and Engineering Services. 3. Professional Services Contract between the City of Huntington Beach and Leighton Consulting, Inc., for On-Call Materials Testing and Engineering Services. 4. Professional Services Contract between the City of Huntington Beach and Ninyo & Moore for On-Call Materials Testing and Engineering Services. 5. Professional Services Contract between the City of Huntington Beach and Twining, Inc., for On-Call Materials Testing and Engineering Services. 6. Professional Services Award Analysis City of Huntington Beach Page 3 of 3 Printed on 12/15/2021 Dowerec85 Legistaro 415 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND AESCO, INC. FOR ON CALL MATERIAL TESTING AND ENGINEERING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY,"and AESCO,INC.,hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide On-Cali Material Testing and Engineering Services;and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW,THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Kay Alabed., who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 21.10613/270338 1 of 11 5/19-204082 416 II 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on December 21 , 20 21 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than (3) three years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Six Hundred Thousand Dollars ($600,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 21-10613/270338 2 of I I 5/19-204082 417 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses,judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANTS (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence' or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANTs counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: 21-10613/270338 3 of 11 5/19-204082 418 "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of,pertain to, or relate to the negligence, recklessness,or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B.applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. . 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance 21-10613270338 4 of I I 5/19-204082 419 policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies, purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement;the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and 21-10613/270338 5 of 11 5/19-204082 420 C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing,notice of which shall be delivered to CONSULTANT as provided herein. In the 21-10613270338 6 of 11 5/19-204082 421 event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY,become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT'S agent(as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: 21-10613/270338 7 of 11 5/19.204082 422 TO CITY: TO CONSULTANT: City of Huntington Beach AESCO, Inc. ATTN: Joseph Dale ATTN: Kay Alabed 2000 Main Street 17782 Georgetown Lane Huntington Beach,CA 92648 Huntington Beach, CA 92647 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. if any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or 21-10613/270338 8 of 11 5/19-204082 423 neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 21-10613/270338 9 of 11 5/19.204082 424 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf,which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this 21-10613270338 10 of 11 5/19-204082 425 Agreement. This Agreement, anti tile attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements:whether Oral or in writing beween the parties respecting the subject matter hereof: 29. EFFECTWE DATE This Agreement shall be effective,on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by ) - and through their authorized officers. CONSULTANT, CITY OF . GTON BEACH, a . AESCO,INC. municipal corporation of the State of California By Kay Alabed,Preslcient print name "" dr ,fielA ITS:(dm on Chairman/PresidentNice President City Clerk Ill°22 '- IN .4:7 I • iD APP * Offr ,04105orep,„0, BY: ipPr,or!,000.0050_00,., Adam amaa,Chief Financial Officer Director of Public Wor .411, print name ITS:(cireVe one)Secretary/Chief Financial Otlicer/Asst Secretary-Treasurer , REViEWED City Manager APPROVED 17 : City AttorneY Itv 21-10813/270338 11 of I I 5f19-204082 426 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) CONSULTANT shall provide consulting services on an"as-needed" basis for projects to be determined during the term of the agreement. During the term of the agreement, CITY may elect to solicit proposals from CONSULTANT. CITY shall issue task order for each project based upon the scope of services, work schedule, and fee proposal submitted to CITY for its review and approval. 13. CONSULTANT'S DUTIES AND RESPONSIBILITIES: CONSULTANT'S duties and responsibilities shall be per CONSULTANT'S Statement of Qualification (Exhibit A), consistent with the City of Huntington Beach Request for Qualifications for On Call Materials Testing and Engineering Consulting Services. Upon award, and the contract period, the CONSULTANT can choose to assign different personnel to the project, CONSULTANT must submit the names and qualifications of these staff to CITY for approval before commencing work. C. CITY'S DUTIES AND RESPONSIBILITIES: 1. Furnish scope of work request for each project. 2. Furnish construction plans and specifications to the CONSULTANT D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by CITY. EXHIBIT A 427 Et .E X HIBIT A StairrArnt of Qualifications AESCO Proposal No.P6996 • August l 7,202 1 City of Huntington Beach Department of Public Works 2000 Main Street Huntington Beach,CA-9264$f Subject: StateM9fit Of Qualifications On-Call Materials Testing and Inspection Services City of Huntington Beach AESCO PrOpOsal P09.96 Dear irs/Madqtp: AESCO is pleased to present this Statement of :Qualifications to Provide the City of Huntington F3eaeh'On-Call Materials TeSting and Inspection Services: :AESCO learned. of this fVf'White visiting the City in regard to another project AESCO is known for providing personalized service and rapid deployment to the City of Huntington Beach for. the past 18 ,years. The projeet consists of proViding consulting serViee on an:"on-call" basis for op to1 years: AESCQ'is comprised of four divisions: Construction Materials Testing and Inspections, Construction Management,ckoteeliniCal Engineering and Environmental Engineering:. Founded :in :19.9 , AESCO, a small business enterprise, has provided Construction Materials Testing: and Inspection 'Services as well as GeOteelmical and Environmental. Engineering and Construction Management services on both small and large 'municipal capital improvement and commercial projects. in Los Angeles, San Pernardino, Riverside, and Orange Cot ties Over the past :18 years AESCO has. provided Construction' Management Services on various infrastructure and facilitie.s projects and has held a City of Huntington Beach Business License since 2003 Construction Material Testing/inspection ! Page 6.44tdeog Atiisesec Emijronmental and Geotechnical Engineering,Services www.AescoTech.com 9,0.. 7‘e Vto.4,4w. 7eft 428 F . . t. AZ s co Stn ter6rnt of Qualifications. AESCO Proposal No.P699.6 . . AESCO currently ha,s 35 employees. with-4'registered enttineers.and geologists and over 20 soil technicians, deputy inspectors, building inspectors,.lead inspectors and agency certified inspectors for Caltrans, County of Orange. etc. All .noterials. testing and .special inspections will be provided under the technical direction' of a full-time registered prniessional engineer With a minimum of thirty4ive years' e:cperknee in construction • materials testing and inspection. ,A.F.SCO will respond Within '24-hours upon request liv the City. Ad .testing will hi. perfotn4 in AESCO's caltrans, ARMI.„ CeCRL, City'of Los ,f'..6gele,s, Itncl.DSA apPmed laboratory and all. work will be in.compliance with applicable governing local, ,Siatc and Federal agenciesUnd jaws. AESCO has used cloud computing and Other forms of technology to streamline client communication, improve the documentation process and provide' technicians an.c:fficjent,way,to rceord,results.allowing,elients and team .members the ability to verify.and track the status of our field. shop and Jab-wOrk. This method.has improved project trackiii ..collaboratin.t,, on solutions and ensuring projeCts'.are inspected in accordance with contract dOcunients and intent of the design:professionals. Mr. Adam Chainaa,•PE, GE ill be the project manager and paint Of contact to provide the project deliverables to the City, lie can he reached at 71.4-375-3830 (o)ot 714-270-0090(c) and is located at our office at I 7782•Georgetown Lane, liuntington Beach. CA 92647. Ms. Kay Alabed has:authoritrtd contractually'bind the firm and represent the company during any negotiations. If you need,further assistance'regarding this matter, please give feel free to call either Myself • or Ms. Debra Perez. WeIook•forward to Itearinar from you: Very ly yours, • itg , • • ChamW De ra Perez'Di . gineeringivianager Project Manager Construction Mateciat Testingf Inspection V4i:tdiaq pearci4e4 Environmental and Geotechnical Enginering Services -www.AescoTech.cont 71404 71C 9%lated 429 a. AE StatitiliO01-Of Qualifications AMC°.ProP941,No.P6996 Statement.otQualifications. Tabie:ot Contents Section A Cover Letter Section B Vendor Application.Form .. . . .,.,.. .. . ... ...........„. Section C Nt-Qualification Form (Exhibit13)......,....... ...... . ....., Section D. Finii Qualifications Seevicle.Category . ...„..„,......„. ... ..... .............. Materials Testing:and Inspection Services Organization Chary . ...3. .. ..........„..... .. .7"7"7..'7"'..... ..... Staffing , Local Presence and Experience . ... ..... . .. .. . . . .... Understanding and MetilP4olPMi. • 12 • Appeudix:A Resumes Appendix Fi Certifications Appendix C :Additional References Appendix D .Related,Project Experience, Appendix E Letters Of Recorninendation: construction Material Testing/inspection l' g F.teeedemp. rimeezic 4 Environmental anel Geotechnical Engineering Services 160.y.w.Aisceteek.carn 91o,Ft 74e 9-T s a ge 430 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW ❑ CURRENT VENDOR Legal Contractual Name of Corporation: AESCO, Inc. • Contact Person for Agreement: Kay Alabed Corporate Mailing Address: 17782 Georgetown Lane City. State and Zip Code: Huntington Beach, CA 92647 E-Mail Address: kay.alabedflaescotech.com Phone: 714-375-3830 Fax: 714-375-3831 Contact Person for Proposals: Adam Chamaa Title: Project Manager E-Mail Address: adam.chamaa@aescotech.com Business Telephone: 714-375-3830 Business Fax: 714-375-3831 Is your business: (check one) • ❑ NON PROFIT CORPORATION FOR PROFIT CORPORATION Is your business: (check one) 0 CORPORATION ❑ mill-ED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION loft 431 Names &Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to siYe.n contracts) Names Title Phone • Kay Alabed President 714-375-3830 Adam Chamaa, PE, GE Vice-President 714-375-3830 Federal Tax Identification Number: 721253958 City of Huntington Beach Business License Number: A199958 (If none, you must obtain a l-Iuntinton Beach Business License upon award of contract.) City of HuntingtonBeach Business License Expiration Date: 9-30-21 2012 • 432 PRE-QUALIFICATION FORM ON-CALL MATERIAL TESTING&INSPECTION SERVICES PRMG? (circle) A. ON-CALL MATERIAL TESTING&INSPECTION LN)s No x (Initial)Consultant is willing to execute the Agreement as dratted(See Appendix B). x (Initial)Consultant is able to provide the insurance as required(See Appendix C). ASS CC Firm Name: Firm Address: 17782 Georgetown Lanes Huntington Beach, CA 02647 Signature: Date: 433 VA a Statement of Qualifications AESCO Proposal No.P699(i Section 1) Firm Qualifications AESCO has been providing services similar to those requested since 1993. a total of 28 years. AESCO has been retained as the geouchnical, construction material testing and inspection and environmental engineering firm for the City of Huntington Beach for the past 18 years. Therefore, we are very familiar with working with the City,and in particular, the Department of Public Works. AESCO is known for responding to requests in a very timely manner and providing excellent service to the City. AESCO provides a budget to the City for each project prior to the start of work. Projects have included lift stations, roadway improvements, reservoirs, water facilities, bridges, water and sewer installations, new structures and additions, storm drainage systems, seismic retrofits,and solar panels. AFACO currently holds the on-call contract for testing and inspection services for the City of Huntington Beach. As a small local firm AESCO has the ability to respond to requests immediately and can devote more attention to each project. AESCO is SHE, DBE/UDBE,WBE,and CBE certified. ALSCO's laboratory is certified by DSA, Caltrans and City of Los Angeles. AESCO has been performing material testing services for various clients including the Cities of Los Angeles, Costa Mesa, Inglewood, Long Beach, Diamond Bar, Lakewood, Huntington Beach, Lynwood, Riverside, Buena Park, Irvine, Santa Ana; the Los Angeles Unified School District: Alhambra School District: SANBAG; Caltrans; Los Angeles Metropolitan Transit Authority (MTA); and the Orange County Transportation Authority(OCTA). Service Category Materials Testing and Inspection Services AESCO operates a construction materials engineering (CME) laboratory in Huntington Construction Material Testing/Inspection a e 'Nadia, "footsie* Environmental and Geotechnical Engineering Services www.AescoTecttcorn 74•41# 74C tem04 *ft 434 Statement Of Qualficanonb AESCO Proposal No.P69% Beach, California. and is capable of performing in-house or on-site testing and inspection services. Our laboratory produces thousands of reports annually involving concrete, aggregates, soils in-place, and bituminous materials. AESCO also regularly tests and inspects brick, granite, stone masonry. mortar, reinforcing steel, and manufactured elements such as pre-stressed beams and pre-cast panels. Our sub-consultant Foresight Engineering has been performing land surveying throughout California since 1984. Engineering consultation and inspection services are available for each phase of construction including: • Aggregate Evaluation • Concrete Mixtures-Design. Inspection,and Testing • Bituminous Materials Testing • Up to 600,000-Pound Universal Tension and Compression Test Machines • Charm V Notch Test Apparatus • Rockwell hardness Test Machines • Refractory Testing • Concrete Masonry Block • Roof Inspection and Testing • Geotechnieal and Subsurface Investigation and Testing • Soils Compaction and Stabilization Tests and Inspection • Structural Steel Fabrication and Erection Inspection and Testing • Qualification of Welders and Procedures • \Vclding Inspection • Rebar Inspection and Testing • NOT Testing and Inspection AESCO provides full grading inspection services during construction. Our inspectors are capable of performing field inspection and testing of fill materials,excavations, foundations. and shoring and are trained to perform compaction testing with the nuclear density gauge test methods based on ASTM or Caltrans procedures and are licensed/certified to operate nuclear density gauges. While working on the City of Huntington Beach Projects, each team member is responsible to a registered Engineer who is available to assist inspection personnel on interpretation of test requirements, plans and specifications interpretation and Building Code matters of Constructiian Material Testing/inspection ' Page Sailattaeli iirmaitates Environmental and Geotechnical Engineering Services www AescoTech com 7sois 7e soiesd *ft 435 11A1 Statement of Qualthcanons AESCO Proposal No,P699(i compliance. AESCO generates thousands of material testing reports for soils, concrete, steel and other building materials from our Huntington Beach laboratory. The Huntington Beach facility comprises of over 6,000 square feet laboratory equipment with state-of-the-art testing equipment. AESCO's testing equipment is fully computerized and connected to our main server and is calibrated yearly. AESCO's reports are digitalized and maintained on AESCO's main frame server and on the web for immediate access for our engineers and clients. Geotechnical Engineering Services AESCO's geotechnical investigations have included: foundation and pavement design, settlement problems, compaction monitoring and testing, shallow and deepened foundations, pressure injected footings, earth retaining structures, landslide analysis and control, expansive/collapsing soils, underpinning and special foundations, construction dewatering and drainage, pipelines and utilities, liquefaction analyses, and fault evaluation. Laboratory testing is performed using ASTM, AASHTO, and other applicable specifications and guidelines. Environmental Engineering AESCO can provide a full range of Environmental Engineering services that are vertically integrated to deliver a complete "turnkey- package including: Phase I-Initial Environmental Site Assessment (ESA), the Phase II-Investigation, Phase III-Remediation and Mitigation Design, and Final Close Out Report. In addition, AESCO provides a range of Regulatory Compliance services. Project Management AESCO has provided comprehensive project management services including contract administration, constructability reviews, project engineering, change order management, labor compliance,and document control. AESCO has NEVER had any OSHA citations. AESCO has never had any outstanding or pending complaints through the Better Business Bureau, State of California Department of Consumer Affairs. Construction Material Testing/Inspection utedim9 ...11.getrea Environmental and Geotechnical Engineering Services sam 7‘ www.AescoTech com 9 c 436 Assoc) Statement of Qualifications AESCO Proposal No.P6996 Statement of Qualifications On-Call Materials Testing and Inspection Services City of Iluntington Beach AESCO Proposal No. P6996 City of Huntington Beach . .$ 4311,41 1111111111("Cratt Senior Project Manager (Primary Point of Contact) Adam G.E. Quality Control Director/Senior Geo-technical Materials Testing an4 Enuineer Inspection Penonnei Russell Schalk',P.E.,GE.(40+) Giovanni Michael (1 +) Christopher J. Sobek(17+) Quality Conti*Manager Michael Kopenski(20+) Dave Ryan,RE.(40+) Jarrod Martin(17+) Darryl Falustick(16+) Quality Control Coordinator Ben P.Graubatx1(14+) Kay Alabed(28) Greg Astran(20+) Daniel Jimenez,Jr. Project Manager Dustin Sexton(25+) Debra Perez(40t) Laboratory Technician Inspection Manager Tariq Abdullah(1 5 t) Omar Charnaa,EIT 14 Laboraton Manager Steve Crumb(12) Survey(sub-consultant) Foresight Engineering *(35+)=Years of Experience Construction Material Testing/Inspection 1' = gritlattagi "Simi estrit Environmental and Geotechrocal Engineering Services 71.ao 7‘e wwvv AciscoTech coin 437 Statement of Quidifioations AESCO Proposal No.P6996 Staffing A brief overview of key personnel is presented below,. AESCO currently has 35 employees, with a total of 4 professional engineers and geologists; 2 registered geotechnical engineers, one registered civil engineer and one registered engineering geologist. Resumes are provided in the Appendix. -A,-4,Kimtea,,,,s4acn,wee'oco Name Role Education/Credentials AESCO Adam Senior B,SI d F agincering Chamaa.PE, Project M.S.CA tl Engineering Manauer Licensed California Engineer W.F....) Licensed California Geotechoical Engineer(GT- Nuclear Density Machine Operator Russell J. Quality B.S..Civil Engineering Scharlin,PE, Control MS.CMI Engineering GE Director Licensed California Engineer(P-fil Licensed California Cieotechnical En inter(CLL.) David J.Ryan. Quality E3,S.Civil Engineering P.E. Control Licensed California Engineer,P.E. Manager Omar Chamaa. Inspection B.S,.Civil Engineering FIT Manager Eli.Certificate No. 135299 Iluardous Materials 40-hour Training ICC„Caltrans.Registered DeputyInspector. ACI•TV Nuclear Gage Debra Perez Project B.S.Renewable Natural Resources Manager Nuclear Density Machine Operator Kay!tailed Quality BS„Dental Medicine Control Coordinator Sieve Crumb Laboratory BS.Civil Engineering<in progress) Manager California State University,Long Beach Civil Engineering Cerritos College ACE Concrete Laboratory Testing Concrete Field Testing Concrete Strength Caltrans Calculations Grading Agg.Sampling Sample Prep. Soil and Age. Sloe Analysis Percent Crushed Particles Relative Compaction Sand Et uivaleitt Construction Material Testing/Inspection ' Page Fueerdi.p ..4.4•41-tom Environmental and Geotechnical Engineering Services ei ( mte www.ikescoTechmm .0. 74 titad 438 AMIGO Statement of Qtulrfic2t )ns AESCO Proposal No.P69 6 -- T — Moisture Content Cleanness Durability Compressive Strength Flexural Strength Flexural Strength-PCC Sampling Fresh Concrete AASHTO: Sieve Analysis-Fine Sieve Analysis-Coarse and Fine Reducing Samples of IiMA Reducing Samples of Agg. Sand Equivalent Evaporable Moisture Content Moisture Content-HMA Percent Giovanni Inspector B.A.,Business,Dewy University,in progress Mikhail County of Los Angeles Certified Deputy Inspector Masonry Inspector County of Los Angeles Certified Deputy Inspector Concrete ICC Structural Masonry Certified Inspector ICC Reinforced Concrete Certified Inspector ACI Certified,Concrete Field Testing Technician Certified Radiation Safety and Nuclear Gage Operator Caltratts Certificate of Proficiency for:Air Content,Freshly Mixed Concrete. Pressure,Density of Fresh Concrete,Flexural Strength of PCC (Fabrication only), Ball Penetration in Fresh Portlagd Cement Concrete,Sampling Freshly Mixed Concrete,PCC Cylinder Fabrication.Slump of Fresh Portland Cement Concrete, Temperature of Freshly Mixed Portland Cement Concrete TWIC Card Christopher J. Inspector Coastline Community College,Orange Coast College,Orange County Sobek Inspection Certificate: Building Inspection, Concrete/Masonry Blueprint Reading, Wood/Steel Framing, Fire& Life Safety. Welding Technology, Electrical, Plumbing. Coastline Community College, Orange Coast College,Orange County ICBOfICC-Reinforced Concrete. Prestress Concrete. Structural Steel/Welding. Structural Mas, Fireproofing, Building Inspection and Plumbing ACI Laboratory Testing-Grade I and Grade II. Transportation Radiation Safety and Use of Nuclear Gage Competent Person Training Post-Tensioning Institute in Unbonded Tendons Asphalt Institute in Mix Design Technology DSA Class I OSHPD Class A A W S-CWI NICET Level II Highway Construction Materials 30-hour Harardous Waste Michael Inspector Certified Welding Inspector kopenski ICC Reinforced Concrete ICC Masonry Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I r" id ~r s< <4 wwwAescoTech.com 7sem 74e Iseeed VA 439 Areo Statement of Qualifications AFSCO Proposal No.P6996 ICC Spray Allied Fireproofing ICC Welding(S2) ICC Structural Welding&Bolting(S I) AC1 Certification Non-destructive testing LADBS City of Los Angeles Registered Steel Inspector(Welding) PCI Level I Lead Hazard Awareness Concrete Paving Inspection Hot Mix Asphalt Master Inspector Sampling Techniques Structure Construction Inspection Landscape Inspection SWPP and Water Pollution Control Programs Advances Construction Site Best Management Practices(BMPS) Field Applications Water Pollution Administration Inspection and Maintenance of Construction Sites Management of Construction Site Dewatcring Operations Water Quality Sampling and Analysis on Construction Sites Traffic Control Management Jarrod Martin Inspector ICC— Master of Special Inspection, Structural Steel and Bolting Special Inspector, Spray Applied Fire Proofing Special Inspector, Structural Welding Special Inspector, Reinforced Concrete Special Inspector, Structural Masonry Special Inspector.Structural Steel& Welding Special Inspector. ACI Concrete Field Testing Technician Grade-I; AWS CW'1; City of Los.Angeles Deputy Building Inspector Darryl Inspector ICC Certified in Prestressed Concrete,Reinforced Concrete Faulstick ACI Concrete Field Testing Technician Grade I Ben P. Inspector B.A.,California State University Fullerton Graubard 10-hour OSHA Health and Safety Course ICC Reinforced Special Inspector ICC Prestressed Concrete Special Inspector ACI Concrete Field Testing Technician Grade I ACI Aggregate Testing Technician—Level 1 AC1 Concrete Laboratory Testing Technician—Level I AC1 Concrete Testing Technician—Level 2 Cal Trans Quality Control Manager California Test Methods: CT105,CT125,201,,217,226,227,504,518,521,523.524,533,539, 540,556 and 557 Registered Special Inspector,County of Orange Greg Astran Inspector B.A.Political Science California State University San Bernardino Certified Nuclear Gauge Operator American Concrete Institute Field Technician Grade I Caltrans Certifications: CA 125AGG,CA 125PCC,CA 216,CA 231 Operating Engineers Local 12 6000 Hour Apprenticeship Program—State of CA Certified Public Works Inspection Cowsework 15 Units Rancho Santiago College Daniel Inspector ACI—Field Technician; Jimenez.Jr. ICC Reinforced Concrete,Structural Welding.Master of Special Inspection,Structural Steel&Welding,Structural Steel and Bolting. Spray Applied Fire Proofing,Structural Masonry;AWS-CWI;NDT Ultrasound Testing Level Il.Magnetic Particle Level II,Ultrasonic Phased Construction Material Testing/Inspection , Environmental and Geotechnical Engineering Services I '` b•!! egg r/m e s i e s www.AescoTech com s e. 7 f e g s e a n[ ICA 440 a . Statement of Qualifications AESCO Proposal No,P6996 - Array Level 11,San Diego City Ceti C::oncreteA1 tsonryru'elding-fireproofing;Cl 504,513,539,540,543, 556,557 OSHA I0hr Fall protection Scaffold Ilarard Awareness Confined Spaces Dustin Sexton Inspector AWS CWI Certification Riverside Community College AWS Welding Inspector City of Long Beach Structural Steel and Welding County of Los Angeles Structural Steel and Concrete ICC Master of Structural Inspection ICC Structural Steel and Concrete ICC Structural Vi riding ICC Structural Steel and Bolting ICC Spray-Applied Fireproofing CWI Welding City of Los Angeles,Welding ,--- fariq Laboratory l3.S.,Geology Abdullah Manager Caltrans Certificate of Proficiency for Calculations for Gradin s&Sp(.i, Sod&Aggregate Prep..Siex e Analysis of Fine&coarse Aggregates, Percentage of Crushed Particles,Specific Gravity&Absorption of Fine and coarse Aggregate Sand Equivalent.Moisture content,Cleanness of 1 Coarx Anstregate,Durability° Index.R-' Clue Soils and Base:,Preparation of Bituminous kJ ratites for Testing,Bulk Scc:ilu.Gravity &Den sty of Bituminous Mixtures,Theoretic Max Specific Gras,ity &Density of Bituminous Paving Mixtures,iabilometet Value,Moisture Content using Microwave,Asphalt Content of Bituminous Mixes,Ignition Method I ;<i'10ET Level II for:,asphalt,Concrete,Sod Radiation Safety and Use of Nuclear Gage Local Presence and Experience 4 my ASV nn s rG1S APvv4 PROJECT Of TK(YEAS' .m 't,. u ,„ a sar r u , ,.r �- 4 :,rMitL*MA rltaarCa of roe wAor AESCO has been performing materials testing, construction inspection. geotechnicul Construction Material Testing/inspection , Environmental and Geotechnicat Engineering Services 1 a ` �',r t l.f e. +I.r s s t c s www.AescoTech,corn 7 s a s 740 rt r•t+•Il ?f f 441 FAN ACO Statement of Qualifications AESCO Proposal No.P6996 engineering, and environmental engineering for the City of Huntington Beach for the past 18 years. We have performed construction materials testing and inspections, geotechnical and environmental engineering for projects ranging from street rehabilitation to lift stations and new structures. AESCO's location within the City makes AESCO an ideal candidate to perform the required scope of services in a very timely manner. We have always provided immediate response to all requests and have worked around the clock on emergency projects,as needed. Other cities and agencies that AESCO has held on-call contracts for materials testing and inspections in Orange and Los Angeles Counties include the Cities of Santa Ana, Costa Mesa, South El Monte, West Hollywood. Anaheim. San Clemente, Villa Park; the County of Orange; LA Unified School District; Orange County Transit Authority:Caltrans;and LA Metro Transportation Authority. A description of recent, relevant projects with references are provided below. Additional references arc included within the Appendix. 405 Freeway Widening !Between SR-73 and 1-605 Freeway, Orange County! Caltrans AESCO performed the testing and inspection which include review of the concrete mix for pavement, caissons. below groundwater structures. etc. and testing and inspections for concrete, concrete hatch plant, rebar, aggregate, welding, steel tubing. compaction, base material evaluation and testing, and asphaltic concrete. AESCO is coordinating and managing all of the construction materials testing and inspections services. AESCO also prepared the Quality Manual for the project including all of the digital forms for widening of the 405 Freeway between Euclid Street and the 605 Freeway,a total of 16 miles. Start Date: 2018 Completion Date: 2023 (Projected) Total Cost: $1.9 billion Client: OC 405 Partners Key Personnel Involved: Adam Chamaa. P.E., G.E., Russ Scharlin, P.E., G.E., Omar Chamaa, Eli, Kay Alabed, Debra Perez, David Ryan, P.E., Giovanni Michael, Michael Kopenski, Ben P. Graubard, larrod Martin Reference: Reem Hashem, Principal Contracts Administrator! OCTA II Phone: (714)560-5446 I E-mail: Rhashemf@octa.net Construction Material Testing/Inspection I Nagc 4act,c4 Environmental and Geotechnical Engineering Services wwwAescoTech corn 7saav ?it Of•ssow Itfr 442 11111 Stair incut of Qualification, AES(0 Proposal No.PI-39% On-Call A&E Construction Testing and Inspection Services' Coun of Orange 4 AESCO has held the on-call contract with the County of Orange to perform construction materials testing and inspections for the past 6 years. The project has included site liquefaction mitigation, subgrade stabilizations, foundation, concrete, grout mix design; observe and document formwork construction; observe and document placement of reinforcing steel; slump, temperature. and air entrainment tests of fresh concrete; cast,cure and test concrete cylinders for compressive strength; observation of post tensioned concrete; gamma and X-ray radiographic inspection; and hardness testing. Projects have included parks. parking structures,remodels,etc. Start Date:2015 Completion Date: On-Going Total Cost:$500.000 Client: County of Orange Key Personnel Involved: Adam Charnaa. P.E., G.E.. Russ Scharlin, P.E., G.E., Omar Charm& David Ryan, P.E., Kay Alabed Reference: Eric Nelson, Project Mgr. 1111 Orange County I Phone:(657)247-1298IE-mail: erik.nelsonestow.ocgov.com Relocation of West Orange County Water Board Feeder No. 2 Huntington Beach and Westminster A yak-- mr" AESCO worked during the design stage vk ith Gilt) .1.11,11111111111grw' on WOCWB Feeder No. 2, a 30-inch diameter waterline relocation installed beneath the SR 405. During construction AESCO worked directly for the City of Huntington Beach and included roadway settlement monitoring and evaluation; engineering oversight; observation of test pits for groundwater; and inspections and testing of casing grout injection, welding; and trench excavation, shoring and backfill. Our engineers monitored the dewatering system and shoring of the receiving and sending pits. Start Date: 2016 Completion Date: 2019 Total Cost: $3M(estimated) Client: City of Huntington Beach Key- Personnel Involved: Adam Chamat P1 G.E., Russ Scharlin, P.C., G.E.. Omar Chamaa. David Ryan, P.E., Kay Alabcd Reference; Andrew Ferrigno, P.E., Senior Civil Engineer City of Huntington Beach I Phone:(714)536-52911 AFerrignoPsurfcity-hb.org Construction Material Testing/Inspection I 11.1gC Segiedido austie• Environmental and Geotechnical Engineering Services www AescoTeth.com 71• Tie ft•argot 443 • Statement of Quailicitkoes AESCO 11upoai No,P6996 Main Street, Talbert Street and Heil Street Pavement Rehabilitation Huntington Beach AESCO performed the construction materials testing and inspections for rehabilitation of the pavement on Main Street, Heil Avenue and Talbert Avenue including reconstruction of curb and gutters,sidewalks and retaining wall improvements and asphalt paving removal and replacement 'jesting and inspections included excavation bottoms, placement of all structural fill, concrete rebar, crushed miscellaneous base, asphalt paving including base and surface layers. Start Date: 2016 Completion Date: 2016 Total Cost:$3M(estimated) Client: City of Huntington Beach Key Personnel Involved: Adam Chamaa. P.E., G.E. Russ Scharlin, P.E. G.E., Omar Chamaa, Debra Perez, Giovanni Michael Reference: Joe Dale. Senior Contract Administrator'Huntington Beach I Phone:(714)334-01181E-mail:„Waled:surfeit,.-hb.org Construction Material Testing/Inspection ! Past' VAttidtCet Armesie4 Environmental and Geotechnical Engineering Services www,AescoTech.corri 7ooma $•a */# 444 Statanctit of Qualificaton3 AESCO Pmpoisal No.P6996 Understanding and Methodology AESCO is known for responding to requests by the City of Huntington Beach in a very timely manner and providing excellent service to the City. AESCO provides a budget to the City for each project prior to the start of work. Every project has its ow n unique scheduling and construction challenges: therefore, AESCO's methodology is intended to be flexible and allows input from the City to guarantee smooth completion of the project. AESCO's team is comprised of some of the most experienced professionals in the industry. The overall project team is always available for discussions regarding the project in order to craft solutions. Each inspector has multiple licenses that allow them to perform various inspection duties simultaneously, thus creating an efficient budget for the City. AESCO will provide qualified soil technicians and deputy inspectors with extensive public facility, utility and roadway site grading experience.AESCO's method of operation is the following: • Prior to the start of any project AESCO will become familiar with the contract documents,project plans, technical specification,etc. and existing site(s)and conditions,and other pertinent project documents and meet with the City to review staffing, project needs, coordinate inspections and testing, and will also attend the pre-construction meeting(s) if requested. • AESCO provides a 24-hour on-call staff and one of our Project Engineers is always available to answer any technical or scheduling issues. Technicians will be available upon 24-hour notice,or less,and for night work. • AESCO digitally controls all assigned tasks and each unit of service is closely watched by our project manager. • The inspector (or inspectors) then arrives at the site to perform the required testing and inspections. The technician will arrive at the site with the correct equipment.. calibrated to existing standards with documentation. Equipment calibration will be performed prior to the start of work and costs are included in the total hourly rate for field services. All samples will be transported from the project site to the laboratory for testing as required_ • All breaks and other laboratory testing are scheduled through our electronic scheduling system where notification is automatically issued to the laboratory manager to perform specific tests,such as: breaks of concrete cylinders at a schedule of 7, 14 and 28-day Construction Material Testing/inspection l'a g roads*, r • ; • 1 Environmental and Geotechrucal Engineering Services www AescoTech.com ?soar We 445 Statexacut of Quaitfications AESCO Proposal No.P6996 breaks; beam,masonry.prism breaks;aggregate testing;etc. • Daily field reports and test results are created digitally in a standard report format and emailed within 24 hours of completion of the test or inspection to the City. Failed test results, if any. are immediately reported to the City. All our reports and test results arc confidential to the client, unless otherwise directed. Field testing/compaction results of subgrade or asphalt concrete shall be communicated to the Cityas soon as the tests have been completed, on same day of testing,with hard copy to follow. • Any test or inspection deficiencies,such as; failing compaction.concrete not reaching the required strength, concrete with high slump, cleanness of rebar, cleanness of footings, etc.. will be discussed immediately with the City Inspector. Our professionals will provide practical solutions to critical issues encountered in the field, considering both cost and technical implications. • A draft report summarizing test results and raw data will be submitted for review following completion of construction which will summarize all failed and passing tests. The report will include the tests performed, testing dates and test standard used. After written approval, copies of the final certification report of all inspection services performed for specific projects will be completed within 10 working days. All laboratory reports and inspection reports are supervised, reviewed and signed by a California Licensed Professional Lngineer/Cieotechnical Engineer. • AESCO will comply with OSHA requirements Safety Standards. On occasion. technicians are required to enter confined spaces to perform work and will have, completed confined space training and have proof of training upon arrival to do confined space work. • All inspectors are required to communicate on a daily basis with our Quality Control Manager who ensures that all work is being performed in accordance with the Quality Control Manual. AESCO has been successful in consistently completing its projects within the assigned budget and schedule. We thoroughly evaluate our task and scope of work and build an efficient budget for our work. Therefore,we seldom exceed the budget or schedule. AESCO has a practice of obtaining advance approval from clients prior to initiating any work which will add costs to the originally approved budget. Construction Material Testing/inspection I Page Eseedtag Airmisstits* Environmental and Geotechnical Engineering Services w‘snv AescoTech cam 74( qvoaste Ifft 446 Statement of Qualificanons AESCO Proposal No.P6996 AESCO maintains a strict Quality Control Program (QAP). AESCO is a member of, and certified by several independent certification agencies, such as DSA, AMRL, CCRL, Caltrans. and the City of Los Angeles. AESCO is also part of the yearly reference sampling program for these agencies. These involvements ensure rigorous education and in-house training of AESCO's technicians and test method verifications. Test results and field reports are reviewed by AESCO's project manager and quality control engineer, each of whom has 30 years of experience. INNOVATIVE and FLEXIBLE APPROACHES AESCO has used various approaches to save clients time and money as shown below: • AESCO can provide immediate response to short notice requests • AESCO is available to work around the clock,when needed • AESCO has a Geotechnical Engineer/Project Engineer available at all times to respond to emergency needs • AESCO can provide a fully equipped concrete mobile laboratory to assist in immediate on-site testing • An example of our approach is the emergency response AESCO provided to the City of Huntington Beach when a large sinkhole developed in the middle of one of the major thoroughfares: Warner Avenue. AESCO personnel were on-site around the clock to assist in the repair and to devise a dewatering system to be used during construction. The project was completed approximately 20 percent earlier than was anticipated. • AESCO also provided emergency response to the Alhambra Unified School District when an excavation flooded at night due to broken water line at Garfield Elementary School. AESCO's Geotechnical Engineer was on-site at 7:00 A.M.on a Saturday to assist the District in mitigation of the problem and to stabilize the subgrade. • As part of AESCO's innovative approach to testing and inspection AESCO monitored the contractor's curing procedures and modified as necessary to protect the concrete from extreme hot and cold weather conditions during the construction of the Whitegates Reservoirs for the City of Riverside. Daily inspections were required to monitor the concrete temperature and humidity to prevent micro-cracking of the concrete due to shrinkage and expansion. AESCO also instructed the contractor to provide heat blankets to Construction Material Testing/Inspection 27 /g(41(*9 /4.4 CI CG 4 Environmental and Geotechnical Engineering Services 7, e w VA www AescoTech com I. 1"ir s 447 rig Statement of Qualifications AESCO Proposal No.P6996 maintain the curing temperature of the concrete as concrete placement was performed during cold weather during construction of the Brea-Olinda Landfill Gas-to Energy Facilities for the County of Orange. AESCO also provided special soil stabilization and subgrade enhancement recommendations to mitigate the wet, fine soil during construction of Northrup Elementary School for the City of Alhambra. AESCO also evaluated the effects of the existing trees on the new construction and provided recommendations to mitigate distress due to roots and landscaping. • AESCO has performed construction materials testing and inspection services on several Federally funded projects including several roadway rehabilitation projects for the City of Huntington Beach and Pomona and several grade separation and freeway widening projects for Caltrans which were all partially state and federally funded. • AESCO has a strong financial base, and has never experienced any bankruptcy, pending litigation, office closure, nor has any impending merger in the near future. AESCO is able to complete projects within the established schedule and does not add on additional work without prior authorization. • AESCO's commitment to quality assurance extends to field and laboratory staff that is certified in various technical disciplines by multiple agencies such as Caltrans, ACI, NiCET, and ICC. AESCO's accredited materials testing laboratory and collection of resourceful field and laboratory equipment enable our professionals to efficiently determine precise methods for qualifying construction materials. Construction Material Testing/inspection Iag F“Cide4t,3 PiNeeTiC3 Environmental and Geotechnical Engineering Services tlagd ,c- www.AescoT ech corn it (f 448 Smmeta of Qualifications AFSCO Proposal No.P6996 AIIPENDIX A Resumes Construction Materiai Testing,/inspetuon I' Eac/diep ,4 clicit Environmental and Geotechnical Engmeering Services • a' it ft www.AescoTech,com 449 _ _ AMC° Statement of Qualifimnotu AESCO Proposal No.P6996 Adam Chamaa, PE, GE ... . .. Senior Project and Engineering Manager fcluccolon: RS. Civil Engineering. Registered civil and geotechnical engineer with over 35 years of Geotechnical and experience as geotechnical engineer and quality control/quality Highway Design; assurance (QC/QA) manager. Responsible for QC/QA engineering for Louisiana Technical is new construction, foundations, sewer installations, roadway surfaces UnirenitY'R4511111'1-4 during and after installation, design of de-watering systems, pump B.S.,Civil stations, and assessment of soil-related environmental contamination. Engineering, Provided geotechnical design recommendations for new construction Louisiana Technical for municipal, governmental and commercial projects throughout unirersitY'R"'• Louisiana California. • 4 itttglstrations: Specific Project Experience California No. C1399.2 Widening of the 405 Freeway,Euclid St.to I-60S-Orange County California No.C2784 (Geoteritaierd) Engineering Manager: Mr. Chamaa is the Engineering Manager for the Neva . widening of the 405 Freeway for a total of 16 miles for Caltrans and OCTA. da Vo. 022245 The project includes construction of new lanes on the southbound and L northbound sides, retaining walls, bridges, etc. Mr. Chamaa is also supervising the testing and inspection services which include a review of concrete mix designs,concrete testing and inspection, concrete batch plant inspection, pile inspection and lo::ing, rebar inspection, aggregate testing, welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection, and asphaltic concrete testing. He is working closely with the contractor to ensure that the project proceeds in a timely manner and that all testing meets required project plans and specifications. On-Call Soils and Materials Tiodng and Inspection Services-Orange County Transportation Authority Engineering Manager: Mr. Chamaa was the Engineering Manager for the soil and material testing and inspection services on an on-call basis for any OCTA owned facilities. Various projects were performed at the five maintenance and operations facilities, various transportation centers and park-and-ride facilities owned by the OCTA. AESCO also provided all labor, materials, equipment, and facilities to perform soils and materials testing and inspection services during construction of the various projects. The services included performing required testing of soils, asphalt concrete, masonry, Portland cement concrete, reinforcing steel, and structural steel. in addition, special deputy inspection services for welding, reinforcing steel, masonry, concrete placement,and roofing installation inspection were also performed. Lenain Water Treatment Plant Modifications-City of Anaheim Engineering Manager: Mr. Chamaa was the Engineering Manager for the geotechnical engineering for various improvements to upgrade the existing water treatment facility for GHD for the City of Anaheim. As part of the upgrade, it is proposed to construct a new chemical feed system structure, install a new 36-inch diameter pipeline between the Reservoir and the Parkview Pump Station and widen the delivery truck road. Various new retaining walls will also be constructed. Several borings Construction Material Testing/Inspection I I .1 c eddim9 rtf.ettea Environmental and Geotechnical Engineering ServIces www AescoTech.com 7to" 450 tia AD Statetncat of Qualifications AESCO Proposal No.P6996 were performed as well as potholing to locate utilities throughout the site. Extensive slope stability analyses and retaining wall design were performed to determine the optimal design for widening of the roadway. Mr. Chamaa also supervised the construction materials testing and inspections for the improvements which included: evaluation and testing of backfill for MSE retaining walls; compaction; concrete; grout; fill stockpile evaluation; welding; review and evaluation of retaining wall plans and foundation plans. Sewer Lift Station Replacement Project,Algonquin Lift Station No. 10—City of Huntington Beach Engineering Manager: Mr. Chamaa was the Engineering Manager for a geotechnical investigation for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Liquefaction analysis was performed. Recommendations were provided for shoring during construction, dewatering, sewer line installation using trenching methods, bedding materials, mat foundation including bearing pressures, lateral earth pressures, and wall backfill. AESCO performed the testing and inspection during construction of the lift station and the associating piping, trench shoring, backfill, vibration monitoring review, concrete, and pipe encasement from Algonquin to Heil in Huntington Beach. Expansion of 12kV Power System—Disneyland Resort,Anaheim Engineering Manager: Mr. Chamaa was the Engineering Manager for the performed construction materials testing and inspection for construction of the electrical infrastructure to support expansion additions to the existing 12kV power system network in Disneyland and extending into the City of Anaheim. Three new switching stations were installed with electrical ducts running through the Disneyland Resort facilities including through the Simba parking lot, the Timon parking lot,the Back-Of-House,and through Disneyland Drive. The project included demolition, removal,or reinstallation of existing facilities, refinishing of all surfaces within the work areas, restoring the existing plumbing system and equipment to operational conditions, restoring the existing electrical system and equipment to operational condition. On-Call Geotechnical and Material Testing and Inspection Services-Los Angeles International Airport-Los Angeles Engineering Manager: Mr. Chamaa was the Engineering Manager for the on-call specialty and materials testing services during the installation of shoring and excavation for the piling platform during construction of the new RX-S Facility at LAX. The new facility will provide new electrical distribution feeders for the airport.AESCO reviewed the shoring plans,sheet pile driving procedures and the existing geotechnical report. Mr. Chamaa supervised the sheet pile installation including the depth, logging resistance and provided mitigations when refusal was encountered during the driving operations. Also inspected and performed testing of compaction of the backfill and performed classification testing of the backfill material for the new structure. Construction Material Testing./Inspection 1Pagt- freittiar, Environmental and Geotechnical Engineering Services s .ro www.Aeworech,corn 7 * 451 Fit PASCID Statement of Qualifications AESCO Proposal No.P6996 • "• Russell Scharlin, PE,GE 11."— .... # Education: • Quality Control Director $1.S.. Engineering • Russell Scharlin is the Quality Control Director and Senior (Gentechnisal), • • • Geotechnical Engineer with over 40 years of experience in civil and Cnirenity of geotechnical engineering. Primary responsibilities include Califanliait Da`il • • performing all aspects of construction management, geotechnical BS civil engineering and environmental studies. Mr. Scharlin has provided Engineering, • design and construction management services related to Uniwrvit).of • pavements and foundations for numerous structures, bridges, California°Da* pump stations, freeways, tanks, communication towers and other 40-hour Health and structures. ; Safety Trollying • • RegIsttotions: • Specific Project Experience ceotechnica • Engineer.State of • Seismic Remediation-Elevated Roadway-John Wayne Airport,Santa Ma California aril Quality Control Director: Mr. Scharlin was the Senior Quality Control Engineer,Slate of ; alifornia • Director for the seismic retrofit of the bridge structure located at the John L.-C- Wayne Airport. The project was for the County of Orange and Caltrans. The project consisted of installation of 64 steel column casings at select concrete column locations, enlargement of selected foundation pile caps, installation of new expansion joints at terminal vehicle ramps and walkways, detensioning and retensioning of slab tendons and miscellaneous pavement and sidewalk improvements.Also prepared the Construction Quality Control Plan and the Welding Quality Control Plan. Mr.Scharlin ensured that the project was completed on schedule and under budget. Main Street,Talbert Street and Heil Street Pavement Rehabilitation-City of Huntington Beach Quality Control Director: Mr. Scharlin was the Senior Quality Control Director for rehabilitation of the pavement on Main Street (between Garfield Avenue and Delaware Street), Talbert Avenue (between Gothard Street and Newland Street) and Heil Avenue (between Edwards Street and Goldenwest Street), including reconstruction of curb and gutters, sidewalks and retaining wall improvements and asphalt paving removal and replacement. Testing and inspections included excavation bottoms, placement of all structural fill, concrete, rebar, crushed miscellaneous base, asphalt paving including base and surface layers. Mr. Scharlin worked closely with the contractor to ensure that the project was completed on schedule and under budget. Springdale Reservoir—City of Huntington Beach Quality Control Director: Mr. Scharlin was the Senior Quality Control Director and Senior Geotechnical during construction of the 150-million-gallon capacity reservoir which is partially below ground. The project also included a new electrical building and a combination pump station/control and security building at the existing reservoir facility. Mr. Scharlin worked closely with the City of Huntington Beach and the contractor to ensure that the project was completed on schedule and under budget. Algonquin Lift Station No. 10,Huntington Beach Quality Control Director: Mr. Scharlin was the Senior Quality Control Director for the geotechnical Construction MateriatTestingf Inspection I'.1 Eattelt .4.relge2 Environmental and Geotechnical Engineering Services 1am 74€ crtilai4d kir www AescoTech corn 452 FIN Stormeat of QUalifiCatiOIII AESCO Proposal No.P6996 investigation and construction materials testing and inspections for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station for the City of Huntington Beach. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Olinda Landfill-Gas to Energy Facilities—City of Yorba Linda Quality Control Director: Mr. Scharlin was the Senior Quality Control Director for construction materials testing and inspection services during construction of the gas to energy facilities at the Brea-Olinda landfill for the City of Yorba Linda and the County of Orange. The facilities included the installation of gas turbines mounted on concrete slabs, a combustion turbine generator, chilled water systems, polishing systems, compressed air systems, a step-up transformer, switch gears, axillary transformers, a main building and control room, trenching and piping, and miscellaneous structures. New access roads were also constructed. Warner Avenue Gravity Sewer Lift Station C City of Huntington Beach Quality Control Director: Mr. Scharlin was the Senior Quality Control Director for the construction materials testing and inspection and for the geotechnical and environmental Phase II investigations for a new lift station facility. The project consisted of the replacement of the existing lift Stations B and C and the Sunset Beach Sanitary Lift Station with a new Lift Station C. The submersible lift station incorporated a 14 foot by 26 foot by 22 foot deep wet well. The bottom of the well foundation was approximately 26 to 27 feet below existing grade. The new lift station also included an 8-foot deep valve vault which was 15 feet by 10 feet in plan dimension, a 60 kW outdoor generator,and electrical panels. State College Boulevard Grade Separation-Fullerton Quality Control Director: Mr.Scharlin was the Senior Quality Control Director for replacement of the at-grade railroad crossing by construction an underpass for State College Boulevard beneath the existing BNSF railroad. The City of Fullerton and the Orange County Transportation Authority (OCTA) constructed a vehicle undercrossing at the intersection of State College Boulevard and the Burlington Northern Santa Fe Railway. The roadway will be lowered between Santa Fe Avenue to the north to approximately 500 feet south of Valencia Drive to the south. Construction consisted of a temporary railroad shoo-fly, a railroad bridge, retaining walls, a pump station, pavement and utilities reconstruction. AESCO performed QA inspection and testing for earthwork, foundation installation,concrete,reinforcing steel and pavement reconstruction. Sand Canyon Grade Separation-Irvine Quality Control Manager. Mr. Scharlin was the Quality Control Manager for the materials testing and inspections for the Sand Canyon Grade Separation project at the 5 Freeway in Irvine. The project includes the construction of a rail underpass, retaining walls, railroad relocation, storm drains, utility relocations, Sand Canyon Avenue relocation, and a new pump station. Third parties involved in the project include the City of Irvine, the Southern California Regional Rail Authority, Cattrans,and the Irvine Ranch Water District. Construction Material Testing/Inspection 1'a g,r Vaa411.0, .4aselee4 Environmental and Geotechnical Engineering Services www Aescoreth com 9$.41 74c 9icum.c VA 453 11 Stain:twill of Quaid-x=10ns AFSCO Proposal No.P6996 David J. Ryan, PE Quality Control Manager I BA,am Mr. Ryan is a registered civil engineer and Quality Control Manager with engineering, over 40 years of experience in civil engineering. Primary responsibilities Vniversity of Minas, include daily administration, record keeping, cost and schedule control, Charripaign-Urbana. progress reporting, and working closely with the client to ensure that I 19" the project is completed on schedule and under budget. I It gistratfons: California No.C49661 f Specific Project Experience , (al) L---. ..... Beach Boulevard Water Main Extension Project-City of Huntington Beach and Caltrans Quality Control Manager: Mr. Ryan was the Quality Control Manger for a 1500-foot extension of a water main on Eastbound Beach Boulevard between South Warner Avenue and Robidoux Drive and West Beach Boulevard to East Beach Boulevard at Holt in the Caltrans right-of-way. The testing and inspections included the placement of all structural fill and backfill, concrete testing and inspection, subgrade and aggregate base placement and compaction, asphalt paving construction (base and surface layers), rubber asphaltic concrete, slurry backfill, and inspection of ductile iron and pvc water lines,valves,fittings and the existing lines connections. Village at Westfield/Topanga Retail Mall,Canoga Park Quality Control Manager: Mr. Ryan was the Quality Control Manager for materials testing and inspection during expansion of the existing mall for Westfield Property LLC. The project included a parking garage, a new Costco Retail store and a tri-level mall retail area. Testing and inspection included concrete batch plant, concrete piles and logging, rebar, structural steel, masonry, fireproofing high strength bolting, aggregate, welding, mass grading, utility excavations, footing inspections,subgrade,base material evaluation,compaction, and asphaltic concrete. Long Beach Main Pumping Plant,Los Angeles County Sanitation District,long Beath Quality Control Manager: Mr. Ryan was the Quality Control Manager for the quality control inspection and materials testing and geotechnical engineering services for the contractor for the Los Angeles County Sanitation District for the New Main Pumping Plant. The project involved a 50-foot wet well next to the existing plant along the 710 Freeway,adjacent to the Port of long Beach. Forty separate structural concrete pours were performed below grade which required mass concrete- thermal control. Gerald Desmond Bridge Replacement,Port of Long Beach Quality Control Manager: Mr. Ryan was the Quality Control Manger for production testing of all reinforcing steel splices in accordance with Caltrans procedures for the replacement of the existing bridge. Sampling and testing were performed for rebar welded hoops,couplers,and reinforcing bars during construction of the foundations for the new bridge. Lakeview Avenue Grade Separation,Anaheim and Yorba Linda Quality Control Manager: Mr. Ryan was the Quality Control Manager for preparation of the QC/QA manual and supervised materials testing and inspection during construction of a new railroad grade Construction Material Testing/Inspection P it c E..•-ar %dc ,(10 Aregatttl4 Environmental and Geotechnical Engineering Services '7 www.ikestoTech.com c d 454 1111 Ansa= Staaancalt of Qualifx2tions AESCO Proposal N .P6996 separation at the BNSF track. The project included railroad bridges, retaining walls, depressed roadways, utility relocations, roadway bridges,channel walls and drainage ditches. Design/Build Modernization for Terminal 1, Redevelopment Program for Terminal 7 and Modernization of Terminal 6, Los Angeles World Airport for the City of los Angeles Quality Control Manager: Mr. Ryan was the Quality Control Manager for the special inspection and testing for three design/build projects at terminals 1, 6 and 7 for Southwest and United Airlines and for Westfield Properties. The scope of work included testing of the subgrade, base and concrete pavement for aprons, and asphaltic concrete tests on the areas between taxiways and utility trenches on the operation areas of the airport. Inside the terminals, concrete, masonry, fireproofing, structural steel with high strength bolting and welding special inspections were provided on a 24/7 basis during construction to seismically upgrade the 45 year old structures. Supervised a work force of eight inspectors working 2 shifts per day which was required to complete the project while keeping the terminals open. Indian Springs Athletic Complex, San Bernardino County Quality Control Manager: Mr. Ryan was the Quality Control Manger and supervised and reviewed the geotechnical recommendations for foundation design for the proposed stadium, running track, field and aquatics center structures and masonry side walls for the San Bernardino Unified School District. Mr. Ryan also supervised the caisson and footing installations, offsite fabrication of the stadium and construction of the pools. Construction Material Testing/Inspection E•rrtdraf, ..-orwsiorrca Environmental and Geotechnical Engineering Services e 16. 74 eite assfil www Aescorech.corn 7; 455 Al AESCO Statement of Qualifirluions AESCO Proposal No.P6996 4 Kay Alabed Project Coordinator Kay is the founder and president of AESCO Inc. She established the Education: company in 1994 in Baton Rouge, Louisiana as a drilling company, which Dental 0 grew to a full-scale construction management and engineering firm. Kay Medkine,Damascus t'ttirentity,1994 serves as Project Coordinator, payroll manager and is also the administration of all of AESCO's projects. Ms. Alabed is also office Prof•orssional manager and is in charge of the company's daily operations, project Certifications: Razardous Waste scheduling, client relationships, and accounting. She has written operations asiws numerous computer software programs for the organization and Standard Training operation of the firm. Kay also has a medical degree in Dentistry and her Certificate Radiation medical knowledge and experience enables her to serve as the company's Safety officer and Nether health and safety officer. Kay prepared AESCO's Health arid Safety Gauge Certified Manual, Quality Assurance Program, and oversees the operating _____ procedures for AESCO's nuclear density gauges. She also schedules and budgets many of AESCO's projects. She has been responsible for coordinating and scheduling a variety of projects such as: freeway, grade separations, commercial, dam sites, gasoline service stations,and solid waste sanitary landfill sites. Specific Project Experience Sand Canyon Grade separation-Irvine Project Coordinator: Ms. Alabed was the Project Coordinator for the Sand Canyon Grade Separation project in Irvine for the Orange County Transportation Authority/Caltrans. The project included a railroad shoo-fly and new railroad bridge and CUM foundations, retaining walls,shoring, pavement, utility installation,a pump station and building construction. Perris Valley Line Commuter Rail Extension Project-Perris Project Coordinator:Ms.Alabed was the Project Coordinator for the Perris Valley line Extension Rail Project for the Riverside County Transportation Commission. The project involved a 22-mile extension of the existing 512-mile Metrolink commuter rail system and stations. Soundwalls for the 210 Freeway-Los Angeles County Project Coordinator: Ms. Alabed was the Project Coordinator for the new soundwalls on the 210 Freeway for Caltrans. The project included bridge and retaining structures and soundwalls Construction Material Testing/inspection ' Page Vititottot Environmental and Geotectintcal Engmeenng Services www AescoTethcom 7tom 74Ito *fr 456 IHI imam Statement of Qualifications AESCO Proposal No.P6996 Debra Perez Project Manager Debra Perez has been a Project manager for various geotechnical and — - — - —- -— environmental engineering projects for over 35 years. Ms. Perez has Education: been project manager for a variety of projects including construction of hit rnmineering. new above ground oil storage tanks for ARCO, City of Lynwood Senior Gra.tuah, Center, new natural gas pipelines and steam generating facilities for PruZrallt• r No Southern California Edison, several freeway and road projects including rma Crate a - t`nivenity,Lung- new embankment fills, new bridges, grade separations, pavement 114.th*,catif„r„,,, design and survey of existing road conditions, and new telecommunications facilities throughout California. Ms. Perez B S,, Renewable %antra!experience includes hazardous waste investigations, supervision of the Rewurcev, I ty of soils laboratory and preparing reports for compaction, preliminary soil Davis. 1978 investigation, distress investigation,and slope repair projects. Specific Project Experience t__ Sewer Lift Station Replacement Project-Algonquin Lift Station No. 10, Huntington Beach Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation and construction materials testing and inspections for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Ranger Sewer Lift Station No. 16-City of Huntington Beach Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation and the materials testing and inspection for construction of Ranger Sewer Lift Station No. 16 for the City of Huntington Beach. The new lift station was 24 feet by 24 feet in plan dimension and was placed at a depth of 18 feet below the existing ground surface. Recommendations were made for a mat foundation, dewatering during construction, waterproofing, pipe bedding, lateral pressures, and shoring. Auto Center Drive/BNSF Railroad Grade Separation,Corona Project Manager: Ms. Perez was the Project Manager for the geotechnical and materials testing and inspections for the Auto Center Drive grade separation project for the City of Corona and Riverside County Transportation Commission. The project consisted of constructing a four-lane overcrossing at Auto Center/BNSF railroad tracks. Construction required a bypass roadway, other roadway improvements, retaining walls,utilities and CIDH piling foundations. Construction Material Testing/Inspection Amelice Environmental and Geotechnical Engineering Services www AescciTech tom iiip 741. 9 em4 d 457 MOM Statement of Qualifications AESCO Proposal No,P6996 On-Ramp Widening,Eastbound SR-91 Freeway at Beach Boulevard,Buena Park Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation and materials testing and inspection services for the widening of the Eastbound SR-91 Freeway On-Ramp at Beach Boulevard for the City of Buena Park, a Caltrans oversight project. An environmental investigation and Aerially Deposited Lead study was also performed. State College Boulevard Grade Separation,Fullerton Project Manager. Ms. Perez was the Project Manager for the replacement of the at-grade railroad crossing by construction an underpass at State College Boulevard beneath the existing BNSF railroad for the City of Fullerton. Construction consists of a temporary railroad shoo-fly, a railroad bridge, retaining walls,a pump station,pavement and utilities reconstruction. Lambert Park—City of Huntington Beach,Department of Public Works Project Manager: Ms.. Perez was the Project Manager for a geotechnical investigation for a repair of a failing slope at the existing park. The slope is 40 feet high and inclined at 1,5:1 (H:V). The investigation included logging and sampling of several borings, laboratory testing, slope stability analyses, and a seismic and geologic review. AESCO provided recommendations for slope repair including reconstructing the base of the slope in 10-foot wide sections. A buttressing wedge was placed at the toe of the slope using compacted crushed a: regate base and keyed 3 feet into the underlying native soils. Above the wedge, horizontal geotextile strips were placed at the surface of the existing slope to reinforce the surficial soils. AESCO monitored the construction activities during the slope repair. Warner Avenue Gravity Sewer Lift Station C,Huntington Beach Project Manager: Ms. Perez was the Project Manager for the construction materials testing and inspection and the geotechnical and environmental Phase II investigations for a new lift station facility for the City of Huntington Beach.The project consisted of the replacement of the existing Lift Stations B and C and the Sunset Beach Sanitary Lift Station with a new Lift Station C. The submersible lift station incorporated a 14 foot by 26 foot by 22 foot deep wet well. The bottom of the well foundation was approximately 26 to 27 feet below existing grade. The new lift station also included an 8-foot deep valve vault which was 15 feet by 10 feet in plan dimension, a 60 kW outdoor generator, and electrical panels. The sewer installation was installed over a distance of 1 mile. Olinda Landfill-Gas to Energy Facilities—Yorba Linda Project Manager: Ms. Perez was the Project Manager for construction materials testing and inspection services during construction of the gas to energy facilities at the Brea-Olinda landfill for the City of Yorba Linda and the County of Orange. The facilities included the installation of gas turbines mounted on concrete slabs, a combustion turbine generator, chilled water systems, polishing systems, compressed air systems, a step-up transformer, switch gears, axillary transformers,a main building and control room,trenching and piping,and miscellaneous structures. New access roads were also constructed. Mr. Chamaa performed the special materials inspection and testing services during construction. Services include grading and fill inspection/testing (fill acceptance, compaction tests, classification tests, and excavation inspections), foundation inspections,rebar,high strength bolts,grout,asphalt,etc. Construction Material Testing/Inspection Page Vaildiso rfaseltea Environmental and Geotechnical Engineering Services wviry AescoTech.com 7541m 7i• Qs...tad 458 ARO= Statement of Qualifications AESCO Proposal No.P6996 Omar Chamaa, EIT Education: Inspection Manager Mr. Omar Chamaa has over 14 years o experience as inspection manager California Stateuniverlity. Long supervising inspection of construction materials such as concrete, steel, Beach. Bs. Civil anchors, soils, and grading. Mr. Chamaa has multiple Caltrans certificates Engineering.2009. and has been the inspection manager for several City of Huntington Beach, p f Caltrans and OCTA projects which included CMU walls, bridges, roadways, jeer t.itstic'Ini:n 3: utilities, foundations, pipeline installations, lift stations, and retaining wall EIT construction. Mr. Chamaa was responsible for construction material Kr Certified approval, such as: select fill, foundation excavation, slope cut, steel C:17.1wrete h"Petior installation, and concrete mix design for various projects. He attended cerafiraceinse of construction meetings to discuss material approvals, deficiencies, proficiency, modifications,as well as providing final observation reports to the client. Flernral Strength of PC C, Geamn Specific Project Experience Compressive Strength, Concrete Curing, Makin" Widening of the 1-405 Freeway,Euclid St.to I-605-Orange County Beams, Rapid Sit Inspection Manager: Mr. Chamaa is the Inspection Manager for the Quality con e.etc Verification materials testing and inspection during widening of the I-405 cip; af Newport Freeway between Euclid Street arid the I-605 Freeway, a total of 16 miles, for Beach Registered OCTA and Caltrans. The widening project includes construction of new lanes on Deputy Building the southbound and northbound sides, retaining walls, bridges, etc. Testing and inspector inspection services include a review of concrete mix designs, concrete, concrete Grave ofRmtredren ed batch plant inspection, pile inspection and logging, rebar inspection, a::regate Depuo, Building testing, welding inspection, subgrade, base material evaluation and testing, inspeeser compaction, and asphaltic concrete. Mr. Chamaa has also coordinated the ICI Certified, scheduling of inspections, supervised safety compliance, traffic control, lane Concrete field closures,and the Stormwater Pollution prevention Plan(SWPPP). Testing Technician AC1 Certified, Concrete Warner Avenue Gravity Sewer Lift Station C,Huntington Beach Laboratory Testing Inspection Manager: Mr. Chamaa was the Inspection Manager for the Technician construction materials testing and inspection and the geotechnical and Chy of Long environmental Phase II investigations for a new lift station facility for the City of Beach Registered Huntington Beach. The project consisted of the replacement of the existing Lift Diet's"). buikliRg Stations B and C and the Sunset Beach Sanitary Lift Station with a new Lift Station onovet. of Ri iae C. The submersible lift station incorporated a 14 foot by 26 foot by 22 foot deep Registered Demo, wet well. The bottom of the well foundation was approximately 26 to 27 feet inspector below existing grade. The new lift station also included an 8-foot deep valve Certified Radiation vault which was IS feet by 10 feet in plan dimension,a 60 kW outdoor generator, Safer,'and Nuclear and electrical panels. The sewer installation was installed over a distance of 1 Glige°Penitgr mile. Sand Canyon Grade Separation, Irvine Inspection Manager: Mr. Chamaa is the Inspection Manager for the materials testing and inspections for the Sand Canyon Grade Separation project at the 5 Freeway in Irvine. The project Construction Material Testing/Inspection P Voildirsof Environmental and Geotechnical Engineering Services W VAN,AescoTech,corn i•is 7 floaod 141 fr 459 111 Statement of Qualifications AESCO Proposal No.P6996 includes the construction of a rail underpass,retaining wails, railroad relocation,storm drains,utility relocations, Sand Canyon Avenue relocation, and a new pump station. Third parties involved in the project include the City of Irvine, the Southern California Regional Rail Authority, Caitrans, and the Irvine Ranch Water District. First Street Bridge Replacement,City of Santa Ana Inspection Manager: Mr. Chamaa is the inspection Manager for the construction materials testing and inspections during the replacement of the bridge. Geotechnical services consisted of pile driving parameters evaluation and selection of fill materials. Testing and inspections were conducted on piles, welding, structural steel, precast concrete,concrete,asphalt,mix designs,etc. State College Boulevard Grade Separation,Fullerton Inspection Manager: Mr. Chamaa is the Inspection Manager for the replacement of the at-grade railroad crossing by construction an underpass for State College Boulevard beneath the existing BNSF railroad. The City of Fullerton and the Orange County Transportation Authority (OCTA) are constructing a vehicle undercrossing at the intersection of State College Boulevard and the Burlington Northern Santa Fe Railway. The roadway will be lowered between Santa Fe Avenue to the north to approximately 500 feet south of Valencia Drive to the south. Construction consists of a temporary railroad shoo-fly, a railroad bridge, retaining walls, a pump station, pavement and utilities reconstruction. AESCO has performed QA inspection and testing for earthwork, foundation installation,concrete,reinforcing steel and pavement reconstruction, Sewer Lift Station Replacement Project,Algonquin Lift Station No.10,Huntington Beach Inspector: Mr. Chamaa was the Inspector for the geotechnical investigation and construction materials testing and inspections for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Broadcom Headquarters-Irvine Inspection Manager:Mr.Chamaa is the Inspection Manager for the two bridge structures during the first phase of construction. One bridge on the north side has two lanes,two sidewalks and planters and is for access to the new structures. This bridge is approximately 180 feet by 90 feet in plan dimension. The second bridge consists of a pedestrian plaza with a fire lane access and is approximately 450 feet by 150 feet in plan dimension. Marine Way will extend beneath the bridge allowing access to the Great Park in Irvine. Materials testing and inspections consisted of reinforcing steel and concrete for footings, columns, retaining walls, bridge deck, approach slabs, wing walls, Ca!trans barrier rails, and Ca!trans sidewalks. Pile caps, post-tensioning for the foundations and slabs were also inspected as well as the electrical layouts, falsework for the bridge deck and concrete forms. Construction Material Testing/Inspection I Pagx nimelice Environmental and Geotechnical Engineering Services WWW.Aesco Tech.com 7ssm 74r Cll.:sand 10 460 !Al Arsocrs Sratcmcnt of Qualifications AFSCO Propo.l No.P6996 Steven Crumb Laboratory Manager s Education: * Mr. Steven Crumb has over 12 years of experience in laboratory testing 8.5.Civil Engineering(in i • and materials testing such as concrete, steel, bolts, CMU walls, soils and ProgroV • aggregate. He is experienced in performing materials and geotechnical Califinifia Stale UnirersilY* • Long Beach s testing. Mr. Crumb supervises the quality control for laboratory I • operations and audits, has implemented new laboratory testing including Oyu Engineering creation of fixtures, protocols and reporting, and trained staff on Cerritos College s s concrete,aggregate,soils,steel,rebar and cement products. • Professional i Specific Project Experience Certifications: r r Los Angeles Regional Interoperative Communications Systems-Los AC! I Angeles County e•uerete Laboratory Laboratory Manager: Mr. Crumb is the Laboratory Manager during Testing Concrete Field Testing construction of the new emergency communications system for Los Concrete Strength Angeles County. The system is composed of over 100 monopoles, three- Ca/trans • legged and four-legged self-supported towers, support slabs for Calculations t equipment and generators, and rooftop antennae placed throughout the Grading County. The system will cover 88 cities and the unincorporated areas of Agg.Sampling • le Prep.Soil and Agg. • Los Angeles County and will cover 4,084 square miles. The towers range camp • Sieve.4nolysis in height from 50 feet to over 180 feet. The purpose of the system is to Percent Crushed Particle provide improved radio and broadband communication for public safety Relative Compaction 1 providers. Mr, Crumb is supervising the materials testing which includes Sand Equivalent t • concrete,rebar,soil,masonry,epoxy,structural steel,asphalt,etc. Moisture Content 1 t Ckanness s Durability • Metrolink Parking Structure-Orange I ssive Strength I Laboratory Mona ger Mr.Crumb was the Laboratory Manager for the new Compre I Flexural Strength , Metrolink parking structure at the Orange Transportation Center. The Flexural Strengrh-PCC t • new structure is 5 stories high with 2 subterranean levels and provides Sampling Fresh Concrete t • parking for 611 vehicles. Mr. Crumb supervised the materials testing .44SHTO • which included reinforced concrete, rebar, mortar, soils, epoxy dowels, i Sieve.4nalysis-Fine t I Sieve,4nalysis-Coarse and i prestressed concrete,grout. • Fine Reducing Samples of 1131/4 1 On-Call Construction Inspection and Materials Testing-LAUSO-Los • Reducing Samples of Agg. i Angeles Sand Equivalent • Laboratory Manager, Mr. Crumb is the Laboratory Manager for the Evaporable Moisture i • materials testing for various projects for Los Angeles Unified School Content * 1 District. The materials testing included asphaltic concrete, concrete, Moisture Content-1111 4. ' Percent reinforcing steel, masonry,structural steel,high strength bolts,soils etc. r - ..--...............1 Construction Material Testing/Inspection ' Paige V.,•/.(•.9 illavivides Environmental and Geotechnical Engineering Services 71 a.., '7 4 r eitairad I e A WWW AescoTech.corn 461 13 Statement of Qualifications AESCO Proposal No.P6996 Giovanni Mikhail ........._............... Inspector Education: Mr. Mikhail has over 15 years of experience in the field and in construction L.L,Business,Derry materials testing and inspection services for concrete, masonry, steel, anchors, Umberlazy,iii progress soils, and grading. He is experienced in performing compaction testing, Prol•ssional foundation inspections and subgrade inspection and testing. Certifications: County of Los Specific Project Experience Angeles Certified Bristol Street Slope Stabilization—John Wayne Airport,City of Santa Ana Deputy Inspector masonry inspector: Mr. Mikhail is the Inspector for the materials testing and inspection countio./L05 during construction of upper and lower Mechanically Stabilized Earth (MSE) .4 ngeles Certified Retaining Walls and associated drainage facilities and appurtenances along the Deputy Inspector north side of North Bristol Street and at the south end of the John Wayne concrete Airport. Mr. Mikhael performed concrete batch plant inspection; the grading ICC Structural • Masonry Ce and earthwork inspection and testing; retaining wall backfill; foundation rtified Inspector • • inspection; concrete structure inspection and testing; and masonry inspection ICC Reinforced . and testing. Inspection of the geosynthetic fabric was also performed. Concrete Certified Inspector ; Widening of the 91 Freeway-Orange and Riverside Counties AC!Certified, 4 I Inspector: Mr. Mikhail was the Inspector for the materials testing and inspection Concrete Field • Testing Technician ; during the widening of the 91 Freeway. The widening project includes the Certified Radiation construction of new lanes on the east and westbound sides, new retaining walls, • Safety and Nuclear bridges, etc. The testing and inspection services included a review of the Gage opmior concrete mix designs, concrete testing and inspection, concrete batch plant Caltrans Certificate of inspection, pile inspection and logging, rebar inspection, aggregate testing, Proficiency for:,4ir welding inspection, subgrade testing and inspection, base material evaluation Cohtlehl,Freshly Mixed Concrete and testing,compaction testing and inspection, retaining wall footings, rapid set ' Pressure,Density of : concrete, masonry, MSE backfill,and asphaltic concrete testing. Fresh C'oncrete. • Flerstral Strength of Perris Valley Line Commuter Rail Extension Project-AMES Construction for pee(Fabrication • • Riverside County Transportation Commission Only). • Inspector: Mr. Mikhail was the Inspector for the quality control inspection and Rail Penetration in : h Portland Fres materials testing services for the Perris Valley Line Extension Rail Project in Cement Concrete, • Riverside County, CA. The project involves a 22-mile extension of the existing a mphng f reshly • 512-mile Metrolink commuter rail system. Testing and Inspection services mired 4 4 including compaction, asphalt, structural backfill, concrete batch plant Concrete,pct- inspection are being provided for the track, grade crossings, structures, railroad Cylinder Fabrication, 4 stations (Riverside Hunter Park Station, Moreno Valley/March Field Station, Slump of Fresh , d Cement lan Downtown Perris Station and South Perris Station) and the layover facility. Mr. Port Concrete. 0 Mikhael performed inspection and testing of compaction, asphalt, structural Temperature of , backfill,and concrete batch plant inspection. Freshly afixed Portland Cement • 'Concrete I. TWIC Card .. .1 Construction Material Testing/Inspection ' Page Iratldt•0 ,riststrits Environmental and Geotechnical Engineering Services imonsi AescoTech.ccim 7aaas 14c ;hog is d *,* 462 Statement of Qualifications AESCO Proposal No.P6996 Education: Christopher J. Sobek c'nustlinr Senior Inspector Community Mr. Christopher 1. Sobek has over 17 years of experience in the field College.Orange Cesatt College, performing testing and inspection of construction materials such as Orange County concrete, steel, anchors, soils and grading. Mr. Sobek performed Inspection construction materials testing and inspections for multiple Caltrans projects Certificate: which included bridges, roadways, utilities, foundations, pipeline Building installations,and retaining wall construction. Inspection, Concretei,Masonrr ► Specific Project Experience Blueprint Reading, Wor d/.Steel Fireproofing of High Bay Hanger-Los Angeles International Airport Framing, Fire Inspector: Mr. Sobek was the Inspector for the fireproofing of the High Bay Life Safety. Hanger for American Airlines. Welding Technology, Terminal 2 and Terminal 4-Ontario International Airport Electrical. Inspector; Mr.Sobek was the Inspector during construction of the two new Plumbing terminals. Testing and inspections consisted of concrete, foundations, professional rebar,welding,compaction,etc. Certifications: ICRo lc:"C Reinforced Gerald Desmond Bridge Replacement-Long Beach Concrete,Prestress Inspector Mr. Sobek was the Inspector for replacement of the existing Cancrrlr.Structural l bridge for the Port of Long Beach. Testing and inspections were performed SleelM'rlding for concrete, rebar, couplers,asphaltic concrete,welding, soil, compaction, S'tructural.41as, base,foundation,paint and batch plant inspection. Fireproofing, Building Inspection 1-605/11-10 Connector-El Monte and Plumbing Inspector: Mr. Sobek was the Inspector for flyover connector from t C/Laboratory southbound I-605 to the eastbound 1-10 for Caltrans.The proposed fly-over Gr+ting-GnQde 1.nd Grady direct connector (southbound 1-60S to eastbound 1-10) would replace the Transportation existing shared at-grade connector. Testing and inspections were Radiation Safety performed for concrete,subgrade compaction,asphalt,rebar,etc. and Use of Audew Gage Competent Person Alondra Park Pool/Skate Park-Los Angeles County Training Inspector Mr. Sobek was the Inspector for the construction material past-Tensioning testing and inspections for the construction of the Pool and Skate Park at Institute in is Alondra Park near Lawndale. The new pool is 25 meters by 25 meters in G"nbonded Tendons plan dimension and the skate park is 14,000 square feet. Testing and Asphalt institute in inspections were performed for compaction,concrete, rebar,epoxy,etc. Mix Design Technology l)S1 Class 1 r t CLSFIPI)Class A I HH'S-[;'i :SIC"F.T Level 11 highway Construction Materials 30-hour hazardous Waste Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services it's tl L tal.s t s t t 4 www.AescoTech.com s•M* 7i0 9s.Ksd left 463 VA a AE€sca Statement of Qualifications AESCO Proposal No.P6996 Michael Kopenski Senior Inspector Mr. Michael Kopenski has over 20 years of experience for a variety of projects for Certifications: Airport, Cattrans, Public Works and Public Schools throughout Southern Certified Welding California. Inspector ICC Reinforced Concrete Specific Project Experience ICC Masonry Gerald Desmond Bridge Replacement Project-CALTRANS ICC Spray Allied Quality Control Inspector: Mr. Kopenski was the Quality Validation Structure Fireproofing WelInspector for the construction of Gerald Desmond Bridge. Mr. Kopenski ICC Struccuturr IC'C Structural al performed shop and field inspection and nondestructive testing of structural steel Welding&Bolting weldments. Mr. Kopenski performed final inspections and testing of all material (St) per the plans and specifications. AC1 Certification Non-destructive testing Widening of the I-405 Freeway-Orange County hd1)BS(us. of Los Angeles Registered Inspector: Mr. Faulstick is the Inspector for the Quality Verification materials Steel Inspector testing and inspection during widening of the I-405 Freeway between Euclid (Welding) Street and the 1-605 Freeway, a total of 16 miles, for OCTA and Caltrans. The PCI Level I widening project includes construction of new lanes on the southbound and northbound sides, retaining walls,bridges,etc. The testing and inspection services include a review of concrete mix designs, concrete testing and inspection, concrete batch plant inspection, pile inspection and logging, rebar inspection, aggregate testing,welding inspection,subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection, and asphaltic concrete testing. Crenshaw/LAX Transit Corridor-Metrolink Quality Control Inspector: Mr. Kopenski was the Quality Inspector for placement of reinforcing steel along the transit corridor daily for compliance. Kept daily testing logs of welding and nondestructive testing. SR-91 Express Lanes Project—OCTA Quality Control Inspector: Mr. Kopenski was the Quality Inspector for the quality assurance inspection and testing for the SR-91 Express Lanes Project Interchange improvements new ramps and loops,widening of highway and street improvements. Project took over 3 1/2 years to complete. 2014-2018 Tom Bradley International Terminal(TBIT)—LAX Quality Control Inspector: Mr. Kopenski was the Quality Inspector for the new 110ft-tall (3-story) Great Hall at the upgraded terminal, part of the $509.8 million project. The new Great Hall was approximately 150,000 square feet. Mr. Kopenski performed inspection of all structural weldments. Construction Material Testing/Inspection ! Page gr ,t ,l „9 /1,,,c t c a Environmental and Geotechnicai Engineering Services www.AescoTech.com 's e,s 7 4 e <hoax of 464 AIM= Staten:mut of citalifications AESCO Proposal No.P6996 Jarrod Martin Lead Inspector ••• ... . Cortiric orlon s: /CC— Master nj Special Mr. Jarrod Martin is a highly experienced lead inspector with over 17 years of lAspecrIon structural extensive experience doing grading, earthwork, structures, utilities and i Steel and Baking Special it asphalt concrete placement for roads, highways, and bridges. His strengths Inspector, Spray Applied include, but are not limited to, highway and roadway testing and inspection ; flee Proofing Special of soil, Portland cement concrete, asphalt concrete, and aggregate base for ; Structural I Welding Special i new construction and rehabilitation projects. Additional experience includes 1, hisperfor. Reinforced coordinating or directing other filed inspectors and technicians as needed, Concrete Special review of daily test reports, and monitoring of testing frequencies in I Inspector, Structural 0 accordance with the project specification. He can recognize unstable Masonry Special subgrades and provide on-site mitigation alternatives including InsPeclor• Structural overexcavation and installation of many geo-fabrics. He is also extremely i Steel & Welding Special • ' Inspector:ACI Concrete proficient at inspecting and reporting on all structures. He started working ilea Testing Technician I with structures as a carpenter and moved directly, swiftly, and successfully Grade4:,4µsaf I city into the inspection industry performing as a lead inspector since 2012 . of Los Angeles Deputy Building Inspector ------------- Specific Project Experience Union Patsaouras Bus Depot-Los Angeles Lead Inspector: Mr. Martin was the Lead Inspector for the contractor as well as Metro and CafTrans for the new bus platform. Performing inspections on a daily basis and coordinating various inspectors and technicians for the testing and inspections that were required. Performed inspections and testing of the overexcavation and backfill of subgrade, installation of CIDH piles, micropiles,footings,columns,caps for the overpass,a pedestrian stairway,and two elevators. Widening of the 1-405 Freeway-Orange County inspector: Mr. Martin is the Inspector for the Quality Verification materials testing and inspection during widening of the 1-405 Freeway between Euclid Street and the I-605 Freeway, a total of 16 miles, for OCTA and Caltrans. The widening project includes construction of new lanes on the southbound and northbound sides, retaining walls, bridges,etc. The testing and inspection services include a review of concrete mix designs, concrete testing and inspection, concrete batch plant inspection, pile inspection and logging, rebar inspection, aggregate testing, welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection,and asphaltic concrete testing. rd Street and Broadway Cycle Track-Long Beach Inspector: Mr. Martin was the Lead inspector performed QC inspection and testing in City of Long Beach for roadway modifications to include a bike lane along 3rd Street and along Broadway. The project included relocating utilities,HMA grind and overlay,and installation of the new concrete bus pad. Mr. Martin inspected and tested the placement of base and HMA. Construction Material Testing/Inspection Wileoltof limes1414 Environmental and Geotechnical Engineering Services www Aesco fech corn 7veme 74€ fs•eried 465 VA Alia= .Statemeut of Qi ialifieatious ALE Proposal No.P6.996 Four Seasons Wetherly-Los Angeles Lead inspector: Mr. Martin was the Lead Inspector for a new 12-story tower which included 59 luxury condos, 3 pools, and a 3-story parking garage as its base. The $250 million project consisted of soldier pile shoring, grading, export of soils, concrete, and post tension construction. Due to the expeditious and high-profile nature of this project the contractor made a valiant effort to place concrete every working day. Therefore, the contractor's questions needed expeditious answers and inspections needed to be completed as swiftly and accurately as possible to keep the project on time and under budget Mr. Martin coordinated the inspections, sampling, and testing of the construction materials and craftsmanship of the work performed and installed by the contractor and subcontractors to ensure compliance with project plans and specifications. 241 Toll Road-Orange County Civil Inspector: Mr. Martin was the Civil Inspector during excavation of the sloughing slope during the and toll road expansion. Mr. Martin was responsible for the inspection of the craftmanship and documentation of compliance with the approved slope and shoring plans. Inspected the excavation for unstable and unsuitable material. Observed placement of the repaired slope and drainage culverts, placement of rock materials, concrete, and structures. Performed testing and inspection of compaction of all soils and aggregate used to reconstruct the slope. Verified the bottoms of the overexcavation and the keyways prior to the placement of fill. Also verified bench cutting into suitable material on a continuous basis to ensure the stability of the slope when complete. Construction included placement of fill for widening of the roadbed, MSE walls, backfill operations abutments, placement of all concrete/aggregate products, pipe, conduit, RCP, PVC, and corrugated pipe, soil nail walls and tie back walls. Paving materials included lean concrete base, jointed plain concrete pavement and asphalt concrete. State Route 125 Design-Build Project-Chula Vista Inspector:Mr. Martin was the Inspector during the$775 million design-build project which consisted of a new 12-mile toll road from SR-905 to the SR-54 and the gap/connectors to SR-54, which included 23 bridge structures. Provided comprehensive quality control services including materials handling, testing, source inspection, structural inspection, and sampling. Performed materials laboratory testing in mobile laboratories on-site Construction Material Testing/Inspection l a gc Ew, (d,.? pimetteee Environmental and Geotechnical Engineering Services t 4,71 ei de.1 te ft itsww.AescoTech.com 466 n Statement of Qualifications AFSCO Proposal No.P6996 Darryl Faulstick Inspector Mr. Darryl Faulstick has more than 16 years of experience in construction Car►Iticotlon:: ICC Certified in quality management, QA/QC inspection and testing that spans a variety of Prestressed Concrete, project types including Caltrans, Metro, design builds, transportation, Reinforced Concrete education, renewable energy, residential and commercial development. I have in-depth knowledge of codes, specifications and the standard tools and /ICI Concrete Field equipment utilized in construction, sampling and testing of construction Testing Technician materials. I have knowledge of mathematics and the methods used for Grade! computation of construction items. I have progressively increased my level of ---- ------ ----' responsibilities throughout my career. The past 4 projects have extensive experience working as lead QA/QC inspector. Specific Project Experience Widening of the I-405 Freeway-Orange County Inspector: Mr. Faulstick is the Inspector for the Quality Verification materials testing and inspection during widening of the 1-405 Freeway between Euclid Street and the 1-605 Freeway, a total of 16 miles, for OCTA and Caltrans. The widening project includes construction of new lanes on the southbound and northbound sides, retaining walls, bridges,etc. The testing and inspection services include a review of concrete mix designs, concrete testing and inspection, concrete batch plant inspection, pile inspection and logging, rebar inspection, aggregate testing, welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection,and asphaltic concrete testing. AES Huntington Beach Energy Project-Kiewit,Huntington Beach Lead Special Inspector: Mr. Faulstick was the Inspector during construction of the new power plant in Huntington Beach. Responsibilities included ensuring that the inspections and testing for the project were completed in accordance with CRC, ASTM and Kiewit project specifications, testing frequencies, overseeing day to day construction quality and daily reports. Professional working relationships with Kiewit, AES, NV5 and GPI. Specific inspection tasks included ACIP, pile caps, utilities, mass grading, concrete placement, grout placement, reinforcement and managing technicians. SFI Gerald Desmond Bridge Replacement Project-Long Beach Lead QA Inspector: Mr. Faulstick was the Lead Inspector during replacement of the existing bridge. Responsibilities included ensuring that the inspection and testing for the project were completed in accordance with Caltrans and POLB specifications, testing frequencies, overseeing the day to day construction quality and providing testing documentation, daily reports. Professional working relationships with Caltrans, POLB, SFI staff. Specific inspection tasks included roadway, hollow/solid columns, CIDH, MSE walls, abutments, approach slabs, retaining walls, barrier slabs, barrier walls, pile caps, MBGR, mass grading, roadway grading, storm drains, utilities, concrete placement, reinforcement,asphalt paving,managing technicians. Construction Material Testing/Inspection I I, K e 8 l t rl CK r4.s c s[c a Environmental and Geotechnical Engineering Services www.AescoTech.com 7 s a w 7 4 e O's e a a d lefr 467 Statcmcnt of Qualifications AESCO Proposal No.P6996 Devore i-15/1-215 Interchange Project-Devore Lead QA Inspector: Mr. Faulstick was the Lead Inspector during improvements to the interchange through adding one new lane and two miles of truck bypass lanes in each direction and building a new 1-15 mainline northbound connector. Responsibilities included ensuringthat the inspection and P p testing for the project were completed in accordance with Ca!trans specifications, testing frequencies, overseeing the day to day construction quality and providing testing documentation, daily reports. Professional working relationships with Caltrans and Atkinson staff. Specific inspection tasks included roadway, solid columns, CIDH, MSE walls, bridge abutments, tieback/soil nail walls,approach slabs, retaining walls,barrier slabs, barrier walls, MBGR, mass grading, roadway grading, storm drains, utilities, street improvements, reinforcement, concrete placement, shotcrete placement,grout placement,asphalt paving,managing technicians. 1-405 Sepulveda Pass Widening Project-Los Angeles Lead QA Inspector: Mr. Faulstick was the Lead Inspector during the widening of the 1-405 Freeway. Responsibilities included ensuring that the inspection and testing for the project were completed in accordance with Ca!trans and LA City specifications, testing frequencies, overseeing the day to day construction quality and providing testing documentation, daily reports. Professional working relationships with Ca!trans, LA City, Kiewit staff. Specific inspection tasks included roadway, MSE walls, CIDH, solid columns, bridge abutments, approach slabs, barrier slabs, barrier walls, retaining walls, sound walls, mass grading, roadway grading, tieback/soil nail walls, MBGR, storm drains, utilities, reinforcement, concrete placement, shotcrete placement, grout placement, street improvements,asphalt paving, managing technicians. Pine Tree Wind Turbine Project-LADWP,Mojave Lead QA Inspector: Mr. Faulstick was the lead Inspector during construction of the wind turbine project. Responsibilities included ensuring that the inspection and testing were completed in accordance with LADWP specifications, testing frequencies, overseeing the day to day construction quality and providing testing documentation, daily reports. Professional working relationships with LADWP, Kiewit staff. Specific inspection tasks included concrete foundations, rock anchors, CIDH, bridge deck, mass grading, roadway grading, storm drains, utilities, reinforcement, concrete placement,grout placement,concrete and grout sampling,soils testing. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services 1 ' G u f d e K g .-t «e E c a wr�vw.AescoTech.com :a st ?k c ci x o..r d left 468 ARMCO Suter:um!of Qualificabou3 ALSCO Propcdal No,P6996 Ben P. Graubard Senior Inspector ----- --'- Iducation: Mr. Ben Graubard has a total of 14 years of construction and BA..Calif State infrastructure experience on various airport and roadway projects tiniverliry Fullerton throughout California. His experience ranges from Quality Control, 10-hour , iki (various districts), to Quality Assurance Representing the California OS!!4 and Safety Course Department of Transportation in District 8. Ben's responsibilities have ranged from the testing and inspection of concrete. Inspection of grade, certifications: installation of reinforcement,and the placement of concrete. ICC Reinforced Special Inspector IC('Prestressed Concrete Specific Project Experience Special Inspector South Airfield Improvement Project Los Angeles World Airports, Taxiway .4C/Concrete Field Testing S,Cross Field Taxiway project and Runway 7R-25L. Technician Grade I Senior Inspector: Mr. Graubard was the Inspector for the new 75-foot wide iC/ 1gregate Testing center taxiway, Runway 7R-251„. The project included the replacement of the Technician_Level I runway pavement, navigational and visual aids, and other associated site work AC!Concrete Laboratory such as utilities, lighting,signage,grading,drainage and structural improvements Testing Technician- over the Sepulveda Tunnel. Mr. Graubard performed Quality Control Inspection Level I ACI Concrete in all aspects of demolition, subgrade preparation, underground utility Leiresti inlrechnician- installation, lane preparation of PCP paving, lane reinforcement inspection, Cal Trans Quality airfield stripping and batch plant inspection. coniroi tlanager Caliprnia Test Methods: John Wayne Airport Taxiway Resurfacing-County of Orange (111)i, CTI2.5.201-217, 22',504,518. Inspector:Mr.Graubard was the Inspector for the resurfacing of the most heavily 26 521..123,524,513,539, used portion of Runway 19R/11.. A 54-foot section in the middle of the runway 540.556 and 557 was resurfaced. Mr. Graubard inspected and testing concrete placement, fabrication,testing,and stripping. Register Special Inspector.County of Big Bear Airport-Big Bear City Orsinge Inspector: Mr. Graubard was the Inspector for the resurfacing of a portion of Big Bear Airport. Mr. Graubard performed reinforcement inspection and concrete sampling of the Portland Cement Concrete. Santa Monica Airport-Santa Monica Inspector Mr. Graubard was the Inspector for the resurfacing of a portion of Santa Monica Airport. Mr, Graubard performed reinforcement inspection and concrete sampling of the Portland Cement Concrete. Airfield Improvements-Naval Airstation, North Island Coronado Senior Inspector: Mr. Graubard was the Senior Inspector for the improvements to the Airfield at the Naval Base in Coronado. Mr. Graubard performed reinforcement inspection and concrete sampling of the Portland Cement Concrete. Construction Material Testing/Inspection P g tatiossieds Environmental and Geotechnical Engineering Services 7verril lie Oteirrarie wv.niv AescoTech-corn 469 VA Amoco Stamm*of QualificarioHas ALSCO Proposal No.P6996 Widening of the I-405 Freeway-Orange County Senior Inspector:Mr.Graubard is a Senior Inspector for the Quality Verification materials testing and inspection during widening of the 1-405 Freeway between Euclid Street and the 1-605 Freeway, a total of 16 miles,for OCTA and Ca!trans. The widening project includes construction of new lanes on the southbound and northbound sides, retaining walls, bridges, etc. The testing and inspection services include a review of concrete mix designs, concrete testing and inspection, concrete batch plant inspection, pile inspection and lo::ing,rebar inspection,aggregate testing,welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection,and asphaltic concrete testing. I-5 Castaic Rehabilitation Project-Castaic to Palamas Bridge Wash,Santa Clarita Senior Inspector: Mr. Graubard was a Senior Inspector for the removal and replacement of the existing pavement from the I-5/5R 14 Interchange north for 15.8 miles. This 15.8-mile Caitrans project consisted of constructing new north and south lanes. Testing and inspections included roadway/concrete excavation, a: regate base, lean concrete, base, asphalt, concrete paving, rapid set lean concrete base,precast concrete panels. Interstate 10 Carpool Lane-Puente Ave to Route 57-Los Angeles County Senior Inspector: Mr. Graubard was a Senior Inspector for the 9-mile extension (both directions), a total of 18 miles, of the existing I-10 High Occupancy Vehicle (HOV) lanes from SR 605 to SR 57 in Los Angeles County. Mr. Graubard coordinated the concrete testing and sampling for this project. LA Stadium Performance Venue-Inglewood Senior Inspector:Mr. Graubard was a Senior Inspector for the 70,000-seat open-air SoFt Stadium and measures 3.1 million square feet. Mr. Graubard performed inspection on reinforcement inspection on the stadium and on the surrounding perimeter walls. He also verified materials used and the sampled of concrete for testing, • Construction Material Testing/Inspection 1Pa gc Irsidetaf "ipsoctsis Environmental and Geotechnical Engineering Sices www,AestoTeth.tom 74 ftaoeidt *A 470 AadlG'C'a! Statement of Qualifications APSC.O Pmosai No.P6996 Greg Astran Inspector I Education 8..4. P0liticr,l Science' Mr. Greg Astran has over 20 years of experience in the construction f California state industry, including 9 years of inspection experience. His experience littbcrsIrr San includes both laboratory and field testing of concrete, rebar, soils and ; Bernardino concrete asphalt. Mr. Astran is proficient with ASTM, Cal Trans, certifications: California Department of Water Resources, San Diego County Water i certified Nuclear Authority, OSHPD, and various other public agencies` testing and $ Gauge Operator project specifications, i American Concrete Institute Held i Technician Grade I Specific Project Experience c attram Certifications: Widening of the 1-405 Freeway-Orange County I I:-'I('C,(`A 2I6,CA Inspector Mr. Astran is an inspector during widening of the 1-405 Freeway ; 231 `' between Euclid Street and the I-605 Freeway, a total of 16 miles, for OCTA ; 0Local Irutsn2g f nglneureri 6Ulil H© and Caltrans. The widening project includes construction of new lanes on the , Apprenticeship 1'rogrom southbound and northbound sides, retaining walls, bridges, etc. Mr. Astran ; -Store of CA Certi1Ievf performs inspection and testing of soils and grading, foundations, subgrade, t3`urlt Inspection and concrete. Couraer►•rrrk 15 Inks r Rancho Santiago Westchester High School-Los Angeles (sinew Inspector: Mr.Astran was the Inspector for the ADA Upgrades at Westchester High School for LAUSD.Testing and inspections included welding inspections and shop welding. Desalinization Plant and Pipelines-Carlsbad Lead Inspector; Mr. Astran was the inspector during construction of the largest desalinization plant in the United States.The plant and associate piping were to enhance the water supply for San Diego County. Mr. Astran performed materials testing and inspection for soils, compaction, concrete and verified the tine and grade of the pipeline during installation. Kaiser Permanente Fontana Replacement Hospital-Fontana Lead Inspector:Mr.Astran was the inspector during construction of the 490,000 square foot hospital which included the main hospital, tower budding, central chiller plant, medical office building, SCE substation, and parking. Mr. Astran performed materials testing and inspection for soils, grading, fine grading,utilities,asphaltic concrete,permeable concrete parking,and retaining walls. Construction Material Testing)Inspection Environmental and Geotechnical Engineering Services 1' P a A r •c t t t s 9 rir•K r s t e s www.AescoTech.com 7 r a w 7 4 c greeter( *A 471 Asesco Statcmcrit of Qualifications AESCO Proposal No.P6996 Daniel Jimenez,Jr. Lead Inweetor Cett1fiCaii0fli: Mr. Jimenez is a special inspector with the ability to coordinate multiple tasks s AC I-Field Techniaan: and inspections at the same time. He has many years of experience with on- . Reinforced $ site inspecting, having over 18 years of experience. He has worked as a concrete, struattrai Senior Inspector coordinating inspections on major projects and specializes in welding, Afiniee of welding inspection and steel fabrication for structural elements,high pressure #1 Special Inspection, vessels and piping. Mr. Jimenez is also certified level II Ultrasound Testing t Structural Steel and Magnetic Particle Level II for full penetration welding. Welding Structural Steel 4 ' a and Rolling, Spray $ Applied F Proofing. Specific Project Experience SI7I4Illif'0ire1 Masonry: AO.S-C1*7: NDT I . Widening of the 1-405 Freeway-Orange County $ L'ltrattund Testing Level Lead Inspector: Mr. Jimenez is the senior welding inspector during widening •Vagnenc Amick of the 1-405 Freeway between Euclid Street and the 1-605 Freeway, a total of 16 miles,for OCTA and Caltrans. The widening project includes construction Sen"DiegorrtICity Celt 4: of new lanes on the southbound and northbound sides, retaining walls, concretemaseturwekil t bridges,etc. Performing all the welding inspection for the underground water goineepronfing: CT ties and rerouting and for the water lines in the cities of Huntington Beach, 504, 518, 539, 540, 543, Westminster,Fountain Valley,and Costa Mesa. 5513,557 OSHA 10hr t Fall protection University of California-Irvine Scaffeht during 4, A.warene“ Iltnard $ Lead Inspector: Mr. Jimenez was the senior welding inspector underground pipe replacements on the Irvine Campus. The pipe installation # Confined Spaces included new chilled and hot water lines for numerous UC1 buildings such as •••••• "*.• the Student Center, Cogent, Art, Stem Cell, etc. The pipe diameters ranged from 8 inches to 36 inches in diameter and were welded with Butt Welds 60-degree single vee open root. Nondestructive testing was also performed for all hot high-pressure pipes. Lane Field-Sari Diego Lead Inspector: Mr. Jimenez was the lead inspector during construction of a new 22-story hotel resort and retail center as part of the redevelopment of Lane Field. Performed inspection of welding, bolting, reinforced concrete, and fireproofing. Mr. Jimenez has also performed nondestructive testing for this project. University Town Center Westfield Mall-La Jolla Lead Inspector: Mr. Jimenez was the lead inspector during construction of a remodeled shopping mall,anew trolley line,and new office space and parking structure. Mr.Jimenez was responsible for coordinating and assigning tasks, elevating issues, and communicating with contractor. Performed inspection of welding, reinforced concrete, masonry, bolting, fireproofing and also performed nondestructive testing. Construction Material Testme Inspect ' Page esthete, r a Environmental and Geotechnical frigIneer Services wrInvAescoTech.com 7.4.0. 7I fitsegad ??ft 472 AMIN= Statement of Qualifir2tions AESC()Proposal No,P6996 Dustin Sexton Special inspector • Mr. Dustin Sexton has over 25 years of experience as a welding ; Education: ii:S/C'fi'I Certification inspector for multiple projects throughout California. His experience tis includes school projects, lift stations and telecommunications R"YnldrCa„rnunin College facilities. Professional • Certifications: ' • Specific Project Experience ►iS Welding Inspector t City of Lung Beach Structural MacClay Wellness Center,Charles MacClay Middle School,Pacoima Steel and Welding Inspector: Mr. Sexton was the inspector for the new single-story steel r COMM,'of Les Angeles i frame building with concrete foundations. Mr. Sexton performed Structural Steel and concrete inspection and testing and inspections at the batch plant. Concrete i • ICC:►Iasler of Structural BHS, Los Angeles Interoperative Regional Communications Systems- SouthInspection LaBrea Avenue, Los Angeles CountylCC Structural creel and gConcrete t Inspector: Mr. Sexton was the inspector during construction of a 120-foot tCCStructural fielding high three-legged tower, and concrete support slabs for equipment /CC Structural Steel and cabinets, a generator and fuel tank which was part of the new emergency Bolting communications system for Los Angeles County. Mr. Sexton performed Kr SPraPAPPlied fing inspections and materials testing for grading, soils,foundations, concrete, ltr` '1°° CW1 Welding and steel fabrication. i City of Los:Angeles Welding San Lorenzo Lift Station-Santa Ana Inspector:Mr.Sexton was the inspector during construction of the new lift station for the City of Santa Ana. Mr. Sexton performed inspections and materials testing for grading,soils,a::regate sampling,and batch plant inspections. UCLA Factor Building, Los Angeles Interoperative Regional Communications Systems-Tiverton Avenue,Los Angeles County Inspector: Mr. Sexton was the inspector during placement of new telecommunications antennae mounted on the existing structure and a new equipment shelter on a concrete support slab which was part of the new emergency communications system for Los Angeles County. Mr. Sexton performed inspections and materials testing for welding,concrete,bolts,and anchors. Second Street Elementary School Upgrades-Los Angeles Inspector: Mr.Sexton was the inspector during upgrades of the existing school campus. Mr.Sexton performed inspections of the rebar during construction. Construction Material Testing/inspection ri Environmental and Geotechnicai Engineering Services P's e c f d 4r 4 s if s 3 www AescoTech.corn .+.w i 4 c if t•sad 'Xt 473 P ANW= Stxtcmcnt of Qualifications .\ESC°Proposal No.P6996 Tariq Abdullab Senior Laboratory Technician Mr. Tariq Abdullah has over 20 years of experience in the field and in laboratory testing of construction materials such as concrete, steel, asphalt, and soils. Tariq is experienced in conduction testing in accordance with ASTM, AASHTO and Education: Karachi 1'nirercity, Caltrans. Mr. Abdullah is proficient in conducting sieve analysis, testing of paAisian. B.s. asphalt concrete using Marshall Max, specific gravity(Rice), ignition method ; Geologic Science. • • • for extraction/gradation, flow stability and moisture content from ISPR • • • microwave oven methods. He is adept in the use of Hveem method for Professional • stability and paraffin max density for specific gravity at 25 degrees Celsius. Certifications: Tariq has also tested and fabricated concrete cylinders, mortars, prisms, AC/ • masonry cores and grout samples to determine concrete strength through Caltruns • • use of the compressive strength machine; and is proficient in the laboratory ARE!' testing of soil including moisture content, plasticity index, expansion, particle size analysis, R-Value, direct shear, consolidation, etc. Mr. Abdullah is also experienced in the testing and inspection of soil and asphalt during grading. Specific Project Experience Roadway Construction at Pacific Coast Highway and Alameda-Long Beach Laboratory Supervisor: Mr. Abdullah performed laboratory testing including wet density tests in accordance with Caltrans 216 test for roadway construction at Pacific Coast Highway and Alameda in Long Beach(Alameda Grade Separation), Widening of Taxiway D,Bob Hope Airport-Burbank Laboratory Technician: Mr. Abdullah performed laboratory testing for the widening of Taxiway 0 at Bob Hope Airport, Burbank. Testing included asphalt flow and stability (Marshall and Hveem), maximum specific gravity (Rice), bitumen extraction, bulk specific gravity, percent air voids, core density,asphalt extraction,R-value. Street Rehabilitation-Anaheim Laboratory Supervisor: Mr. Abdullah performed laboratory testing of asphalt, base and Portland cement concrete for City of Anaheim street projects in accordance with Calt tans procedures. Repavement of the 710 Freeway-Los Angeles County Laboratory Supervisor: Mr. Abdullah performed laboratory testing of asphalt for the 1-710 repaving project in accordance with Caltrans procedures. Testing included asphalt flow and stability (Marshall and Hveem), maximum specific gravity (Rice), bitumen extraction, bulk specific gravity, percent air voids,core density,asphalt extraction,R-value. 1-5 Freeway Widening-Los Angeles County Laboratory Supervisor: Mr. Abdullah performed laboratory testing of asphalt, concrete, and backfill for the I-5 Freeway widening and relocation at Alondra for Cali rans, Construction Material Testing/Inspection ! Page Irssildc4 ,frifisesisai Environmental and Geotechnical Engineering Services vwww AescoTech.com 7ie sis*al( Ilft 474 FAA AEsCo Statement of Qualifications AFSCO Proposal No.P6996 APPENDIX B Certifications Construction Material Testing)inspection Environmental and Geotechnicai Engineering Services a'R c Sr 1 s w silts www AescoTech.com I s e rr 7 s g s•r s de VA 475 ili Pr Statrumat of Qua1 ilctious AESCO pc>sal No,P6996 y r 40.£ .a t.r i v. P A e k r t <M r t r?a a i r 4t'R'/.y th..lc.ctoxi 11A414441t,,l/w t 4.w.t7.f ant 6w414eiN4., '.^cd tt4 "ar,4,i t E~a.•t irr rsrs.1 -trrY kur +rta:CA�Ai-t44# I .' vttts ;ir,t at .L t9slas, 'ilb24f-Tt . tr. (y_� '. 4 N ► C e T A 11 T er.a rwaenr,ww+w Wi,�- _•=..rAwl4.7M-c,e r a-n.e t___MMMW 4 W 8au—.4.,4..w.7 a..e.t.tmu*r m.4.Man. f•Npa€Ya ^..+- / /}� �y{�@ \` '*'/• 4.MMO*a►.e►..e at.y.,.r a..d:aa,«ratio.....a,♦4 #loaattK, �`.i M/ I ORR aeineaa &afro_W#...CSNFL.M L..Y i)6..0.4 Y r.MYi or Ac�AN CItANAd ista limns 4,p.-..4„.w Ater r.M®...o4w.,..t.t.. 6661 ALANITNN fR #.how....14....re..,r►44141141161. MUNTSNOTON MACS CA 96641 Ails mesa. crat!Lel e u=u=go roll lil'M M till YtMit 4 i.Rt t W1, fAAAxi Nt .],1MRtt k VOW tntegillatt Naar 4a04 roe rap nog* MOM rlMrarft • it vo1if rl PY pa;M a t car,t t f i#a a t e eew;rs tar inerna stanu en rrrss,i. a/ .eta..A1519',O i*i1s, p r " •., P4r'-t'Itt rea'riat port�`or and carry ' 3 a. a Cie newt. w * --•� • it x4tb you at ate tires. aid Ufa-2122 1 MMN xM 1 . ♦ ` t « sumo Pee mat.CACA AIr • i « (AIM SkitvlYCAPI,AA.annunelTM f`'"' •`,,, •• I N P ti lI T A N I OSR ,f. M.Lelral atRt tJr,,t..7e f►9 M.= .� w,.... VIM l.OMssltatq� eM+3f.4 i tilt tC4C. . ,"`it M.rlw+44.6 it.CNttMars P....c as a.7 rwnlerMs/r.Wm.MMM. ,i ./ L 0.4ty 4*mod.1..7*et"o.move one.al atop cra r ells- xcAI. N'N&INB.NR. tanonra i.Merl, ra a wa►Otetal.a.lo.444,47/6 Mall*0 MM alter ,CA 211tiAK�IALtN GNAftAA � 1 l iq.ws 477t i.ap war aMf troll.BisWrfri sqM tMW. 6661 ALAnITtlt a IN s nova tariae 7.•r.astarue w saa deliflevikkil.96 wI AttM670N atALN CA 92646 ta.v..at.cMr,,. . rttN glier.¢ :I....,:I....,.a S.w .,at.'. .inn++*tt k,y,..., iWtY.tiTtD rip l at nst =i,+i,ri= I4.1Pa=M V .""......,,.",.""'� : '..t" hs1 i$Peke nrosi$#, iltt F sm.. fair rums rraarda 0 1taast 44,11,II Construction Material Testing/Inspection Environmental and Geotechracal Engineering Services a It e ee t t/1 t er j of a+M e t e tt www.AesscoTech.corn Papas '7 i e 9 s N a tt 4 AtA 476 r01 AREICS3 &arnica of Qualifimtious AFSCO Proposal No.P6996 01.01.1,01.4 .**+' %kW' 411" • ; , ° itingegiligga ..$04 $ *Ma+ Itit1111 ifyit 144441141ii(ft sloststyls spas 44 114.41 14:444,5. taw Nzlokt4A'N--‘ canstrurvon Material Testing)inspection ' Page rossridid, filasested Envtronrnentat and Gentectinical Engineering Services www Atiscorech.corn 7sigof 74e ftootar4( *44 477 Amoco Statement of Qtalitications AESCO Proposal No.P6996 ...poncomu. tatilti,4.11.41,01 17711 IIIGUETP1* 11100111.111101 rims 4$ moo tri4LIZSL-447`..ilcart_ • Construction Material Testing/inspection I 14 g tretledlief *tied Environmental and Geotechnical Engineering Services www,Aes rncaTedtto ?soap 74e qsestai left 478 rtal ASSICO Sent of Qisalifications 1 AESCO Proposal Na P6996 lit PP . itc.44} Construction Material Testing/Inspection ! Past It tIdtett 14issote 4 Environmental and Geotechnical Engineering Services wissmov AescoTech corn 7ge. 7,* Ossa.s4 .1tos 479 riti, 4,1 Starr ne t of Qualifications AESCO Proposal No.P6996 7 Sa,lyect Oran conRe:out.C?wna cum C4 ' From suO0044124101eartec cW To: .rettivartiragailOgaisoo.:.fix** t.. Date Yet.Sao 2 at 5 22 Ptvf 0 a. QM! Ortlne OSHA TrajniN r s. r Aram•awAtoW SO ta.Mat*fv,Ilroaa +r az*M s:rwesaa art CtIVPl ar,& 00 0.4- x 4$E ,41.... p aws x x roir aaa a!Ea*V*Owe.As w . :kaat earn laVONOW A:Zia II UNA.M s Pat ixYaa ologailaaeloorie Construction Material Testing/Inspection I' >ffie t tarri+t! sf+■s s t s s Environmental and Geotechnicat Engineering Services www.AescoTectt.com y'4 a rra 7#t f s tt e ar d 114). 480 A Fr AO Statement of Quallficationi AESC()Proposal No.P6906 ...._ ........... ._.--- ......._ ..... it lit -Poo Ls Public thew . 11, ea el,s ia BOARD FOR PROFESSIONAL ----- ENGINEERS AND LAND SURVEYORS \_-/ I i 1 1, Thu 4 To cintoy nu.*?...tamse: ew rt,,,p,„,.,..,,,,,,a Ck..1,,y,t,Ilivittloss I a The D.4.143aatill tell Paceasitaati C Odi alltir 'atati atraniati . 3 DULY mann,MI Alt ENOINEER-1N.TRAINING . te At Asia ail Calittoto,sod is tad rtikl To XI Thy Aatoitir ILtal I i Panama*Csodossal a Sad Coat ..... WiTalloid OUR 1440(3.atli Mal ; Certificate NO 113T 135214 4st a 7 vfp-, • 203%at Sossamsotc.,Cali font s. a VALID tarrm,reorrssion&,•...LICE1151,1it i5 DATA:d120 /WARD FO2 P2.0713StOd A:. INW 1' MAIMS AID LOW S JAN SY oas cats .--- ...'--- 441114Claa,,G at4111MLI)rteet - -84/17441-19L,Ir * .... as tantoso 4 as 111110,.0"ra rat a.Olia”OK ta,is woo w wit satoomes,to00011111111 IIIMItseak MI as WM Construction Material Testing/Inspection 1 P a it c frati4tiat "filostitiem Envtronmental and Geotechnical Engineering Services 7t.om IL(* ft•soit it, www,AescoTech.corn 481 f I rill aaaco Statement of Quidificatiggi AESCO Proposal No.P 996 —Jr American Concrete institute s aRxaa_ 111111 >� Publications Certification Education Committers Events Chapters Topics in Concrete ACI Store Why Cestficattntt Verify A Certification Need Help I SEARCH RESULTS Verify a Certification Name:charnea VIEW ALL IESOURCES I THE ACI STORE Certification Programs Tour search returned I record. NO wS Testing Locations Ctssmaa,Omar atrr Z1.211 Certification FAQs ACI COC4ifTc .1E-.0 TESTING rEcti ' -GRADE I New ACCtic.".tpttFtc+ atta Ex tres LWt 13 2022 Packages $ Groupponsoring Ananeen CA 92$04-3961 United States Mai`rp ;n'4 Resources C®a,tt foatbslh Draw a Resu?ts Per Page Ira ' Crowd Americans wah May 11 7:'r17$ kea Disabilities act t�f7ai Tarawa usury I Ftrst Concrete Convent=In Info IMO MI fostacknen Rods Retearct Pr©retts Construction Material Testing/Inspection Il'Environmental and Geotechnical Engineering Services a cgilds*, ,/go s s t s 4 www.AescoTech,com 744.4 'Ifs 9s 0 N r si 9<ii 482 13 Iktileissistet()talilicadoei A MOO Prepaid No.106996 1 ,, ,..„ . ..... „. .,. .,. ..., :,,, Classroom, .... , Online _. __,.. Ccnitiotte of Course Cotoplet!,)o Omar Charrata 40 1 Tx I IAZWOFCR 111'0612011 22 Student's Nara* Comer Titk CIAASIAt Ciiklikka 0Alk .... — gigna,usr 40 .. 4 of Mese appeoved Online Institute of America , 144mbni&Mot Met I bee*somplesma me abo.•mamma A fAvokkatt tA CkikkikAlklet• AIVA.SktikkOrk " Storoty c.ounws t, ANAANTINKV swath the ethical gent rtrOW,174 OV 30;t4,4143109 C0001 Marbled by Classrom One,onli TW 7 Roam Grose DT** i atimovecrage tt I consumed at troormabort and too* Lureaeby 1 a K,11134 LI Peranort Ossizzes araillor enta taitk. 1-371,1,S1-43.e? T -a oll -me ' N Construction Material Testmg/inspection I i'a ir,c risiidotat oirsetieit Environmental and Geotechnital Engineering Services 9:«.* 'Tie fs•oresd *ft www.AescoTeth.corn 483 till Amoco Statement of Qualiftcanons AFSCO Proposal No P6996 I igit'.'i9 .N.'ie'4S..14°24filitTillr*44tViligt2441215*N:."':' 'Or*" 4Yit"-Mts, "I'lit ' '“ , ',,,.1 •r... ‘ ' „,*:`,.' '''" -c..- .sv,,i,l,"-,..'4 ,.. '''•• ‘; , c'' -'1' , =-.' .•• '. ' '''-' ... •.' ' . '-* ••,' :, :',,,... .it c i , littlivp.r teti, iiiiii „,..it 1' ..45:1.1:1,2. , . . . , , • - .( i t.,, , il, t I I,0 - . 1 `: ,'A *4; ,, ,, • ,, ,e, rv"..-.,-‘,.hei..;;;,..,„ :, • ,... . , n . ';';-..- " ,. • . .." ..' •. P.1,1'-; • •:. • :',' 741.kart*aka-„....JKbigii.. , _. ,,,.....' -,44-1.144iittl. br • :;;,... I ,... • . 't-,.., ;-- .ott‘ '''''• ' ' ' ,, ' ,'' ' 4 -' `,°' 44;47W*tnaLn.a4 elorree on RoAiailort Safrty itta goiliNiortouithil01..1- lli,1 ke4)1 1,4;$ ''Igth .,v,:!. . city of *OA Chlairini sum of CA , . :,!' '•.>" ''-';. PIM.0124,.220,1r71 ' .' 4 P.•Ak , IV Alb nt1414.1 . .' ..111F • ' . Oprit- .....,....„,,.'",,,,1 '1' .st. 4:!,.."-., • '`Sr:, . ,1„47,. ; .,.,. 2 4 , ' •• ", '..,...°':,:r•1774,. 27 4 r 0 r V- • r-.. .,"; .,—• : . ,"t.:,..‘1'.7'.,' . ''', ' ' : . ,i'1:7•.:;P'..;, 7', '4';7 4-,::;,.., . ..... .. ,.. .v,2..“.,4r, -(..,...',.) . '•'r i:,,,,.... ./vitt' '. ..opl,,"" ril.....4: Construction Material Testing/inspection , Environmental and Geotechnical Engineering Services '7,,,‘, www AescaTech COM 484 Statement of Quattfarations AFSCO Proposal No.P6996 13 • 0.1L333:02 artrigNILM jpC3/0" 'slivery IS MI i•AMS S 03'5/31,00436C 31 303115'40.011 Wr-1.36`,CA arCe PCOCIP0 COVC010`G.&MCA,11329tCM311 Assocwra 0.....m.no Air ire ape 41.311/00 3.• 33•022mor r-eir Sawa.rarrvaar Atorra•Sa ,=.1,:ea33.2rr \I ce orn tare ea./..4.341 ,e6.1 co,urinary tairs eartrawor 1401,011105 211 00 wawa cr cc,ot o)•^ ACIIMOICArtilchio, 111101•11114 Pls.to tar mita"Ire 21130Orimpp gado rsani ea+NW Sr 3•33"23.ralrar oil ark:ewer revour, arra"is 0"alapli. Nrczyy .f"r oboes Nes Clkiseis4 plipa. CHAkiig:70 ,LCZ0335 brew 3...33636 et-s wicker" gal,.vow..whs.*.MON II Nwir ti Om.rot,Getilkett,12.11•11.1"al 1101 00n.ft, 1,,*Sobers LlealLen es"pi IN Iry 11.41t 3403111.0113111100i 1.22.4 to arrial3W/C653-5,5051,333333'13533 tCELIC • 11101110114 ratiounigiuninew +war IN ram.b."131".2 OW.9.10•1 GeOrt, 4.400111COMINIWIC 3316•1•314 00411130108 Re yrs matir/C1:-P... C3r3art.,* 21 sor 3300,2$03 06,0•21.3 arar ae, 22."41,10 Orr-011.1411111111 Oil Iwo;moTM Pangs or lineatta lorr masa art tar C3C *4 ir .,}011 VW"Ail mIrrier 11"233 C.Jaltrilairr I traPs rnanake.. Construction Material Testing/Inspection I ' greitari., Environmental and Geotechrucal Engineering Services I vim*AescoTech.corn 7***, 7i. fie*.4' VA, 485 rill AESCO Stmementaft4a6ficous. AISCO Proposal No.P6996 . . VW,1 , 1...0t t-CE CCAITICATIEst CALIFORNIA DEPARTMENT i".. OF TRANSPORTATION .,... prest,v3 this CERTIFICATE,to Omar Chamaa 4e,,s cered to perform me(Wowing tests INA moored elieveeen OA* 4 AN xttsitAr A4totcwo4 itatorttoe, -77 itaS 222'"21 111 t t.et it.41tott*,94 1.22 1 c'EttbittitiA burCE.;2 btabat ketchrot tab' T.T US ACG e x V 4'".tot E tstt SttetbAAEtE tbb' bett4tEt12 CT 123 384 CT$23.4122i XXI ES Ell Ebb*Ebel:bobby* tat CT Mt VEE 0,2 E lb A.TtzEttet Latt° CT libt EttAtbet.tt E.tboto Ebettervartb Lott CT VI XXIbbt) It4a4 ntraltismiert k 2b'' CT in zen4,1,2 losixiso Ltb 1 :T SAO X42,464 1 eon latottlgt.0i4 LEtt, n-SI4 13a2,' f...1 3 t Ebb Ifistgo.hat.fa LA. CT$41 bEE0 bE AE **try Ebbw Ebb' TM 203:40.11 ,Vt.,titittitrittiros Ot. trAt,0 CT NS Z21,146-i 1 l'lia AvtlAttlittb Ebb' CT lea r.r..ilt.1 1 FlAkt attitita24041 t CT$4111 Ntt4t t,tt I/ hatroy tkaroo. t a&. Ulli t ACICECtEstb,IV=nbowttoottA.11100111110014ortat EE•ticq*AtsblESENIEMIEWEAtbabria b pottxtv fEblE011010.101110,1141.EOM Meat. AO E.' lotbtbAbb . . c., VOW 4",fot Mei,202,4 -,41C,,4,tnri 1 WNW*A V1044 34 toy at tbo-.tot- 9.041,11.41P.tittOrtUtib..fte**•040/4 0 Ctilltnt* , Pfillelli INK*Whir wareiesoito trif rata%illlikeipsinr,s..v I,i to..Aide**1 to rot ,,.. 1400,$0, / / d Construction Material Testing/inspection I Pa gr Vatbitiso rim evicit Environmental and Geotetnnical Engineering Services 7,so ?is ftamad *ik www.AscoTeCtuom 486 FA Arraccai Statement of QuOirseVions AESCO Proposal No,P6996 oss,s.ssmorasmsesses 41,E.1 Jtat 40464 CALIFORNIA DEPARTMENT OF TRANSPORTATION Presents this CERTIFICATE to Steven Crumb °saran% who is certified to perform the following tests: 1100 fotothod Ltatioam Ca* Iteadataa Asattrad Laboraanr CT 1-0 7021 0447 4,4,41)17044ticsvya 140 1 CT 120 Ws 21721,04,27 040,40 04N0CI 4,00.4044 ,..44)1 CT 201 20214$27 04,40 P.,42uKhorro 440 1 Cr 202 2021 04 27 P4444 M4444044ry4 L244 1 C1 200 2021 04 27 San 666014(644a, La CI 216 2021 04 77 44.A4b%,,441444,4414 tab 1 C27.17 2'2214447 614,440 M44:04004444 t414 CT 226 201-04.27 ib lab 1 CT 227 20214447 800 60040400.30y0 La 1 CT 229 20210447 taut Pattocary* 166614a lab I.ALSCO Taadota ,..!.66 Ziluullan.tactrou:ar9,0 tfral.75 Caufad 6•646ta4ert 46664oact fa) DV*eir 41044,40441 066)1/2618 616a Thal cabasta s vat a iota as L'a Testra 44444+4444471.44044.14:4,4 444,40444f44443 irt C4,444414` 4,444:44444414 Assurama Otowitm t466,646 $606 Construction Material Testing,/Inspection l'a g t 'Egg t'it' la 4arsoti41411 Environmental and Geotechnical Engineering Services www.AescoTech.com 74e geamod 487 ra Stan:meat of Qualifications AFSCO Proposal No.P6996 American Concrete Institute . Iiia%.. - Atwoys OCivancing Publications Certification Education Committees Events Chapters Home>Certification i .!trity A(:oldratiori Verify A Certification Why ACI Certfication I SEARCH RESULTS Verify a Certification Name:mikhail Certification Programs Your search returned 2 records. Testing Locations Mikhail,Bassein Certification FAQs ACI CONCRETE FIELD TESTING TECHNICIAN - GRADE I Expires December 16, 2022 VICTORVILLE, CA 92392 United Stales Sponsoring Group Resources Mikhail.Giovanni ACI CONCRETE FIELD TESTING TECHNICIAN -GRADE I Americans with Expires: February 27 2021 Disabilities Act (ADA) Anaheim.CA 92802-4015 United States Info Results Per Page to Construction Material Testing/Inspection ! Page re ildim sr Arm c:te 4 Environmental and Geotechnical Engineering Services wwvir AesciaTech.com 73 a ae 7414. fgeated VA 488 r illifilliM Aseco Statement of Qualifications AESCO Prciposal No.1)699(3 a,isairi soma,carom F.y.........4 cc ,r: ,$ :,- : , "" J ,,,,,-5 -; , 1 ,,,,, 'I At '-----, -.--- . - - •s '' ''''' I-Dr Cert.! I'llf:?- .17,,,,,,,1 ' '- 4,. ..?. i The ICC Certification Search contains inforrnahon on leclanduals who mei be tly certified%with the International Cisde *AA Council,.but ts not the official record.Certificates shotild be verified through viewing the original c te rs by KC to.,e the sclual or by irang the search hinction below,To inainfOin the ootency of KC cerb6 rates. Lkoti must renewtti the, s every tveo to three rears through retesting or tifrapinenit octieltaets fuil details on certificate renew rector are found in the.-.rr i',-.4e.rxr%Renewal net:pagr„ 1Iisqidty also contains certificates of state,regional.and affiliated associabons which are spomored by KC. n and constituet,if your listed inforritabixi,s rtcerect.please nobly (ICCpolicy e„..to maintain the privacy requestt°I't''''''.14"`-'` nw, =Spats prefer that detailed address and telephorpe information be trick:teed in your irt. rig,pieri,e prode itc. th watter, notice which authorizes this action. lenin of the:This toting is provided as a service to the constituents of KC for the purpoet of locating atcestd ifte professional or contractor in area,or confirming stone,for iridivictual-...Any other use,-s afe,transfer or, reproduction o ny lwthout oon the detect,rn expret's en core t of KC is ' prohibited.ICC reserves the right to incorporate some false tw to a ny use of this service. First Nettie: LaLt Name Cttsi State- Certlitca ton Isit e. - Reset , PtEASE NOTE Search wig return a rnanenurn of SOO records and Is binned to that information on record ItS pica/vied by candidates Search Result 1 records found. Certified under this name City State Certificates Cacivaisni fitalual Maheei CA Structural Masonry Special inspector(export 04/19/2022) Reinforced Concrete Special Inspector(expires 04/19/2022) Cr Environs 489 AESCI:e St,Irmeur of Qualifications AESCO Proposal No.P6996 Construction Material Testing/Inspection ! Pao- Vel!idiot "'rattled& Environmental and Geotechnical Engineering Services www AestoTetttcom •m Tois O'tiorast l‘ft 490 .4' , 1 N . .,..,# A. 4} Nt i k .,... ._ . 4 litV, COUNTY OF LOS ANGELES DEPARTIVIEN I OF PUBLIC WORKS BUILDING AND SAFETY DIVISION i CERTIFICATE OF *„ REGISTRATION z. f ' SPECIAL INSPECTOR ---" 01671 sitomo Mikha Expiration Date:il, Giovanni 2 . 2055 S June Pi t .6/30/2020 Anaheim CA 92802 it E ... e u5 (714) 306-3387 'It ,rt SPECIALIT Y v' C P v M WV 8 2 3 = 2 g.' 00411%, I Statenunst of Qualifications AESCO Propcdal Na,P6996 ,t4 WI ' C'4114.11,0CATIOS • CALIFORNIA DEPARTMENT OF TRANSPORTATION p.simis ERWCA1E Giovanni Mikhail 04",0 CA-re Ettl to portiere the taiicreing tests tketilowid assittaern Matt tAfellapOltbit 1441Ccis4ild Entry CY NW 21 YkAtat*WO?worts LW $1, X414241 boo Inartiovro wo CY 4.144 anri4147 ok-ee atA-Mowys t CT 5443 ittt1-52V 2NA40,3nesweep 4.40 CY 5,4,1 Z£4442-27 Ik44it Y%41teltort Cr 44trettee-er apes 3netwewp Lah CY 5111 474 7 flratt3.Vfollt'airrt Litt*MAC°.tic lin:4:5030,0t5to Lt-PtateSite itkiC$ tsa taltargari z***4****el 550~IS Id WV°AUX U"WPM tt*At inetot cwt or /*Wes mot too owslitirro tit.sr*motto:41.f flee Sege warms Ji:S 4-1-11cAta s.aita as irr-7 SV 41.4.13 45 :Auk."m,tAturtv't5 4 A x P *WO Construction'Material Testing/inspection P e s iris Environmental and Geotechnical Engineering Services wwwAescoTech.corn 7 it a is 144 492 rika Statement JQualifications AESCO Proposal No.P6996 ; \/ 7 « ; u u z4 :11 \ \ : k 9 $ � � \ ')� P . !g • Construction Material Testing/Inspection | f#Re ■«it ete.f rime.iaa Environmental and Geotech Aa Engineering Services www_Aesccirech.com 7!0_ 74e /lorelid lift 493 Statement of Qualifiranons AESCO Proposal No,P6996 WINO M.MIMMOIMMIMIMONINO orteMost usairtr Iyrs CM, 5P•Orr C maw .Lar, rthoonstion C A Pr...A...3od LeMeZIMMI*MO limper*,tworry 22/17=1) 34'V applatal f Ilarralkra%Irani Impratal 4N:owl an:?VI) Structural Steel at Waling Saw far.,-Ltatt.1 =I?*WV lbeiking bawler known CannX12) Strurlaral Marrow,*.pre.al Inrerlar prIciorrA CIZA)12024 trarOa.,.0(....rroar Silvana Irrarralar Upset Wpm 021111=14 Plomernq In,4.0or L .,,pnrs(12(1 7/X1717 „ — ---„ iman......warrommewmapm.ear. Construction Material Testing/Inspection P 1.; Fag "fa•selea Environmental and Geotechrscal Engineermg ServIces www Aescorech.com 9ois 93.,44 se,* 494 rAl nSEwc*t 5tatrmeat of Qualifiratioas Al SC{)Proposal No.P6996 Awe CC Christopher .1 .Soo >* C I lla%romp:led tk the rtiloimotteots c ,Att-A ter 4. .Staniard for AWN °er+►afi*otio+,xaj Eddins lower f % al tc With COITOCIA0,31 itst Mind xvvv oatotortottoe Construction Material Vesting/Inspection Environmental and Geotechnical Engineering Services + 3'" t:< Em, i,e,..,0 ,i.c t t e a www.AescoTech.corn y t a w 7 4 c (1 t e u d Zt, 495 511 Sutcmont of Qualifications AESCO Proposal No.P6996 (5.11.641114111"41114"ill American Concrete Institute vtail‘el ill Always advancing Publications Certification Education Committees Events Chapters il...N.,e- • '."-.:0-.:tro:n <.in', A Gt-rtitic re r r, Verify A Certification Why ACI Certfication Verify a Certification SEARCH RESULTS Name:kopenski Certification Programs Your search returned 1 record. Testing Locations Michael J Kopenski Certification FAQ5 Ad I Concrete Field Testing Technician-Grade I Expires December 12, 2020 Riverside, CA 92503 United States Sponsoring Group Resources Rastas Per Page so Americans with Disabilities Act(ADA) Info Construction Material Testing/Inspection IPagc igoiritiieiag .01,0esica Environmental and Geotechnical Engineering Services 7tork 7‘e Ciloaa I left www.AescoTech,com 496 Statement of Qualifications AESCO Proposal No.P6996 AVVS's Free Online Certification / Verification Services CEerrlcCCM1O11 4 31X iFC; A s s.re«tier.a W a e.w.meglic.r«,. rr"sew U.m,.Syarr%,Dr 4.'144 Y he zMMcYbrt na.a.r Or tot` *OW 444 Isetta04 nowt. nso,v,swa_0.4to,dr.t.4,ret vortavivaaIV tf ty.w. Mit;tlaei J Kopenski c„,0,ION_ VS* !Aping..*lbtwe Con 24+.400lre taw*Reatt. two NO. ht. boa =41 Tw 4* a,XYl Mew. Ga,+N'Wiaq r.r?nsl Mb)Rt'> .'. .MOSS r.ytw »rr eer a.awce[..At**r.r•tva *wa.onwoori + r karat were ere a s►WIt4 aM **A.0911,14.14,64 4%itttlitta4t,44rrw am al#w 4 lw#ra i '•Y111.04 MOWIt4004 w RM+MaetallMlNr. 9901022 8 ;" �-.� ..nsts 4+tLwMr "wood 44P4*WOO 4e41.#Case Construction Material Test mg)Inspection Environmental and Geotethnical Engineering Services � lit '+y "'(seem w.vw.l esceT clt.tcsrn I t e m '7�i c s 4 a g d ?l 4 497 VA mast= Statement of Qualifications AESCO Proposal No.P6996 C.06.041 00 ago.0,0 IOW& Gry 1t.eut C.00.10.0010 Vat ors czrtor. tweloc r• ç. r0e-rai*000.04 Sv•cos 0 1/02,23314 owes CAM= &vas Av.....Rs 0.0010s,;0•00,110000030.I"0.04414144,0 S 0040,0 atte007 500.00111000.00 0000 0 vas,cma 100.10,• Ls0000to Sper.1 Invader to...C1110122! uyest 00 500000100ps0.00•pops.0/7irlittat %sawn(am?norm fC 4 al 0,0010000100,00.60000 Nap.00/Z2.11221 AO.ia.T. :,0r v•00 0000 OW".:100,312 0,0,0 seem,.Poo 0 1•00000,,crafm, Construction Material Testing/Inspection Page Vattdedgf ,--imelce a Environmental and Geotechnical Engineering Services 7sear '71c eisougee left ww.v.AescoTech.com 498 41111110110 Stout of Qualthaitions AESCO Proposal No. ,P6996 Alb Atennt Were* alaffsf Construction Material Testing/Inspection emeemet4, Environmental and Geotechnical Engineering Services 7t v 0$ '74e 9144,4,i lift www Aescorech.corn 499 FAI AEISCO Stairment of Qualifications .NESCO Proposal No.P6996 way..co*.•••••••••• CC Cr:tufted sand,!Ns C try State (oculicates Ilaerlof laced Mao.," Of, Matter of Spectrl :pectron rstiarts 04/14120221 Structural Saari sod Icatun',,pro41 loatector(twain 0e1142122) Seta,Nopiard fore Proofing Spesal Iruurciar 0104/20:21 Structural M144.019 Spoual totpetior Oill4n022) Seaft Spec.*Iropectur fe,toret 08/14/2022) Itautforced Coral**Satuut lotptrctor(topers 011/14/20223 Structatel Marcy Spersai in!...pectice*von OW WM24 Structural Saari&Metraturoa Spec Inr4;-Lawry femoral 0204/20.227 tafaasaaramaaaapautuautaranatmarroacar att Construction Material Testing/Inspection 1'a 4- restide•f Ararostea Environmental and Geotechnical Engineering Services 7s.0, 74s f0000de *A ototw AescoTech.com 500 AECO %franca of Quiliftettlotts AESCO Proposal No.P6996 Osioko mci i cettleiCATIell CALIFORNIA DEPARTMENT OF TRANSPORTATION Presents this CERT1HCATE iD Jarrod Martin v.ticiscettged to perScon the follasvng teat fast Ilteaked Eaperaitea Omit ferepormaas Ammetami taboresory 2=244:11-11, Sea*Gomel 4110 CT St. 21:244:640 Sad**weal Lib 1 CT 511 202401.10 Settee CATIPINW LIE I CT MO 21:10442144 Sol*Comma Tab CT 1414 202441,10 Same,meam lat) CT we IXt,t4t-TO Saba QfPrIANI WO I CT SST =401 TO Sat*Clem. lab 1 Lea /EX.° trTe2 041091140.t" +Amoname Meath No Lett Laboratore tedamaied adh teem m soceedeed m abloom Me bed method Mmemed 'mums mem ter masocomlied we,an mono" 40orstort- 944':-^t1A Catebed ealeparedere 4€04 clo.wag.*OW7=1 Tama oirrss maw Thic conliam lit+NW as bolo Wilii**060•1•0110,00/0/12/0.oimplompals vicareselolopoillos Asamerer rearms Mahout Mama veleh triter owelleatione by abillleablillOodalkaatememaa dot aa oft' Nit*WI Construction Material Testing/Inspection I, 1' Id ,-ifogewit Environmental and Georecnnical Engineering Services 2vv,ii# '74 e 110mgd 71A www Aescorecn cam 501 AMOCO Statement of Qua° AFSCO Pmpooal No,P6996 w• :, 4 per, *a Cavort*f led ie#inr Twaothcran JARROD i MARt IN c,.ww. 6.ax.wwha+s ti.t.ea,ntrro+ e o, ( ell.y.,.... wo t ... «.�...�. ,..w .�... ..,,.w. I� 144.01114114 l'lt6itt'� �. Fc ooftEltroutrAttot COtiN Construction Mdateria.Testing/inspection Environmental anti Geotechnicai Engineering Serve css i>Xt�1«M J ar f s t e a www AescoTech.com 7,.+r 74, fr*#III ' is 502 Statement of QuaItfications AESCO Proposal No.P(996 4%1 American Concrete institute Stant*,the AC1 SA, ..rys alwwitirg so' I itt) ,Iset tifitAt,nn., El ut dtiust amiatiatert Etetto Cam dcwirt amorete St Verify A Certification AG Cerikation tie,p SEARCH RESULTS rertif ra;lon viLW ALL iLLStitliCt.L's Nam :re Lk Tilt AC/siou icatots Prognnis 'ever search murned i word NEWS Loasions ftsulsOck Merit T vey it ZAP icaten TA A.,1 CONCRETE FOELD-era,*retkolmaAn or4Art New ACt:waive*Pm; Qs Fwe400,4 Awe 4 4 mn Steam Costs Mess :A 92526-2919 Un ted 3es ;mins cre._p tosy 1,1**,4 tWantiectsset tres RcmLtPOI Pogo 10 * etie.4 icans with Way it MS TU*Miktiltintior Ras ki(AD'; IVittuan. jer*es von.e,201S A131414401*Pak:3 wet Yr:leen Construction Matenal Tesnngi Inspection g Saibtiat ,eftweitte* Environmental and Geolechnical Engineenng Services .71,0so 14t 0**assott www Aescolech corn 503 III tikik AIESCO Statement of Qualifications AESCO Proposal No.P6996 =WM* Sean*ta 0.1161.1PnaIlleaskrais,CC. ' - # ' . • "' "'. ••': ', ' . /--..... -:-....-- ''''-klt,:,.::.. :. ,,, ,...., „„..,...... ..„.........:, .. , . ,,,1/4.,„......... . „ r , . ' .0.:44,,. •i!W:?'1 ...:4: ,', . ,i, , lAr"r 0 re S..''',;‘,:AO fl,-....- 4," The ICC Certificahon Search contains informaticx1 on individuals who may be currently certified with the International Code AA A Council,but r not the official record.Certrficate;should be verified through viewing the original certificate issued by ICC to the itiindual or by urig the search function below.To maintain the currency of ICC certificates,indrviduals must renew these every two to three year;through retesting or professional development act:snots Full details on certificate renewal requaernentt. Thrt registry abo cocitairis certificates of state,regional,and affiliated a";waitrons which are sponsored by ICC. KC policy is to maintain the privacy requests of itt members and constitueine,..if your listed information is incorrect otiose notify KC If you prefer that detailed address and telephone information be included in your Fr-AIN,please provide ICC with written notice which auttxwue;this action.. Terms of Use:This listing is provided as a service to the constituents of ICC for the purposes of locating a certified professional or contractor in your area,or confirming ttatus for individuals.My other te.e.„sale,transfer,or reproduction in any form without the express written consent of ICC is strictly prohibited.ICC reserees the riglit to incorporate some tetra rustily;to detect improper use of ttus service. first Name: 4,a,t t4ar-e- . . State Cert fcaton Type' Reset . .. .. . - Ftf At f NOTE.-Search will return a rnainnurn of 500 records,and is limited to that information on record at provided by candidates. Search Result: 1 records found. Certified under this name City State Certificates awry(hub** Costa Mesa CA Prestressed Concrete Special Inspector(erptres 06/22/2020) Reinforced Concrete Special Inspector ferpres 06122/2020) Cc Environi 504 rta AO Statement of Qualifications AESCO Proposal No-P6996 album V 431/31104 ISSIINSOONICOMO.Waft *ow*ohowst 4.06INI* ‘4110, 4.04. C:411"W"dvw Veriy A Cettfication PA .PP SLAT* P.1.111.1041%14.04 46, ‘11C'tt4 Cor*PiNPS,GPM P SalYSZta...MS1Ug1 &Ljrs*CIPT" Fs P.s Pt ASAIS,7.4 ANS ASP'S Sas OAA P KIM:PASS At SPASPASAY Sr* ThsottetsPAWASPIPLA ASS PLOVVVV, P ors 4.6.4111•40 11/0011140as.aa—s—, oval/mink$ow P daaSSASFIF ISSAA*14.1trisS ItAzipitrom ts"*.s,SPAISA. SWOOP.`A ZS* P.P.SA. ass ***s vt*Of T PPP etmeturt Mn P PCP.0...S4TP TP.PDV3P,t1406:i..UAL% Stwoosir*who cook**. Eve**c<KAgitw 1...*7 SOS ess41 sac*PAPA* ASPAP.Ses. PIPS SOPPY.Pit NOSNO100000.. 42.0PAPP„SAP P AAA AtIASArti ISAASCAS TErit4!trimaran( A''419, Osasew PAS PIPISSAASSAPLA MAMMA * APT t MPS Sass 11/4044 Ast Pigost IP vitws .014. tooa kiadazetkamitzvan Pts. ASSAAA.sass au AilLuttsberrak.airk t"..446 SAPLASSLASS..... AA I ,A 111.4PAI ,PIPPORk LIAPANAAs r ..LIPP P...44 IIP,PP Construction Material Testing/Inspection ' Page Vac/deal ,cifsiissica Environmental and Geotechnical Engineering Services wwwitiesroTech rom 74•0 7e fstootaii 1tft 505 .k. I 12"..A, i .a. ,... I - ts' 'a ,... IL: k ''' i , . _,,....... . .... to . ,... Jr i I : t ( - C c r t i fi c a t t filo I . , Comptertott .. . . . 4,.. , . i' \ • it Tirii ir to art"41,Itat _ ,(leeg AStran .64,"ronapleted tio 11 *Ilk\ bark CP.V*triairtimy C,tiit II&MI Rd;,11:111101,Stitt)WO U i 1 14/44°144r CIA414$44 CO tilt, 2144 aly of :Amory IS gg `utthe ,,, 8*"Ni. • ( N.,I •e- r ''*'' city of.,.. 4!" State of t'A fay kart Lattalear Compaiy. ,.- . ..: .3 4114,k t. It ' '3; Ing Now Amert tritte. a if, vi, *ta. ' . •.' C J :; '•.: ,.; •:,, . .• . +41.0....Nopekr.....44.02. y '' 04wroo 0.44 MOM 11, ' aft) BOAST ( ,...:. .7! , .,,, . . ,firtioki;sok.', ' '',4hilitoitlit. -41.„7,.•,,,,ipti:;;;,:i..--t.„„;,,,o,,,, ,,,:;,.0(.11%,,,,,,,,,. , ,,,,, t....1 i c 7) p % 7-4 g ..«..... ,,,, E ta t ,„, III State mew of Qualia Gstions IMOD Proposal No.P6996 ,,.. I 1— Z •2 C I ; sZ COW fig ... I g f w p6 ..tot y? i 1 3 I le'44 .4'3 1 1 i uj 13. 4 0 i I ItT. ill 3 .1 i , ; i I ,4 4 I ; * - Cr I— li sii6t tg 1 " / i -4.' 0 U. a m 4 . j 2 .V 11 / iIS 0 1 3 f u. 0 1 4a *mi."' 0 ! 1 4 I1 .41 rr — I ,5 ! I I 6* ! — •.... • . —ir t 1 •1 I 1 4 it* I t..,11111 11 •1, 1211354/ vi t 7 — 12 i $ - 13 tttt I 1 c.: a . . Construction Material Testing/Inspection is Environmental and Geotechnical Engineering Services ti4ittiel .obseoieot 7*.ms Tie firsoified Itft www.AescoTech.com 507 . . \. 4< � P2/<Pio.P6996 110133dSNI2Nq\ % \3WL3 \ ��� � � ? \ ootx 0 \ . = Construction Material Testing/i |fa## fraitdi,s, Environmental and Geotechnicat Engineering Services 7« . 944- f!«*,d t# www AestoTech,com 508 Statement of"ions AESCO}'rapaasai No.P6,996 CITY OF AsAH M S t g 11;-60619 PLAN ktiNG DEPARTMENT MALMOOvl3tON RECEIVED /ANNUAL REC,ASTRATION Font BUI113114P 0IY131O bac Amos: PE*WOO ' . I SPECIAL aeffCTGtt INIFOATION Nerve Tot' Est �� , vim+ r '.��. . r v4/3/imt City eagAzwIiiiiS Ate•_ 77 ' if i .lair•Wt Peaces 2r*z f- c'''- - C31e M oknifitaimns 4410d t NMI be omit lid ma emm not be mumboa to twee bowing A CakkanAdromelllimme, �r i matt a ctn. ca — Oro*FAN Toplev I' a. _. ,* 4,4 bt__ TIONIIMIIIIIIIIIII HERS aIIMINNIIIIMII Omar •ftskszar.,4 EpoxyA 4 Nettioy triofttt USW i tis iiiistiWied its Sle1410 Mt 3#s Oust 3 Said VW*ova Wad S000* arYvesa . t wd rally Zai!ee pb=Muni a*t+WwdWIPWW4 odd Ow ppibrood—awl job spatiksagass, I at wasi tam Prossassio Cas«:rs an no pboar 6ndla Iny,bypeasamay saitaxt4#i knaiviadipa as swots,#4 1 soprosAsta my savors fax the sassred*taps at my tavaxmatbaty,t 04 tarsaver0y r+asfy SON the Gxc t *We* C_'#y a ANIt a kakitillg DisSsitin rw alloseta. A fersx1c(Iny tad W iris wows ra4 be sibmaawo IN Eigaidng EAssote,w varthev at tegiAar story.* 1,0 40se pqrode s tnso cartiSpav tistatialvy t urtactigt itoot 11414 ar by no 0/44a,WIdddd es Ergavo e I imorstar4 tax 4 is irs ristisonati4441 to pilsriiiit'nit warm agsg Wigan Farad mantes Owlthine ptare43 Icttst Arwsier a+s craw Sear hs wag Otsoseiarls tit: 7 14 74164 1$3 F tat.O 1 Fax, 714-755.4fat7.. ) — ZA SA CA ., t�iP ekArEI Tt t7ATE ND DivcsioN sc;NATuRE WE I ANONA 1. :o.3 -,„ ash. 3 cs ham. .41s a Ss IMSS etas tion Material Te st inspection 4 Environmental and Geotechnlcai Engineering Services f'a r t t w[t a s "c a www.Aesco'Teckcorn tow lit 9:•teeayr it ICA 509 Statement of Qilaiifications "AF.SCO Proposal No.P6996 kit:*"UAW am* sew* loosiri. VassINI 1111101PSO 4**,4 4****,40***/*INOS 1111011s* I**IMIs IC****....ettropqmoimisits '1,31**Aat a ...Awl. Om**wow.*ow ittS,4101$ it* UK4.14', ;Nei* 411111 : sea 4111011041* 111/aftql1P111111 Construction material Testing/Inspection , emetalLia9 Environmental and Geotectinical Engineering Services i$,0.01 9't*tcod 77t aivow,AescoTecti.com 51 0 Wrap Statement of Quahfieanons AFSCO Proposal No.P6996 819011,0tit 4214:80011111101130 C ALIFORNIA DEPARTMENT OF TRANSPORTATION Plesehts this CERTIRCATE to Daniel Jimenez WhO certned to perform ate tottowing tests Tem Method EMMhthoot De ARevonistle Assocuard 1.44x4Mory :eta oe44 nunsiti'stood 1.4> cr 518 2019,88.14 RItheral tibbiod Lab 1 539 '1,014.0E-14 Michird Hibberd tab 1 CT S40 Z21903-14 Richowd libtood Lab 1 CT&43 2019 C8-14 Riatturd Hafted (No 90at CT 5 244 Akttivi tibbeal Lab 1 CT ssr zolus.14 8199b11abbard Lab 1 Lab t CO Tocrerocoes be 17782 Georreavaa lit ktreleWn St1001 ta4 UAIMMOry tWOCKsatrd*WI the*SW ateradbled to pin the met wetted idtied TeMen muitt fiempdated 44th ton Accrecloted tabotetety f ,IL-"c Li: -1/ IA EU kARIMICI Independent Atisumear OA} Date 11C0r018 ttobt Thin Er011470. VOW itllg Tenter torrotom mtt acoMMt4o,fecitmeerorlit ClArst* independent Aimartmce PrOgfant lAorm4 Pave trt Constroction Material Testme inspection Page frot(4te, Afttsttdm Environmental and Geotethnical Engwitering Services www AescoTech.com stisi 94t 9tt**4 511 AMOCO Protlosa1 No. a4644a4411+014 0a,qYaet4w 44.41, xk*97 tl94Y `.• Imo 44tigAtit 4ts � AC1 Crsrstrria,FivId testing Tettirilditn. C}UT1N L SEXTON C 4e.,i,s,4t Lott 4 t t+mwtttS7eevn Constructor tvtaterial resting/ktspectior IPttove Envirora ental and Geotectsnacal Erhgi tr 5er ices ' 1 a►it a r o s t +r.Aescorectscom a s 'j f icgs***rt X 512 LI I AIESCO Statement of Qualifications AESCO Proposal No.P6996 APPENDIX C Additional References Construction Material Testing/Inspection I' Eu(e4(c4 .-rfmketce4 Environmental and Geotechnical Engineering Services 7-4., 74e <17octod vvww AescoTech corn 513 AMMO Statement of Qualifxations AESCO Proposal No.P6996 C I lent: City of Santa Ana Contact: Mr.Tyrone Chesanek,Senior Civil Engineer Address: Phone No.: 20 Civic Center Plaza, Santa Ana,CA 92702;(714)647-5045 Email: TChesanekgsanta-ana.org Services: On-Call Contract for Materials Testing and Inspection; Adam Chamaa, P.E,. G.E. Project Manager Dates: 2011-present Client: Fountain Valley Unified School District Contact: Mr.Joe Ilastie, Director of Maintenance and Operations Address: Phone No.: 10055 Slater Avenue, Fountain Valley, CA 92708: (714) 231-2229 Email: hastiejra fv sd,u s Services: Geotechnical Engineering; Materials Testing and Inspection; Adam Chamaa, P.E.,G.E. Project Manager Dates: 2018-present Client: Orange County Transportation Authority Contact: Ms. Rose Casey, Program Manager Address: Phone No.: 550 South Main Street,Orange.CA 92683; (714)560-5729 Email: rcasey•aocta.net Sem ices: !Materials Testing and Inspection; Environmental Engineering: Adam Chamaa, P.E.. (i.E., Project Manager Dates: 2017-2019 Client: Caltrans Contact: Mr, Kausi Amuth. Senior Transportation Engineer Address; Phone No.: 3100 West Lake Center Drive, First Floor. Santa Ana, CA 92704; (949) 279-8688 Email: kausi.amuthadecca.gov Services: QV Inspection; Scheduling. Geotechnical and Env ironmental Engineering; Adam Chamaa, P.E.,G.E.. Project Manager Dates: 2018-2023 (projected) Construction Material Testing/Inspection ! Paige Vgiticrao rifte•ica Environmental and Geotechnical Engineering Services wvvw AescoTech com im 7dt Oftstrad Ita 514 Statement of Qualrficaboas AFSCO Proposal No.P6996 APPENDIX D RELATED PROJECT EXPERIENCE A partial listing of related projects for the City of Huntington Beach is provided below. Lambert Park Slope Failure Beach Gun Range Huntington Beach City School District Solar Panel installations Roadway Improvements (Heil, Nichols, Talbert, Main, Warner, Slater, Yorktown. Garfield, Gothard, Magnolia, Graham, Newland. Slater,Atlanta, Brookhurst. Edinger) Newland Street Bridge Central Net Fire Training Facility Pavement Design Warner Avenue Eastbound Sinkhole Emergency Response ON crnlyer Reservoir Springdale Reservoir Utility Operations Yard Van's Skate Park and Retail Structure Geotechnical Lift Station 4 Lift Station 1) Trinidad Lift Station Ranger Lift Station Atlanta and l3eacli 1,ift Station Oceanhill Sewer Replacement Sewer Siphon Remediation, Brookhurst Street Lift Station#26 Beach Boulevard Water Main Extension Warner Avenue Gravity Sewer Lift Station C Algonquin Lift Station #10 14-Inch Water Line Installation, Huntington Harbor Water Line Garfield Avenue Main Street Parking Garage Traffic Signal Modifications, Brookhurst and Yorktown,Newland and Atlanta, Magnolia and Atlanta Yorktown Transmission Rehab Downtown Water Main Replacement Bracing Sewer Pump Station# 1 Drainage Improvements Beacon,Heil and Trudy Brookhurst Bridge Renovation Feeder WOCWB Water Line#2 Realignment Well #9 GAC Filtration System Magnolia Street Bridge Preventive Maintenance Brookhurst Street Bridge Preventive Maintenance Construction Material Testing/Inspection • I PAgc FaLeg.cm,q 4,INCT(Cel Environmental and Geotedmical Engineering Services '77/eN 7.4 ejzose4r4 VA www,Aescoiech tom 515 Alsco.Prop..4No.P6996 Edgewater Sewer Lift Station#6 Bola Chica Signal Modifications Main Promenade Parking Structure Improvements Talbert Lake Modifications Water Damage Main Street Parking _ e Sewerline Beach and Slater Structural Wall Repair Main Street Parking Garage Heil Fire Station Tenant.Improvements Main Street Library ADA Restroom Upgrades Electrical Upgrades Peck Reservoir South Beach Phase II. Storm Drain Seapoint and Garfield Storm Drain 7th Street and Goldenwest Solar Panel Installation Central Park Solar Panel Installation Civic Center Brookhurst Street Renovation West Orange County Water Board Feeder Line#2 Water Well IA Van's Skate Park Testing and Inspection Saybrook Lift Station Cascade Sewer Line Repair Arterial Rehabilitation Graham.Newland and Atlanta Graham Alley LibraryLift Station Arterial Rehabilitation Slater Westbound Warner Ave.Sinkhole Emergency Response Admiralty Bridge Asbestos Survey Humboldt Bridge Asbestos Survey Central Library Fountains Asbestos Abatement Sewer Lining Project 2021 Humboldt Lilt Station Banning Storm Water Lift Station Gothard Street Hel i pad Construction Material Testing/Inspection Environmental and Geote chnitar E 1 T#„ x t l t$ s�Kr c x c a Engineering Services wvvwAestoTechxom 7 s a av 7 4 t f t s i*dl 7t 4 516 Statement of Qualifications DSO Proposal No. APPENDIX E Letters of Recommendation Construction Material Testing/Inspection E mental and t otechnlral Engineering Services ` $+� + w rP+n s s[cat wanv.AescoTech.curn 7 s♦ar 7+f s f s s a,r ai 517 Los Angeles Unified School District !..:. . . Facilities Services Division ustagrhamoln01~0.44k• INMAN.ofteartilmiliew OFFICE OF THE SUPERIvl Ps MAT mounts SIMMS DIVISION 03-20-2014 To Whom It May Concern: Los Angeles Unified School District has worked with AESCO since 2008 and have found principal Adam Chamaa and his associates to be highly professional and competent in providing a variety of construction related support services AESCO has been a valuable resource for the Los Angeles Unified School District in completing a large number of new construction and modernization projects. They have provided soils and geotechnical engineering reports and pavement design for almost every campus within the District. In addition, they have provided material testing and inspection services both in- state and out-of state when necessary. Timely reporting and accurate documentation of their work is one of their strengths. We feel comfortable in recommending Adam Chamaa and AESCO for infrastructure support services. If you have any questions please feel free to contact me at (213) 241-4702 Thar tiet CA' Cc_ar (fy-- 5 Elfurra , LAUSD Project Execution Department (213) 241-4702 tor Avis U1Sdoril Moog•heirnia Sernun°mina 111 Oessiy An,214 flog.L Ali**C4 9m17 ralsOmes(M)3414111•OS 0-0)741444 518 ALHAMBRA UNIFIED SCHOOL DISTRICT 1515 West Mission Road, Aihambra, Ca.9i/503 (626)943-6500 February 22, 2019 To Whom It May Concern: Alhambra Unified School District has had the pleasure of working directly with AESCO, Geotechnical/Environrnental Engineering since 2008 on a multitude of project throughout the various school sites. Adam Chamaa, Principal, and his associates have provided highly professional and competent construction related support services. AESCO has taken part in projects from playground installations to new construction and modernization. They have provided excellent soils and geotechnical engineering reports, timely and accurately documented. I am confident in recommending Adam Chamaa and AESCO for Infrastructure and Geotechnical support services. Eric Espirso Facilities & Construction Manager espinosa_eric@ausd.us 519 FORM V1.0 EXPERIENCE/PERFORMANCE RFP NO PS46817 QUESTIONNAIRE Page 1 of 3 Los Angeles County Metropolitan Transportation Authority Questionnaire Purpose I Introduction THIS PERFORMANCE QUESTIONNAIRE IS TO ASSIST THE MTA IN ITS ASSESSMENT OF THE GENERAL PAST EXPERIENCE/PERFORMANCE OF A PROPOSER,SUBCONSULTANT OR OTHER ENTITY THAT WILL BE RESPONSIBLE FOR PERFORMING WORK. PROPOSER (IDENTIFIED CONSULTANT IN SECTION 1 BELOW) HAS IDENTIFIED YOUR ORGANIZATION AS A REFERENCE FOR PAST EXPERIENCE/PERFORMANCE. SECTION 1 PROPOSER/CONSULTANT IDENTIFICATION(COMPLETED BY EVALUATOR) AESCO Name of Proposer/SubconsuitantlOther Entity 1 SECTION 2: IDENTIFICATION OF RESPONDING FIRM(COMPLETED BY EVALUATOR) 1 Azzam Saad,PE,Esq -Contracts Manager Name&Title of Responding Firm(s)Representative 2 OHL USA Exact Name of Responding Firm 3 3100 West Lake Center Drive,2nd Floor Physical 1 Mailing Address Santa Ana CA USA 92704 City State Country Zip Code 4 714-318-3902 Primary 1 Main Telephone No Primary/Main Fax No. 5 Brief Description of Work Performed for Responding firm Perform Quality Control matenals testing and inspection far the widening of the 1405 Freeway between SR 73 and the I 605 Freeway through Orange County. AESCO prepared the Quality Control Manual AESCO also performed the Aerial Deposited Lead testing for the project. 520 - • FORM V1.0 EXPERIENCE/PERFORMANCE RFP No PS46817 QUESTIONNAIRE Page 2 of 3 Los Angeles County Metropolitan Transportation Authority, SECTIOr. OVERALL PROJECT EXPERIENCE/PERFORMANCE IN THIS SEC TION, PLEASE INDICATE YOUR ORGANIZATION S SATISFACTION WITH THE PAST OR CURRENT OVERALL PERFORANCE OF THE CONSULTANT IDENTIFIED IN SECTION 1 ABOVE THE CONSULTANT IN QUESTION IS TO BE ASSESSED ON THE BASIS OF YOUR ORGANIZATION S FIRST HANOVIRECT EXPERIENCE WITH THE CONSULTANT ONLY PLEASE PLACE AN'X IN THE APPROPRIATE BOX INDICATING YOUR ORGANIZATION-S LEVEL OF SATISFACTION WITH THE CONSULTANT IN QUESTION THE SCALE IS DEFINED AS FOLLOWS • 11-UNSATISFACTORY: CONSULTANT IS OR WAS IN DANGER OF NOT BEING ABLE TO SATISFY CONTRACTUAL PEOul4EmENTs AND RECOVERY WAS OR IS NOT LIKELY IN A TIMELY MANNER AREA OF EVALUATION CONTAINS SERIOUS PROBLEMS FOR WHICH THE CORRECTIVE ACTIONS APPEAR INEFFECTIVE • $-SAT1$F CTORY: PERFORMANCE MEETS CONTRACTUAL REQUIREMENTS AREA OF EVALUATION CONTAINS SOME PROBLEMS FOR WHICH CORRECTIVE ACTIONS HAVE YET TO TAKEN OR HAS NOT BEEN FULLY IMPLEMENTED.BUT APPEAR ONLY SATISFACTORY • g-WOO: PERFORMANCE CLEARLY MEET§CONTRACTUAL REQUIREMENTS AREA OF EVALUATION CONTAINS SOME MINOR PROBLEMS FOR WHICH CORRECTIVE ACTIONS APPEAR EFFECTIVE • g-EXCEPTIQNAi: PERFORMANCE CLEARLY EXCEEDS CONTRACTUAL REQUIREMENTS AREA Of EVALUATION CONTAINS FEW MINOR PROBLEMS FOR WHICH CORRECTIVE AC TION APPEAR HIGHLY EFFECTIVE Fall I Pass U SG E NIA j 1 Consultant accomplishectiperformed work being evaluated To o . o 2. Consultant provided experienced design andior project managers with abilities needed to meet contract requirements. 3. Consultant demonstrated ability to hire, maintain, and replace a 0 0 0 0 _(if necessary)qualified personnel during the contract period 4, Consultant provided a timely response to nonconformance 0 0 (3 0 Issues. 5. Consultant exercised initiative to solve problems_ a aao 6, Consultant provided timely resolution of design defects. 0 0 7 Consultant developed and met established project schedules 0 CI El Ei) Contractor provided timely cost proposals for changed work. 0 C3 [3 13 9, Consultant paid subcontractorsisuppliers in a timely manner 0 o 13 In 0 10. Consultant provided effective Occupational Safety & Health Policies, Procedures & Programs to meet contract 0 0 0 0 requirements 11 Consultant provided and effectively Implemented Project 0 0 0 [13 0 Quality Program Manual requirements 12. Consultant provided Quality Control Inspection Instructions and 0 a 0 0 0 effectively conducted inspections • 13 Consultant effectively implemented requirements for 0 0 IN 0 0 Engineenng Design Procedures(s) 14 Consultant obtained permits, inspections and necessary 0 I 0 0 [i] 0 approvals from third-party's in a timely manner 15. Consultant effectively coordinated with the Buyer/Owner CI , 0 GI 0 0 I 16 Consultant mitigated claims and changes 0 0 0 0 0 17 Any other comments you Would like to make such as would 0 0 Cia 0 0 you contract again with this Consultant? 521 142) EXPERIENCE/PERFORMANCE QUESTIONNAIRE FORM V1.0 / FR'F-P NO P—S46817 Page 3 of 3 111 .10 Los Angeles County Metropolitan Transportation Authority Any other comments you would like to make such as would you contract again with this Consultant?(Note: if no additional comments so indicate below.) _1 have known AESCO for over ten years. They always perform professionally. _Very knowledgeable with all material and testing requirements for heavy civil and_ highway industry. Works very well with owners and contractors,solves problems. Experienced in public works and document requirements._ I o Pass Consultant/Subconsultant/Other Entity must receive passing marks or a N/A in twelve (12)out of the sixteen(16)questions,at a minimum,for this reference only. (Note: The Technical Evaluation Team may determine any unsatisfactory identified as critical to the procurement) For Metro Use Only: Score Proposer's status after review Validated by: Date: 522 Phi Orange CountySafi Bernardino County trift Condom lAw I i 163 Armor Rouireati flatinotro Om&t tt monk ratimitia va r t te ?1 a niaGYA Tao CP i-" 0ti t" 4*; 1t tt 10,1,,Vill tattr 030041t AMOC Client Name: i . Company: 61tAte . .,O - y Dale: 575/i4+ Strungl r S rr what ` l frtciec icteci Scrtrre:what tr arr l Agree Agree Disagree Disagree t)oec AESCO appear .lknoeeledgeable;qualilied >4C to erform the testing Overall AESCO handles all complaints I in a timely manner. r_,_ .' ,,4 i Would you use AESCO 3 a :tin? e Would you recommend AFSC."O.s s`n.ii.es to 1 other ;•- .zanies`' ' Overall,you are pleased with the way AESCO handles obstacles at the jobi. AESCO submits reports i in a tirel manner AESCO"s staff is readily available to pros tde support when �needed Additional Comments: A1 -- .�µ S «4 _ How Can AESCO improve? ��r Si re: e, , .„ Corns Mat erial terial Testi gi Inspection itEnvironmental • Geotechnical Engineering Services www.AescoTechcom 523 MLARCHITECTURE February 21,2019 To Whom It May Concern: I have utilized AESCO for geotechnical engineering and construction materials testing and inspections. AESCO has been very responsive and they have provided excellent services for various types of projects including structures, utilities,and pavement for the Alhambra school district for the past IS years. We highly recommend AESCO Inc.for both geotechnkai servkes as well as construction materials testing and inspection. If I can provide any further assistance, please do not hesitate to contact me at(626) 283-5996 or email me at mleu@mlarchitecture.com. Sincerely,Mtin C.Leu, President 1961 W.Huntington Drive,Suite 201.Alhambra,CA 911301 626,283.5996 524 \lik. Ountr County l it and r Coup ty 177 d t it Lunt 141i53 anon,Aardfrearti 1 itattingion IScach.Caliorroa 92W F08128.1.t'.illixska92433 Tarr $714137 3 k Ttle,. Fat, (71 14 373,3831Far t34Y83?T8411 Clime N. ode' Date. _ -LI - zatto E Strongly Somewhat Undecided Somewhat =Strongly Agree Agree Disagree Disayrce Does AESCO appear knowled eahle'qualitied to perform the testing? Overall,AESCO i .... handles all complaints $in a timel manner. Would you use AESCO again? Would you recommend a AESCO's services to ?t other corn zanies? OventII.,you are pleased with the way AESCOS. handles obstacles at the job AESCO submits reports in a timel manner AESCO's staff is readily available to provide support when needed Additional Commentts: How can AESCOimprove? Signature: Construction Material Testing!Inspection is Environmental • Geotechnical Engineering Services www.AescoTechscom 525 EXPERIENCE/PERFORMANCE RFP NO PS46 QUESTIONNAIRE FORM V1.0 817 Page 1 of 3 Los Angeles County Metropolitan Transportation Authority questionnaire Purpose I Introduction THIS PERFORMANCE QUESTIONNAIRE IS TO ASSIST THE MIA IN ITS ASSESSMENT OF THE GENERAL PAST EXPERIENCE/PERFORMANCE OF A PROPOSER.SUBCONSULTANT OR OTHER ENTITY THAT Wit BE RESPONSIBLE FOR PERFORMING WORK, PROPOSER (IDENTIFIED CONSULTANT IN SECTION 1 BELOW) HAS IDENTIFIED YOUR ORGANIZATION AS A REFERENCE FOR PAST EXPERIENCE/PERFORMANCE. SECTION 1 PROPOSER/CONSULTANT IDENTIFICATION(COMPLETED BY EVALUATOR) AESCO Name of Proposer/SubconsultantlOther Entity SECTION 2. IDENTIFICATION OF RESPONDING FIRM(COMPLETED BY EVALUATOR) 1 Alex Perez Quality Control/QuzliLy Ass,aance Co,.;rdinator Name&Title of Responding Firm(s)Representative c.it.t.rana 2 Exact Name of Responding Firm 3 1122 9 Woodrut f Avenue PnyliCal/Mailing'Address Downey CA USA 90241 City State Country Zip Code sos-ss7-'70S6 4 Primary I Main Telephone No Primary/Main Fax No 5 grief Description of Work Performed for Responding firm Performed the testing and tnspecton for the iean concrete base(LCB)and jointed plane concrete for rapid&eraritrivatim- tnel:Tallty 526 EXPERIENCE/PERFORMANCE FORM v1.0 crj:1 _ RFP No.PS46817 QUESTIONNAIRE - Page 2 of 3 M i T P 0 Los Angeles County Metropolitan Transportation Authority SECTION 3: OVERALL PROJECT EXPERIENCE/PERFORMANCE IN THIS SECTION. PLEASE INDICATE YOUR ORGANIZATION'S SATISFACTION WITH THE PAST OR CURRENT OVERALL PERFORANCE OF THE CONSULTANT IDENTIFIED IN SECTION 1 ABOVE. THE CONSULTANT IN QUESTION IS TO BE ASSESSED ON THE BASIS OF YOUR ORGANIZATION'S FIRST-HAND/DIRECT EXPERIENCE WITH THE CONSULTANT ONLY. PLEASE PLACE AN'X'IN THE APPROPRIATE BOX.INDICATING YOUR ORGANIZATION'S LEVEL OF SATISFACTION WITH THE CONSULTANT IN QUESTION, THE SCALE IS DEFINED AS FOLLOWS: • U-UNSATISFACTORY: CONSULTANT IS OR WAS IN DANGER OF NOT BEING ABLE TO SATISFY CONTRACTUAL REQUIREMENTS AND RECOVERY WAS OR IS NOT LIKELY IN A TIMELY MANNER. AREA OF EVALUATION CONTAINS SERIOUS PROBLEMS FOR WHICH THE CORRECTIVE ACTIONS APPEAR INEFFECTIVE. • S-SATISFACTORY: PERFORMANCE MEETS CONTRACTUAL REOUIREMENTS. AREA OF EVALUATION CONTAINS SOME PROBLEMS FOR WHICH CORRECTIVE ACTIONS HAVE YET TO TAKEN.OR HAS NOT BEEN FULLY IMPLEMENTED.BUT APPEAR ONLY SATISFACTORY. • G-GOOD: PERFORMANCE CLEARLY MEETS CONTRACTUAL REQUIREMENTS. AREA OF EVALUATION CONTAINS SOME MINOR PROBLEMS FOR WHICH CORRECTIVE ACTIONS APPEAR EFFECTIVE. • E-EXCEPTIONAL: PERFORMANCE CLEARLY EXCEEDS CONTRACTUAL REQUIREMENTS. AREA OF EVALUATION CONTAINS FEW MINOR PROBLEMS FOR WHICH CORRECTIVE ACTION APPEAR HIGHLY EFFECTIVE. Fail Pass UISIGIE N/A 1. Consultant accomplished/performed work being evaluated. I ❑ 1 ❑ ® I ❑ 0 2. Consultant provided experienced design and/or project ❑ ❑ ❑ 0 ❑ managers with abilities needed to meet contract requirements. 3. Consultant demonstrated ability to hire, maintain, and replace coop L3 (if necessary)qualified personnel during the contract period. 4. Consultant provided a timely response to nonconformance ❑ ❑ ❑ CI ❑ issues. 5. Consultant exercised initiative to solve problems. ❑ ❑ ❑ ❑y ❑ 6. Consultant provided timely resolution of design defects. ❑ ❑ ❑ ❑ EJ 7. Consultant developed and met established project schedules. ❑ ❑ ❑ ❑ 8. Contractor provided timely cost proposals for changed work. ❑ ❑ ❑ Cn 9. Consultant paid subcontractors/suppliers in a timely manner. ❑ ❑ ❑ CI El 10. Consultant provided effective Occupational Safety & Health 1 Policies, Procedures & Programs to meet contract ❑ ' ❑ ❑ © ❑ requirements 1 11. Consultant provided and effectively implemented Project l ❑ I ❑ ❑ . © ❑ Quality Program Manual requirements. 12. Consultant provided Quality Control Inspection Instructions and I ❑ I ❑ ❑ Cl ❑ effectively conducted inspections. 13. Consultant effectively implemented requirements for I ❑ I ❑ ❑ ® ❑ Engineering Design Procedures(s) 14. Consultant obtaine permits, inspections and necessary I El ❑ ❑ ❑❑ approvals from third-d party's in a timely manner. 115. Consultant effectively coordinated with the Buyer/Owner ( LI I ❑ I ❑ (] ❑ 16. Consultant mitigated claims and changes. I ❑ IMO ❑ ❑ 17. Any other comments you would like to make such as would I ❑ I ❑ ❑ ❑ ❑ you contract again with this Consultant? 527 EXPERIENCE/PERFORMANCE QUESTIONNAIRE FORM v1.0 RFP NO. PS46817 Page 3 of 3 METRO 4 Los Angeles County Metropolitan Transportation Authority Any other comments you would like to make such as would you contract again with this Consultant? (Note: if no additional comments so indicate below.) AESCO is very knowledgeable in materials testing and inspections and is very responsive to —ceq eats-€ar �;.@ar acio:, eeheasrlinQ. They arm Qa3ek to- oolvc iooaeo—ae—Ehey arise in the field. AESCO is very experienced with highway projects. To Pass Consultant/Subconsultant/Other Entity must receive passing marks or a N/A in twelve (12)out of the sixteen(16)questions,at a minimum, for this reference only. (Note: The Technical Evaluation'team may determine any unsatisfactory identified as critical to the procurement) For Metro tJse Only: Score I'roposer's slates alter review Validated by: Date: 528 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. 13illinc All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion .of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. Exhibit 13 529 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. Exhibit B 530 EXHIBIT B Orange County San Bernardino County° 17712 Gforgrree ei I VW 14163 Arrow Souk%ard thattattan Reath.(iuii9244 Itootsia.(slifornis 9233A Mt: 071413'4-34N Tele: 1909)2S4 920(I Fru (714) 1.as: (409)2114-9201 August 17,2021 City of Huntington Beach Department of Public Works 2000 Main Street Huntington Beach,CA 92648 Subject: Fee Schedule Statement of Qualifications On-Call Materials Testing and Inspection Services City of Huntington Beach AESCO Proposal No. P6996 Dear Sirs/Madams: AESCO is pleased to provide our Fee Schedule for the above-referenced project. If you need timber assistance regarding this matter, please give feel free to call either myself or Ms. Debra Perez. We look forward to hearing from you. VcryA ly yours, etaCO, Inc. / (QC bI dwit Chamaa, G.E. De ra Perez "Engineering Manager Project Manager Construction Nitaterial Testing inspection • 1 n\ironntental * Geotechnical Engineering Services 531 _I„ ev .. ) ABC°P6996 Huntington Bieach On-Call Materials Testing and inspection Due 8-17-21 PretendOnal Staffing Code kern 5/Unit Unit no() Principal Professional Enghseer 5 220,00 Hour P101. Senior Geotectinical Engineer S 205.00 Hour P102 Protect Engineer it Manager S 1751)0 Hour P103 Geologist $ 165,00 Hour P104 Quality Control Manager $ 175,00 Hour P106 Senior Staff Engineer 5 17000 Hour P116 Health and Safety Officer $ 205.00 HOW' PUS LA City Deputy Methane Specialist $ 149 00 Hour P107 Laboratory Manager 5 132 00 Hour P108 Laboratory'Technician 5 115 50 Hour P109 CAW Operator/Draftsperson 5 95.00 Hour P110 Data Processing,Technical Editing or Reproduction $ 95.00 Hour P111 Expert Witness Testimony $ 465.00 Hour P112 Certified Payroll,per hr. $ 170.00 Hour P113 Senior Staff Environmental Engineer $ 170 00 Hour P114 Senior Environmental Engineer S 205 00 Hour Field Technician Code Item Slunk Unit 1150 Special inspector(Reinforced Concrete,and Masonry) $ 121 00 Hour 1151 Special Inspector(Structural Steel,Drilled-In-Anchors S 121,00 Hour T152 Special Inspector for Welding $ 121.)0 Hour T153 OSA Class 1 Inspector $ 142.00 Hour /154 OSA Class II Inspector S 131,00 Hour 1255 SPecial Inspector for Fireproofing 3 121.00 Hour 11.56 Special Inspector Load Tests or Torque/Solt) $ /21.00 Hour T157 Special Inspector Reber Sample $ 121.00 Hour T158 Special Inspector Pachorneter $ 121.00 Hour T159 Senior Asphalt Placement Technician S 12140 Hour 11$0 Asphalt Placement Technician $ 121.00 Hour 1 1161 AsphaltiConcrete Plant Technician 5 121.00 Hour T162 ACl/Caltraris Technician S 121.00 Hour T163 Se niOr Soils Technician S 121.00 Hour T164 Senior Grading inspector 5 126,EI0 Hour T165 Staff Grading inspettOr 5 12100 Hour 1166 Sods Technician S 121.00 Hour T167 Pile Driving Inspector $ 131.00 Hour 11611 AWS Certified Welding Inspector 5 121.00 Hour T169 NACE Coating Inspector 5 142 00 Hour T170 Field Coring Technician 5 121,00 Hour 1171 nondestructive Examination Technician,UT,Mt LP S 126 00 Hour T172 Structural Steel fabrication Inspector(A4/3) S 126.00 Hour 1177 Senior Environmental Technician S 131.00 Hour 1178 Environmental Technician S 126.00 Hour T179 Budding Inspector S 137,00 Hour f abrication Shop Inspections Code Item 5/Unit Unit 'Tin Structural Steel Inspector=BO/ 121 Hour 1174 Structural Steel Inspector LAWS) 121 Hour T175 Batch Plant Duality Control Technician/Inspector 121 Hour • 532 it IF AO Huntington each On-Cali Materials Testing and Inspection Due 8-:1 `- 1 1176 Feiatfcareeii Concrete hest, #inspector Hour Feld I pract or/Technician Hours No Work Performed(Work Cancelled) All field services charge Regular Work Hours First S hours,Monday through Friday,between 5110 a.m.to 5.Oa pvm Direct Project expenses outside serves will be charged at Cost+15 . Time and One-Half Any increment past first 8 hours through 12 hours,Monday through Friday First 12 hours on Saturday Shift between 301 ant and 500 a,ot. , Double Time Any hours past 12 hours Monday through Saturday,,al day Sunday and Federal Holidays Field Analyses Code Item 5/Unit Unit G2C0 Soil Boring tees Hollow Stem A Portal to Portal 5 415.00 Hour G201 Backfill Boreholes with Beritortite 5 26.00 Foot G202 Backfill&Rebates with Grout $ 37,00 Foot 6203 Drumming and Disposal of Clean Cuttings $ 410.10 Drum G204 Fire Water Buffalo $ 526.00 Day G205 Support Truck $ 15%.00 Day G20 Water Truk S 473.00 Day. G207 Mobilization and Demobilization for Rock coring a 1,208.€0 Each G208 Rock Coring $ 416,00 Hour G209 Decontamination of Vehicle and Equipment(Up to 100 mitts) S 315.00 Each 6214 Field Resistivity,up to 3 arrays,maximum distance Of 40 ft, S 1,190,00 Each G211 Environmental Soil Swift with Hollow Stem Auger Portal to Portal $ 446.00 Hour G212 Environmental Soil Boring l+r Direct Push Portal to Portal S 399.00 Hour G213 Environmental Groundwater ing with Grundfos,Portal to Portal $ 28 1:0 Hour G214 Environmental Analysis of soil for waste classification Quote/Sample G215 Environmental Analysis of liquid for waste classification Quote/Sample G216 Ground Resistance Tester(Four Point Method),plus travel $ 1,10000 Each 0211 Potholing,two-mare crew S 60040 Hour Mix Design Review Code Item $/Unit Unit OM Review of Concrete Mix Design 5 166.00 Each 0251 Review of Grout Mix Design S 166.00 Each 0252 Review of Mortar Mix Design 5 1. Each 0253 Review of Asphalt Mix Design 5 210.00 Each Sample Pick-Up/Hold' Code Item 5/Unit Unit AR hold samples are charged at the same rate as the testing rat U303 Technician for Specimen pick up,minemini 2 hours $ 110.00 4,10..i. U304 Vehicle(Up to 100 miles) $ 75,00 i,«s Field Equipment Charges 533 , A ATESCO AESCO P6996 Huntington Beach On-Call Materials Testing and Inspection Due 8-17-21 Code Item 6/Unit Unit , . E3 $ 21,00 Se grass Mold Each E351 Concrete Air Meter $ 5300 Day E352 Concrete Unit Weight(Scale,Bucket,Rod and Mailet) $ 32,00 Day E353 Field Vehicle Usage(Up to 100 miles) $ 74,00 Trip £354 Concrete/Asphalt Coring Equipment rental(min 4 hrs and 8 hrs alter) $ 200.03 Hour E355 Fireproofing Adhesion/Coheston $ 21.00 Test E356 Hand Auger Equipment $ 131.00 Day E357 Level 0 Personal Protective Ecttiornent(PPE),per person $ 4/00 Day E358 Liquid Penetrating Consumables S 32.00 Day E359 Magnetic Panicle Equipment and Consumables $ 4200. Day E360 Ultrasonic Equipment and Consumables $ 68.00 Day E361 Nuclear Density Gauge Usage S 19.00 Hour E362 Compaction Test,per location $ 21,00 Test E363 Portable Concrete Laboratory-not including Technicians $ . Quote/Day E364 Pachorneter(Rebar Locator) S 5$.00 Day E366 Environmental PIE/Usage $ 200.00 Day £366 Pull Test Equipment $ 74.00 Day E367 Sand Cone Test Kit(Stale,Burner,Sand Crane Apparatus) $ 179,00 Day E368 Schmidt Hammer $ $3,00 Day E369 Torque wrench,Small $ 21,00 Day E370 Torque Wrench,Large S 37,00 Day E371 Torque Multiplier(Skidmore) $ 95.00 Day E372 Miscellaneous Equipment Charge $ . Quote Each E373 Vapor Emission Kit 5 5.5.00 Each E374 Field Resistivity Meter $ 236,00 Day E375 Water Level Meter $ 79 00 Day E376 Environmental phr/Turbidity/Concluctivity/Temp Meter 5 110.00 Day E377 Environmental Fitt Usage $ 110.00 Day E3711 Environmental groundwater sampling pump $ 215.00 Day E379 XRF Lead Analyzer $ 131.00 Day E.380 Relative Humidity $ 74.00 Day Schedule of Fees for Laboratory Services Concrete Tests Code Item 5/Unit Unit C4(X) 6'x 12"Cylinder Compression Strength(ASTME19) S 37 00 Test C401 6"x 6"x 18"Flexural Beams Not Exceeding Referenced Size(ASTM C71,C293,or(TM 523) S 8400 Test C402 Cylinders:Splitting Tensile'Strength(ASTM C496) 6 84,00 lest C403 Core Compression including Trimming(ASTM C39) $ 53,00 Test C404 Coring of Test Panels in Lab $ 26.00 Each C405 Diamond Sawing of Cores or Cylinders(ASTM C642) $ 26.00 Test C406 Density,Absorption,and Voids in Hardened Concrete(ASTM C642) S 315,00 Test C407 Modulus of Elasticity Static Test(ASTM C469) $ 111110 Test C408 Unit Weight including Lightweight Concrete 5 6600 Test C.409 Drying Shrinkage Up to 2$Days:Three 3"x 3'or 4'x 4'Bars,rive Readings up to 28 One Days (ASTM C157) S 394.00 Test C410 Additional Reading $ 47.00 Set of 3 Bars C411 Storage Over Ninety(90)Days $ 3703 5et of 3 Bars/Month C435 Coefficient of Thermal Expansion of Concrete(CRD 39,AASHTO 1336) $ $40.00 Test C436 Compression Test(ASTM C495 and C472) S 47,00 Test C437 Air Dry Density(ASTM C472) $ 37,00 Test C438 Oven Dry Density(ASTM£495) $ 63.00 lest C439 Sample Trimming in the lab,up 6*diameter $ 21.00 Test 534 VA ts..E .E.70 Huntington Beach On-Call Materials Testing and Inspection Due 8-17-21 ,.„ ,.„.. ...„, Concrete Block,ASTM C140 Code Item Mina Unit C412 Compression(3 Required Per AVM) S 63 00 Each C413 Absorption/Moisture Content/Oven Dry Density(3 Required per ASTM) $ 95 DO Each C414 Linear/Voltimetric Shrinkage(ASTM C426) 5 105 00 Test C415 Web and Face Shell Measurements $ 47.00 Test C416 Tension Test $ 179.00 Test C417 Core Compression $ 58.00 Test C418 Shear Test of Masonry Cores:2 Faces $ 95.00 Test C419 Efflorescence Test(3 Required),each $ 58.00 Test Laboratory Trial Batch:Cement,Concrete,Grout and Mortar Code Item S/Unit Unit 1.450 At trial batch for cement,concrete,grout,mortar,etc Qunte F.tt-t, Brick Masonry Tests Code Item $/Unit Unit rosao Modulus of Rupture Flexural(5 Required Per ASTM),each S 58 00 Test M501 Compression Strength(3 Required Per ASTM),each S 53(X) Test M502 Absorption:5 Hour or 24 Hour(5 Required),each $ 53 00 Test M503 Absorption(Boil):1,2,or 5 Hours(5 Required),each $ 84.00 Test M504 Initial Rate of Absorption(5 Required),each $ 42 00 Test M505 Efflorescence(5 Required),each $ 89 00 Test M506 Core;Compression,each 5 74.00 Test M507 Shear Test on Brick Core:2 Faces,each S 95.00 Test Masonry Prisms Code Item S/Unit Unit .,. M508 Compression Test.Composite Masonry Prisms Up To 8'x 16" 210 Test M509 Compression Test:Composite Masonry Prisms larger Than 8"x 16' 305 M510 Masonry:Cutting of Cubes or Prisms 74 Mortar and Grout Code Item S/Unit Unit M511 Compression:2"a 4"Mortar Cylinders 47 Test M512 Compression;3"x r a 6"Grout Prisms,Includes Trimming 63 Test M513 Compression:2'CubeS(ASTM C109) 63 Test M514 Compression:Cores(ASTM C42) 63 Test M515 Mortar Expansion(ASTM C806) 315 Test Fireproofing Tests Code Item $/Unit Unit F550 Oven Dry Density 79 Test P551 Adheson/Cohesions Testing,per hour,4 hour minimum 126 Test G unite and Shotcrete Tests Code item S/Unit Unit C420 Core Compression Including Trimming(ASTM(42) 63 Test (421 Compression 6"x 12"Cylinders 3 7 Test C422 Compression:Cubes 42 Test Soils and Aggregate Tests Code Item - S/Unit Unit 535 s 11`a.Fa3C..:l AESCO P6996- Huntington Beach On-Cats Materials Testing and inspection Due 8-17 2i s oc.3 Atterberg Limits/Plasticity Index(ASTtk4 04318) S 147.00 Test S601 Chloride and Sulfate Content(CTM 417,CTM 422) $ 152.00 Test S602 Consolidation,Full Cycle(ASTM 2435,CTM 219) $ 289.00 Test 5603 Cleanness Value:1"x 84(CTM 227) $ 194.00 Test 5604 Cleanness Value:2.5"x 1.5"or 1.5"x.75"(CTM 227) $ 310.00 Test S6OS Corrosivity Series:Sulfate,CI,pH(CTM 643 and 417) 5 210.00 Test 5606 lab Resistivity $ 131,00 Test S607 Direct Shear Test(ASTM 03080) $ 268,00 Test 5608 Direct Shear Test,per point $ 116.00 Test 5609 Direct Shear Test Sample Remolding(ASTM D3080) $ 47.00 Test S610 Durability Index Fine Aggregate $ 168.00 Test $611 Expansion Index(ASTM 04829,UBC 18.2) $ 163.00 Test 5612 Durability index:Coarse Aggregate $ 168.00 Test S613 Maximum Density:Methods A/B/C(ASTM D1557 or D698,CTM 216) 5 194.00 Test 5614 Maximum Density:Check Point abrasion(ASTM 01557) $ 79.00 Test 5615 Maximum Density:AASHTO C(Modified)(AASHTO T-180) 5 210,00 Test S616 Moisture Density Rock Correction 5 168.00 Test 5617 Moisture Content(ASTM 02216,CTM 226) $ 26.00 Test 5618 Density:Ring Sample(ASTM 02937) $ 32.00 Test 5619 Density:Shelby Tube Sample(ASTM D2937) $ 58.00 Test 5620 Organic Impurities(ASTM C40) $ 100.00 Test S621 Failing Head Permeability(ASTM D2434) $ 263.00 Test $622 R-Value:Soil(ASTM 2844) 5 373.00 Test 5623 R-Value:Aggregate Base(ASTM D2844) $ 373.00 Test S624 Sand Equivalent(ASTM D2419,CTM 217) $ 137.00 Test $625 Soil Classification(ASTM 02487) $ 37.00 Test S626 Sieve e200 Wash Only(ASTM D1140) $ 100.00 Test 5627 Sieve with Hydrometer:Sand to Clay(ASTM 0422) $ 305.00 Test S628 Sieve Analysis including Wash(ASTM C136) $ 179.00 Test S629 Sieve Analysis Without Wash $ 126.00 Test S630 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 202) $ 100.00 Test 5631 Specific Gravity and Absorption:Fine(ASTM C128,CTM 207) $ 168.00 Test S632 Swell/Settlement Potential:One Dimensional(ASTM 04546) $ 173.00 Test S633 Unit Weight Coarse Aggregate $ 84.00 Test S634 Unit Weight Fine Aggregate $ 84.00 Test S635 Voids in Aggregate(ASTM C29) $ 95,00 Test 5636 Unconfined Compression(ASTM 02166,CTM 221) 5 105.00 Test 5637 LA Rattler 5 205.00 Test 5638 pH of soil $ 26.00 Test 5639 Pocket Penetration Test S 11.00 Test Asphalt Concrete Tests Code Item 5/Unit Unit A650 Asphalt Core Density 5 63.00 Test A651 Extraction%AC by Ignition Oven(CTM 382) S 184.00 Test A652 Gradation on Extracted Asph(ASTM 06507 and05444,CTM 202,and CTM 382) 5 105.00 Test A653 Moisture Content(CTM 370) 5 79.00 Test A6S4 Maximum Theoretical Specific Gravity(RICE)(ASTM 02041,CTM 309) 5 168.00 Test A655 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 206) $ 95.00 Test A656 Specific Gravity and Absorption:Fine(ASTM C128,CTM 207) S 168.00 Test A657 Sieve Analysis(ASTM D5444 and C136) $ 100.00 Test A658 Sieve Analysis with Wash(ASTM 05444) $ 147.00 Test A659 Sand Equivalent(ASTM 02419) $ 142.00 Test A660 5 pt LTMD Bulk Specific Gravity(CTM 308,CTM 37S) 5 299.00 Test A661 Flat and Elongated Particles(ASTM D4791) S 221.00 Test A662 Fine Aggregate Angularity(AASHTO T304 A) $ 205.00 Test 536 Fr A AESCO P6996 Huntington Beach On-Call Materials Testing and inspection Due 8-17-21 -i . , ;" „,. A663 Maximum Dinsuy HVEEM(ASTM D1560) S 221.00 Test A664 Maximum Density Marshall(ASTM 01559 and 0561) $ 221.00 Test A665 Mix Stability(CTM 304) $ 221.00 Test A668 Wet track Abrasion Loss(ASTM D3910),each $ 184.00 Test A669 Extraction%of Emulsion(ASTM 06307) 5 16.3.00 Test A670 Slurry seal field consistency test(ASTM 03910) $ 89.00 Test Reinforcing Steel Code Item S/Unit Unit R700 Bend Test:#11 or Smaller $ 68.00 Test R 701 Bend Test:larger Than#11 S 100.00 Test R702 Tensile Test: #11 or Smaller $ 89.00 Test R703 Tensile Test: if 14 $ 121.00 Test R704 Tensile Test: #18 $ 189-00 Test R705 Slippage Test in Addition to Tensile Test(Per Caltrans 52.1.08C) S 200.00 Test R706 Tensile Test: Mechanical Splice#11 and Smaller $ 126.00 Test R707 Tensile Test: Mechanical Splice#14 5 179.00 Test R708 Tensile Test: Mechanical Splice#18 5 215.00 Test R709 Tensile Test: Welded#11 and Smaller $ 89.00 Test R710 Tensile Test: Welded#14 5 121.00 Test R711 Tensile Test: Welded p 18 $ 189.00 Test R712 Sample Straightening for Bend or Tensile Test(If required) $ 63.00 Test R713 Testing Multi-Wire Steel Prestressing Strand $ 294.00 Test R714 Tensile Test:T-Head#11 and Smaller $ 158.00 Test R715 Tensile Test:T-Head#14 5 210.00 Test R716 Tensile Test:T-Head#18 $ 268.00 Test R717 Tensile Test: Welded Hoops#11 and Smaller S 126.00 Test R718 Tensile Test: Welded Hoops#14 $ 179.00 Test Metal Testing Code Item $/Unit Unit R714 Hardness Test(Rockwell)and 6rinnel(ASTM E18) S 79.00 Test R715 Hardness Test of Nuts $ 89.00 Test R716 Hardness Test of Bolts $ 105.00 Test R717 Hardness Test of Washers 5 89.00 Test Concrete Coring Services Code Item $/Unit Unit C423 Equipment Concrete(4 and 8 hour minimum) $ 210.00 Hour Individual Core Prices(all prices are for a four core minimum job): $ - C424 Slab on Grade Caring for 2",3"and 4"Diameter(first 6"depth)each $ 74.00 Test C425 Slab on Grade Coring for 6"and 8"Diameter(first 6-depth)each $ 79.00 Test C426 Slab on Grade Concrete Core(price per inch after 6"depth) $ 11.00 Test C427 Wall Cores 2",3"and 4"(first 6"in depth)each $ 89.00 Test C428 Wall Concrete Core(price per inch after 6"in depth),per Inch (Wall core pries based on Contractor supplying access to area to be cored) $ 11.00 inch Miscellaneous Concrete Coring Prices: $ - C429 Patching Slab on Grade Cored Holes with 2500 psi Concrete Patch,each $ 21.00 Test C430 Thickness Determination per ASTM C42,each $ 2140 Test C431 Compression Strength Determination $ 61.00 Test Asphalt Concrete Coring Services Code Item $/Unit Unit 537 AESCX3 APSCO P6996 fitintington Beach On Call Materials`Testing and Inspection Due 17 21 7 ' - Alternate individual Cure Prices tali places are for a four core minimum wet, A661 Asphaltic Concrete Cores 2',3**and 4'Diameter(First 6"in depth),each $ 74.00 Test A662 Asphaltic Concrete Cores 6"and ST Diameter(First 6"in depth).each $ 74.00 Test a663 Asphaltic Concrete Cores price per inch after 6"in depth,each $ 11.00 Test Miscellaneous Asphaltic Coring Prices. A684 Patching of Core Prided Holes Using Cold Patch Material,each $ 32.00 Test A665 Thickness Donation per ASTM C42,each $ 17.00 Test A666 Specific Gravity for Detegmina von of Percent Compaction per ASTM 0 2726,each $ 4700 Test 4667 Specific Gravity for Determination of Percent Compaction by Paraffin,each S 68 00 Test environmental Tests Code Item 5/Unit Unit Napo Asbestos Polarized ught MicrostoPY KAN 3-Day Turnaround,each S 21.00 Test N801 Asbestos Polarized tight Microscopy(MA)24a4our Turnaround,each $ 4200 Test NS02 Asbestos Polarized Light Microscopy(PIM)tiliour Turnaround,each S 74,00 Test 538 FORESIGHT ENGINEERING, Inc. T4E Civil Engineering and Land Surveying 2021 PREVAILING WAGES FEE SCHEDULE (The following fees are effective through December 31, 2021) Principal Land Surveyor $ 200.00/hour CAD Draftsman/ Technical support $120.00/hour 2-man survey crew $300.00/hour 1-man survey crew $230.00/hour Prints 24" x 36" $3.00 each Prints 30" x 42" $5.00 each Reimbursables Cost + 10% Field trips are subject to 4-hour onsite minimum charge, plus travel time to and from the site. Rate for survey crew includes Leica Robotics instrument and survey truck. Overtime is 1 .50 times the hourly rate. Rates are subject to review on 12/31/2021. Current rates will be honored for the duration of contract. Nader J. Qoborsi P.E, P.L.S. 17621 Irvine Blvd, Suite 210,Tustin, CA 92780 Tel. (714) 542 1214 ' Fax(714) 542 0117 539 tiEl c CERTIFICATE OF LIABILITY INSURANCE 6,0,20°°"""' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, tho pol(cy(Ies) must be endorsed. It SUBROGATION IS WAIVED, subject to tho terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate doos not confer rights to the certificate holder In lieu of such ondorsemont(s), PRODUCER CONTACT LAURIE BRENNAN HAUCK MOP 112 A Argus Lane #465 PHOrl NE F{ (714)965-4701 I ypNQ17026296701 ADD ;SS..7rencol?aol.tarn Mooresville, NC 28117 INSURER(S) AFFORDING COVERAGE NMI 0C98533 IHSUREHA: Trumbull Insuransec INSURED Aesco, Inc. INsuRERa,Burlington Insurance Company 17782 Georgetown Lane INSURER C•Houston Casualty Company INSURERD-Sentinel Ins. Co Huntington Beach, Ca 92647 INEIRER E• (714)375-3830 ,INSURER F• COVERAGES CERTIFICATE NUMBER REVISION NUMBER: THIS r3 10 CERTIFY THAT THE POLJCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTNTTHSTANOINO ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT'OR OTHER DOCUMENT LMTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN S SUBJECT TO ALL THE'TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHORN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TNIR- AWL MJUk C @gyp LTR TYPE OF INSURANCE 11nQ TWWO POLICY NUMBER {Nhl/UDIY'fYYY1 b 11 E P] LIMITS X COMMERCIAL GENERAL LJABIUTV EACH OCCURRENCE 42,000.000, .....�CLAIMS•MADE1:3 OCCUR PPRREM SFS tcRatotc rloTrel S 100,000, LIED EXT.(My.rnp.,ian) S 5000 B x 154BG03392-01 5/24/2021 6/24/2022 PERSONAL a ADV INJURY S2,000,000. 0 Fitt AGGREGATE UUIIT APPLIES PER: GENERAL AGGREGATE 52,000,000. poucy On Ej LOC PRODUCTS•COMP/OP AGO 52,000,000._, AUTOMOBILE LIABILITY -.Cj)MBINE,INGLE LIMIT 51,000,000.~ X ANYAUTO BODILY INJURY(P.:p4fISn) S `- AU.OWNED SCHEDULED 72UECTQ7770 7/7/20217/7/2022 A AUTOS AUTOS X BODILY INJURY(Pit•rdd.nl) 6 �HIRED AUTOS X NON-OWNED PROPERTY DAMAGE _ . AUTOS IPneteleNT 5 X1 S UMBRELLA MB OCCUR EACH OCCURRENCE $ _ IM EXCESS Lae CLAS.MADE AGGREGATE 1 $ DFD I JRETENTIONS S _ NORKF.RBCOMPENSATION Tp;/ HP. AND AND EMPLOYERS'IL4a.'l.nY 1 S AT(JTF ERP ANY PROPRIETORIPARTNED?XECUGVI 12:1 72WEiC1W6780 4/11/2021 A/1I/2022 ELEACH ACCIDENT S 1,000,000 D OFFIOERNEIIBER EXCLUDED? 1`JI N/A IM.ndaloty In NIT) EL DISEASE•FA EMPLOYEE S 1.,000,000 ye.dracrWeundo! DESCRIPTIONOFOPERATIONSbeb,y EL DISEASE-POL ICY U4LIT S 1,000,000 C Professional Liab. HCC 2124429 . 01/0t/1011 e7/e5/1012 $2,000,000. Claim/Aggro DESCRIPTION OF OPPERATIONS/LOCATIONS I VEI4CLES (ACORD TOT.Add4onal Remarks S&RdIA!LW In a:MCU,sUI n.lr.(pace I.r.4L d) Certificate holder is named as an additional insured. APPROVED AS TO FORM By: MICHAEL E. GATES - CITY ATTORNEY • CITY OF HUNTINGTON LEACH _ •CERTIFICATE HOLDER _CANCELLATION City of Huntington Beach Department of Public Works SHOULD ANY OF THE ABOVE DESCRIBED POIJCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WTL BE DELIVERED IN 2000 Main Street ACCORDANCE WITH THE POLICY PROVISIONS, Huntington Beach, Ca 92648 Ii i , •RIZED REPRES TATIVE 1 MD 1988-2013 ACORD CORPORATION.All rights reserved. ACORD 25(2013/04) The ACORD name and logo are registered marks of ACORD 540 fit°\NT I N G - �d °�• ••��pP►pR4tf•°'�:. City of Huntington Beach ti :• �"';.,. �;9 2000 Main Street ♦ Huntington Beach, CA 92648 _' - - -- (714) 6- 22 ♦ �ti���c,�.huntin onbeachca. ov :_-- _:�� 53 5 7 g `cF ,°0 Office of the City Clerk �C/UNTI �i#1 Robin Estanislau, City Clerk January 10, 2022 AESCO, Inc. Attn: Kay Alabed 17782 Georgetown Lane Huntington Beach, CA 92647 Dear Ms. Alabed Enclosed is a fully executed copy of the "Professional Services Contract between the City of Huntington Beach and AESCO, Inc. for On Call Material Testing and Engineering Services" approved by the Huntington Beach City Council on December 21, 2021. Sincerely, trolio 9Atqa,utatt44) . Robin Estanislau, CMC . City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan • Waitakere, New Zealand 541 PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION: Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: AESCO, Inc. OVERALL RANKING: 9 out of 25 SUBJECT MATTER EXPERTS/RATERS: 1. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant 1. MINIMUM QUALIFICATIONS REVIEW • Written Proposal Score: Avg. of 67 out of 70 over 3 Raters listed above Vendor#1 —Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 67 70 Reference Check 10 10 interview 15 15 Local Preference Check 5 5 Total 97 100 II. DUE DILIGENCE REVIEW • The city is familiar with AESCO because of their past work history with the city projects. AESCO—Summary of Review • AESCO has worked with the City of Huntington Beach on past projects and has performed satisfactory work. 542 PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION: Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: Leighton Consulting, Inc. OVERALL RANKING: 2 (Tied) out of 25 SUBJECT MATTER EXPERTS/RATERS: 1. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant I. MINIMUM QUALIFICATIONS REVIEW • Written Proposal Score: Avg. of 57 out of 70 over 3 Raters listed above Vendor#2—Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 57 70 Reference Check 10 10 lnterview 15 15 Local Preference Check 0 5 Total 82 100 II. DUE DILIGENCE REVIEW • The city is familiar with Leighton Consulting because of their past work history with the city projects. Leighton Consulting—Summary of Review • Leighton Consulting has worked with the City of Huntington • Beach on past projects and has performed satisfactory work. 543 PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION: Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: Ninyo & Moore, Inc. OVERALL RANKING: 2 (Tied) out of 25 SUBJECT MATTER EXPERTS/RATERS: 1. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant I. MINIMUM QUALIFICATIONS REVIEW • Written Proposal Score: Avg. of 57 out of 70 over 3 Raters listed above Vendor#3--Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 57 70 Reference Check 10 10 interview 15 15 Local Preference Check 0 5 Total 82 • 100 II. DUE DILIGENCE REVIEW • Ninyo & Moore was picked because of the success in interview and past work history with similar scope projects. Very well supported firm with a variety of abilities in materials and inspection support. Ninyo&Moore—Summary of Review • Ninyo&Moore has worked successfully with similar scope of projects similar to the City of Huntington Beach. • 544 PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION: Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: Twining, Inc. OVERALL RANKING: 2 (Tied) out of 25 SUBJECT MATTER EXPERTS/RATERS: 1. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant t. MINIMUM QUALIFICATIONS REVIEW • Written Proposal Score: Avg. of 57 out of 70 over 3 Raters listed above Vendor#4—Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 57 70 Reference Check 10 10 Interview 15 15 Local Preference Check ' 0 5 Total 82 S00 II. DUE DILIGENCE REVIEW • The city is familiar with Twining because of their past work history with the city projects. Twining—Summary of Review • Twining has worked with the City of Huntington Beach on past projects and has performed satisfactory work. 545 PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION; Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: GMU Geotechnical, Inc., Inc. OVERALL RANKING: 5 out of 25 SUBJECT MATTER EXPERTS/RATERS: 7. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant I. MINIMUM QUALIFICATIONS REVIEW • Written Proposal Score: Avg. of 57 out of 70 over 3 Raters listed above Vendor#5-Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 57 70 Reference Check 10 10 Interview 12 15 Local Preference Check 0 5 Total 79 t 00 II. DUE DILIGENCE REVIEW • GMU Geotechnical, Inc. was picked because of the success in interview and past work history with similar scope projects, especially in street related work. GMU Geotechnical,Inc.—Summary of.Review • GMU Geotechnical, Inc.has worked successfully with similar scope of projects similar to the City of Huntington Beach. 546 AMENDMENT NO,2 TO PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND AESCO,INC. FOR ON CALL MATERIAL TESTING AND ENGINEERING SERVICES THIS AMENDMENT is made and entered into by and between the CITY OF HUNTINGTON BEACH,a California municipal corporation,hereinafter referred to as "City,"and AESCO, INC.,hereinafter referred to as"Consultant." WHEREAS,City and Consultant are parties to that certain agreement,dated December 21,2021,entitled"Professional Services Contract Between the City of Huntington Beach and AESCO,Inc.,for On Call Material Testing and Engineering Services"which agreement shall hereinafter be referred to as the"Original Agreement"; and City and Consultant wish to amend the Original Agreement to increase the amount of compensation to be paid to Consultant, NOW,THEREFORE,it is agreed by City and Consultant as follows: 1. ADDITIONAL COMPENSATION In consideration of the services to be performed under the Original Agreement, City agrees to pay Consultant at the rates specified in Exhibit B which is attached hereto and incorporated by reference into this Agreement. City further agrees to pay Consultant an additional sum not to exceed Three Hundred Thousand Dollars ($300,000.00). The additional sum shall be added to the original sum of Eight Hundred Fifty Thousand DoIIars($850,000.00),for a new contract amount not to exceed One Million One Hundred Fifty Thousand Dollars($1,150,000.00), 25-17488/400650 1 547 2. TERM The term of the.Agreement is extended for one additionayearnntil December 20,.2027. 3. REAFFIRMATION Except as specifically inodifiedherein,all other terins and conditions for the. Original Agreement shall remain in full forcoand effect, IN WITNESS.wilEnop,the parties hereto have caused this Agreement to be executed by and through their authorized officers on ,2026. AESC ;iNC. CITY OF ITUNTINOTON BEACH, Municipal corporation of the State of California By; 42Y I Itirifindme ITS: (efrole one)Chairm /P6i;e9i/Vicollresident Mayor AND city Clerk INITIATED'AN APPRO, VEIX" prtntuam , ITS:(0;We one)SecreiefFivancial Offreer/Mst,Secretiey Treasurer " Director of Public Works APPROVED A8 TO POW; fw City Attorney 5-17488/4606$0 2 548 //' ,\ ‘A I. I N G , „..... ... •, •c ...-s,,, )1P0 R A 7 pw41. ." Amendment No . 2 to mir -- __ __ _ - ------ - �� ,. the On -Call _ __ , „,,,, * c Professional Services _,� . a , : . lh _ _ � ___ .• • Agreement with i0,'.ps, i_on.mal60r_--.-L 1--"4---=.-- _ __ . AESCO Inc . • • 17, 1909 , . , \,\:,,NIO +� iiv/ February 2 2 low e y 3, 0 6 City Council Meeting 400. � T 549 SUMMARY • Staff is requesting Contract Authority NOT Budget Authority • Projects are fully funded • to Increase the Not-to-Exceed Amount by $300,000 and Extend the Contract Term by One Year. • AESCO is ENGINEER OF RECORD for 2 Major Projects : Admiralty Bridge & McFadden Sewer Lift Station 550 Project Map McFadden Sewer Lift Station , Wet Well CCI6IO . - ...,,,,„ . .„,,,, ..„.,,, , .. ,,,:„...„.- .. ., , .... . .. .- .„ 4„..:-.: , .4 ,.., _......„.... .. „,...... „„ ,...:,,,,„, ..,..„:„,,..„.....::,,„::,:. . ..- .,„[;40./ ..\ .: _ .. ..:,....;00, , �� '" � '� ' er Lifttation, Wet Well Location w,. «' jt. .. Aro' 1 f 'fie. . La �w..k1 ��/ �V••...M....y��f� pi" w � �v O� -,��oevogrf�.ti 6a \ rti • .�\9 o f 'w 3 a %4 ��� xF �` G \P R. 551 McFadden Sewer Lift Statio n , Wet Well 001610 • Wet well � . ® Valve vault -2, �`..,;,4fr.-,, L...,..-„,,..... � ,4„,,A.44„,�f-',4- 741i,'-:'''.'.. :. 41111: y; G ravity S ewer ,:. ....,_ :-,--,--- ",,,,--„„,„,„ . g �<" : 4,,„„--,;41, ,..„_.,,, .,,,,: , y," 'T „,,, krN � 'M,...1• :,,,, ,,,"",krk , x�t� ,E Force Main 41. .Att,4,„ 7 r + :� �� � �` _ • Inf rastructu re Investm e n„..",,,,,,,, ,,,,-:-,...,:i1-- , - - • • Original l y constructed in 1 972 b PT y `F 4A S4.F x" ... s \ik �0UNTNP� 552 Install new valve vault, wet well , S cO e owork gravitieeTaa4 sewer, force n , and r & enclosure, and associated site improvements ,:.',.-e;_.- .:-";.`-,,.;-.-1::_:,r' s;4„-,:.7F uti l ity Coordination P'n+% m '- .,, 1 i „aw3a' �.` xmm' , �v ..F , '�' £yea `W d �+�a%�" t` � Develop plans, specifications, , o- .r. material testing and estimate .ii Environmental documentation and y regulatory agency permits `o 4 $, , Construction engineering and N = environmental monitoring K •I \ N'TINGi0 s i,I ,��ePOR�rFoa• p:,,::z:-,'5 Av-' i-., 0 , -, .•r4'FB 0. -cO(jNTY C1104l 553 Fundingand S Current Funding: • Sewer Service Fund (51 1 ) : $ 3 , 900,000 • Sewer Development Fee (210) : $ 1 , 500,000 Schedule: • Design - Complete FY 23/24 ..NN..M • Construction - To Begin Spring FY 25/26 S= _� ca: sx �NT`( GPL 554 Project Location M ap ... _ 7-4,---ez ,, , 1,.......i. ,....-- , ,,.„„....,411; ,,.. i ."..;•.,%,.. „ •`I°I*— ' nI '—',..i, '—N.,,,?,,,''''" 1 , -, I''',:"':!• 4"'"i'''' ',,. I'' ,., , - -- 4,' ..A , , - , I. - 1 .7*i ,' . , '-i..A I,... l'4 - I Admiralty o.,,,, _ __ -, - . — m !• * derti ,ralty Bridge Rehabilitation Loc. ' n . , 4 t likit 4.140. 1\ l'ING7. ",,' ,. 16591.,.., r _---- . ,. - At • ' % <-<‘ 41\-1 _ •••'9 ---- ------- • VI,,. ..... .7* . . --, ., _ .,,, „..., . • _ _. _ • -.• ,.._. , '' . .4,- -.. .. ,0 ,,,- ..„..,,...,:Ti , . c:, t -----,-,..,:r--,. .-,----,,, i -. =- .,0,- s '-f•8 pc•••• C',, 61<<%****4•:•1*..9:.1*....\ 555 Admiralty Bridge Rehabilitation CC1450 • Concrete deck • Steel Guard Railing • Barrier Wall . 1 `� . Street Lighting _ —��� -- . - Utility Coordination Traffic Infrastructure - - Originally constructed It in 1961 7voie �N ? a ta v CJ St i• _.gam —!: C°UNT`I C'p\- 556 co e of VVo . Install new deck, barrier walls, guardrails, refurbish existing steel beams, steel lighting, traffic infrastructure, pedestrian sidewalk, and other associated bridge repairs or improvements Utility Coordination a Develop plans, specifications, material ' ':: _ testing and estimate Environmental documentation and regulatory agency permits 3"'Z - y, , 6 Construction engineering and . .� _ environmental monitoring ,v ....... d"'„ .COUNTY t\;r#f 557 Fundingand S Current Funding: • Federal HBRR (Highway Bridge Replacement & Rehabilitation) Grant Fund : $ 3 ,280,000 • Infrastructure Fund : $ 500,000 • Measure M Fund : $ 2 , 100,000 • Department of Transportation HBP Grant Fund (Caltrans) : $ 1 ,916,49000 0"1. TIN G 7 Schedule: • Design - Complete FY 22/23 . 4 VA Construction - In Progress, Mid-March s,r 558 Questions ? .,,,,,, ,,....,,,:...,..,. , .. ..,t, ....,...:,...„, .,.,. r ,_.,,,,,,,, 4 i'\ ' f,2o f qq )i 1 if7 ) 7 j 1j j 'J;t2'_d,,{iS r ' t. Fa ,.r 1 -.ap [E 4 ' .,, `°fit 1 AMENDMENT NO. 2 TO AGREEMENT BETWEEN THE CITY OF HUNTINGTON BEACH AND AESCO, INC. FOR ON CALL MATERIAL TESTING AND ENGINEERING SERVICES THIS AMENDMENT is made and entered into by and between the CITY OF HUNTINGTON BEACH, a California municipal corporation,hereinafter referred to as "City,"and AESCO, INC., a California Corporation, hereinafter referred to as "Consultant." WHEREAS, City and Consultant are parties to that certain agreement, dated November 19, 2018, entitled"Professional Services Contract Between the City of Huntington Beach and AESCO, Inc. for On Call Material Testing and Engineering Services"which agreement shall hereinafter be referred to as the "Original Agreement"; and City and Consultant wish to amend the Original Agreement to extend the term, NOW,THEREFORE, it is agreed by City and Consultant as follows: 1. TERM The term of the Agreement is extended for one additional year until November 18, 2022. 2. REAFFIRMATION Except as specifically modified herein, all other terms and conditions for the Original Agreement shall remain in full force and effect. /hid ,arivATte2 frOCO e. n7,177$4- 17fl1 // (,QM(? I n-7 l I A e-tr+G€ f 2Q/I - 21-105847 -/ 985kx r /K " a' y L,7I '�G�,�pi�r'aY.��49 (Jd11cit0784 /3/ %O IN WITNESS WHEREOF,the parties hereto have��j caused this Agreement to be ;/v . executed'by and through their authorized officers on p etrt / -,2O21• ,—AESC NC„ a CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California By: Kay Alabed,.President print mime INITI:� I)A P APPRO ITS:.(circle one)ChnirrnantPresident/Vice President ?' .Director of Public Works By: ' Adam amaa;Chief Financial Officer APPROVED AS TO .c RM: Print uusnc ITS:(circle one)Secretary/Chief Financial Officer/Asst.Secretary .Trzasurer Ci ttorney REVIEWED AND APPROVED: City Man cr RECEIV• AND F D• City Clerk h/J 1-12/ 2140584/2698.55 2 250 Ev' Ac d CERTIFICATE OF LIABILITY INSURANCE 6/3O/202,, YYYn THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If tho certificate holder Is an ADDITIONAL INSURED, the policy(los) must bo endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of trio policy,certain policies may require an endorsement. A statement on this certificate dogs not confer rights to the certificate holder In lieu of such ondorsement(s). PRODUCER —CONTACT i LAURIE BRENNAN HAUCK NAME 112 A Argus Lane #465 nia� +• (714)965-4701 ] Ne17026296701 A ess nn" ence@aol.com Mooresville, NC 28117 INSURERS) AFFORDING COVERAGE. NAICI 0C98533 ^IHSUKEHA• Trumbull Insuranaco INSURED Aesco, Inc. - INSURER9: Burlington Insurance Company 17782 Georgetown Lane INsuRFRc.HOUston Casualty Company INSURER D:Sentinel Ins. Co - Huntington Beach, Ca 92647 INSURER E• (714)375-3830 IHSURERF• COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS 5 TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO SHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OP ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN tS SUBJECT TO AU.THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.UM/TB sriowm MAY HAVE BEEN REDUCED BY PAID CLAMS. MIt -nwL-uwr- ��yY����FF ppL1 LIR TYPE OF INSURANCE �Pr7c YIYTI , FOLICYNUMnli IM tJ1YYYY�IN,}/r0 Y PI LIMITS X COMMERCIAL GENERAL 11A91LITY EACH OCCURRENCE 12,000,000, JCLAIMS-MADE D OCCUR ,PAR FFM RcS(FIIxs#Dnccal 0 100,000, .uEO EAR(Am and pliant ,5 5000 B X 154BG03392-01 6/24/2021 6/24/2022 PERSONAL 6 MTV INJURY ;;2,000,000. GEN'L AGGREGATE ElOgMIIT APPLIES PER: GENERAL AGGREGATE $2,000,000. ^�POLICY JECT Loc PRODUCTS-COMP/OP AGO 02 A 000,000 . OTHER. a Y AT OMOINE0 SINGLE LUMT 51,000,000. X ANYAUTO BODILY INJURY(Pal parson) S ~ X ALL CAMEO .SCHEDULED 72UECTQ7770 7/7/20217/7/2022 ~BOCILY INJUR YIN,widow) $ A AUTOS ,,,� AUTOS X Xy HIRED AUTOS X NON-OWNED 'PROPEt1 Y DAMAGE AUTDs lner am:Mend f x ` 5 UMBRELLA LIAR OCCUR EACH OCCURRENCE. $ EXCESS LLAB CLAIMS.MADE AGGREGATE 5 DEO I JR§rENZLON5 I WORKERS COMPENSATION IPF.A I i 2TH. AND EMPLOYERS'UANLITY yip 1151'A TUTS[ l R A ANY P OPFICEWMER1laE CIUDEp xECUTIVE r^'1 NIA 72LJECKU6760 4/11/2l)21 4/11/2122 ELEACH ACCIDENT 1,000,000 (Mod May In NH) 1`JI EL DISEASE-EA EMPLOYEE $ 1,000,000 Iryyeai di Lute wide( OF5C roRIBTIOH OF OPERATION ,s4 _,,.Ei DISF/ASE-POLICY LIMIT S 1 r 000,000 C Professional Liab. HCC 2124429 o?/ot/to:e 07/09/2022 $2,000,000. Claim/Aggre OESCRIPI LON OF OPERATIONS/LOCATIONS I VEHICLES IACORO 50S.Atla,tIonal Rernertr 9 ,d/o,msy 60 eahadl more,pec.Ii requkod) Certificate holder in named as an additional insured. APPROVED AS TO FORM MICHAEL E. GATES CITY ATTORNEY • CITY OF HUNTINGTON REACH CERTIFICATE HOLDER CANCELLATION City of Huntington Beach Department of Public Works SHOULD ANY OF THE ADO(IE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WALL BE DELIVERED IN 2000 Main Street ACCORDANCE WIN THE POUCY PROVISIONS. Huntington Beach, Ca 92648 `So Rt2ED REPRE9 TAME 1 1111111 I 1988-2013 ACORU CORPORATION.All rights reserved. ACORD 25(2013104) The ACORD name and logo are registered marks of ACORD 251 Orange County r I771121:eargelonn lane .' Ilunlingmn Beach,Califurnia 926-17 • • 'fete: (714)3 75-3830 AESCO Fat: (714)375.3831 September 14.2021 Mr. Joseph Dale Public Works Construction Manager City of Huntington Beach Department of Public Works 2000 Main Street • Huntington Beach.CA 92648 Subject: Federally Funded Contract On-Call]Material Testing and Inspection Services City of Huntington Beach,California AESCO Proposal No. P7051 Dear Mr. Dale: AESCO will be pleased to continue workingw,ith the City of Huntington Beach on the current on-call contract based on the federally funded approved rates. We understand that the contract will be amended for the next three years, and that the rates will remain valid for a period of 3 years. Attached is our current insurance certificate. If you need any further assistance regarding this matter. please feel free to call either myself or Ms. Kay Alabed. We look forward to hearing from you. Very Truly Yours AESCO Ar mChama.i,P E,GE Adam Chamaa, P.E.,G.E. Vice President Kay Alabed ]'resident Attachment: Certificate of Insurance C;ullstructinn Material Testing/lnspection ♦ Environmental • Oeotcchttical Engineering Services 252 Vg> 6-a-/ Ut�Sirycray Pt - sT). ;� 5 City of Huntington Beach 4;OUNTY CA' File#: 19-1125 MEETING"DATE: 1 211 6/201 9 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED"BY: Oliver, Chi, city Manager PREPARED BY: Travis K, Hopkins, Acting.Assistant City Manager Subiect: Approve and authorize execution of a contract amendment to Professional Services. Contracts with AESCO, Inc., Leighton Consulting, Inc., and Twining, Inc., for On-Call Material Testing and Engineering.Services Statement of Issue: An amendment to the existing on-call professional service contracts with AESCO, Inc., Leighton Consulting, Inc., and Twining,'Inc., is required to increase the contract amount within the existing three (3) year contract term to meet the needs for various projects throughout the City, Financial Impact: The City's FY 2019/20 Capital Improvement Program (CIP)':Budget`was adopted and totals $46.6 million (All Funds)for approved projects'.citywide. Each approved.CIP project has a budget containing sufficient funding for design, environmental, engineering, construction, project management and other required costs. In addition to CIP, several of the Departments have budgeted operating funds for these services for various non-CIP related Work. Public Works staff estimates that material testing and engineering services needs for FY 2019/20 will total$600,000. At this level of expenditures for the three (3) existing professional service contracts, usage for these budgeted services will be depleted within a few months. Therefore, staff is seeking increases to the"not-to- exceed amounts set forth in the contracts. Recommensied-Aetian: pprove and authorize the Mayor and the City Clerk to execute "Amendment No. 1 to A eement Between the City of Huntington Beach and AESCO, Inc. for On-Call Material Testing and Engi -eering ( Services" increasing the contract amount by$350,000, from the original amount of$250.,000:to .n amended amount of$600,000;and, 4-B) Approve and authorize the Mayor and the City Clerk to execute "Amendment No. 1 to Agreement Between the City of Huntington Beach and Leighton Consulting, Inc." increasing the contract amount by$350,000, from the.original amount,of$250,000 to an amended amount of$600,000; and,. . par City of Huntington Beach Page 1 of 2 Printed on 12/11/2019 powerslI LegistarT' 253 File #: 19-1125 MEETING DATE: 12/16/2019 C) Approve and authorize the Mayor and the city Clerk to execute "Amendment No. 1 to Agreement, BetWeen the City of Huntington Beach and Twining, Inc." increasing the contract amount,by $350,000, from the original amount of$250,000 to an amended amount of$600,000, lkg-e&Separz:tefLez) Alternative Action(s): DO not authorize contracts and direa staff with an alternate'action. Analysis: The City's Capital Improvement Program (CIP)is $46.6 million for Fiscal Year 2019/20. Construction of the projects typically includes material testing and engineering services. These services are critical to project completion as the consultants provide supplemental,geotechnical testing to make sure contractors are providing'projects that meet material standards and specifications. These tests and services are estimated to cost over$600,000 a.year. The current contract amount Will not be sufficient to provide services for Fiscal Year 209/20 CIP. • AESCO, inc., Leighton Consulting, Inc., and Twining, Inc.,..haVe (3) yearS, professional service contracts with the City which were approved by City Council on November 19, 2018. The contracts were approved with a contract limit of$250,000 each, totaling $750,000. In the first year alone, the three contracts together expended $527,000 of the $750,000 limit. As of November'2019; with approximately two(2) years remaining in the contract term, only$223,000 remains in the project contract limit between the three (3) consultants. Staff estimates that expenditures for the next two fiscal years will total slightly over$1.2M. At those rates of expenditures, an additional $1,050,000 to the contract limit will be necessary to reach the duration of the contracts. Therefore, staff is requesting that each of the three (3) contract limits be raised an additional $350,000. AESCO, Inc., Leighton Consulting, Inc., :and'Twining, Inc., on-call services are essential to supplement City staff to meet the needs of the:City to complete the annual CIP. Environmental Status: Not Applicable Strategic Plan Goal: Enhance and,maintain infrastructure Attachment(s): 1.. "Amendment No. 1 to Agreement between the City of Huntington Beach and AESCO Inc. for On-Call Material Testing and.Engineering Services" 2. "Amendment No. 1 to Agreement between the City of Huntington Beach and Leighton Consulting, Inc. for On-Call Material Testing and Engineering Services" 3. "Amendment No. 1 to Agreement between the City of Huntington Beach and Twining', Inc. for On-Call Material Testing and Engineering.ServiCes" City of Huntington Beach Page 2 of 2 Printed on 12/11/2019 povvere34 Legistart'" 254 • AMENDMENT NO. 1 TO AGREEMENT BETWEEN THE CITY OF HUNTINGTON BEACH AND AESCO,INC. FOR ON-CALL MATERIAL TESTING AND ENGINEERING SERVICES THIS AMENDMENT is made and.entered into.by and between the CITY OF HUNTINGTON BEACH,.a:California municipal corporation,hereinafter referred to as "City;"and AESCO,INC.,.a California corporation,hereinafter referred to as "Contractor." WHEREAS,.City and Contractor are parties to that certain agreement,dated November 19.,2019, as amended,entitled"Professional.Services Contract Between.the City of Huntington Beach and AESCO;Inc..for On-Call Material Testing and Engineering Services"which agreement.shall hereinafter be referred to:as the"Original Agreement";.and City and Contractor wish'to amend the.Original Agreement to increase the amount of compensation to be paid to Consultant, NOW,THEREFORE, it is agreed by City and Contractor as follows: 1. ADDITIONAL COMPENSATION In consideration of the services to be performed under the Original Agreement, City agrees to pay Consultant an additional sum not to exceed Three Hundred and Fifty Thousand.Dollars($3,50,000), The additional sum shall be added to the original sum of Two Hundred and Fifty Thousand Dollars($250,000),.for.anew contract amount.not to exceed Six Hundred Thousand Dollars($600,000). 2. REAFFIRMATION Except as specifically modified herein, all other terms.and conditions for the Original Agreement shall remain in full force and effect. 19-8139/216937 l 255 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on December 16 ,2019. AESCO,INC., CITY OF HUNTINGTON BEACH,a a California corporation municipal corporation of the State of California By: KAI A 6.10 print:name Ma ITS: ('circle one)Chairrna Presiden ice President 19442,2,40144t) • AND City Clerk sitied I3y: INITIATED AND APPROVED: print name -‘1 o . 440F he orks ITS:(circle one)Secretary/Cif 'nancial $ Officer/Asst.Secret: 41;1010 Dir tor APPROVED •ORM: Ci Attorney fAV NDROVE.* City Manager 19-8139/216937 2 256 \.,/OE. ;,e' r. �N..NGT•/y City of Huntington Beach •ce:bUNT,0' ,.: File #: 18-447 MEETING DATE: 11/19/2018 REQUEST FOR CITY COUNCIL ACTION • SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Fred A. Wilson, City Manager PREPARED BY: Travis K. Hopkins, PE, Director of Public Works Subject: Approve and authorize execution of Professional Services Contracts for On Call Material Testing and Engineering Services with AESCO, Inc., Twining, Inc., and Leighton Consulting, Inc., each in an amount not to exceed $250,000 Statement of Issue: • The Public Works Department requires on call material testing and engineering services to support staff for the design and construction of capital improvement projects, which are identified in the annual capital improvement program. Financial Impact: The City's adopted FY 2018/19 Capital Improvement Programs (CIP) Budget totals $24.7 million for approved projects citywide. Each approved CIP project has a budget containing sufficient funding for design, environmental, engineering, construction, project management and other required costs. The three (3) recommended material testing and engineering service contracts have a maximum value of $750,000 over the next three years and will be funded on an as-needed basis within each project's individual CIP budget. As such, no additional funding is required by this action. Recommended— c ion: -"AT-Approve and authorize the Mayor and City Clerk to execute a $250,000 "Professional Services Contract between the City of Huntington Beach and AESCO, Inc. for On Call Material Testing\and Engineering Services;" and, i_B) Approve and authorize the Mayor and City Clerk to execute a $250,000 "Professional Services Contract between the City of Huntington Beach and Twining, Inc. for On Call Material Testing and Engineering Services;" and,* e *.C) Approve and authorize the Mayor and City Clerk to execute a $250,000 "Professional Services Contract between the City of Huntington Beach and Leighton Consulting, Inc. for On Call Material Testing and Engineering Services."4 4epare' - t/ Alternative Action(s): Do not authorize the contracts and direct staff with an alternate action. Budgeted Capital Projects City of Huntington Beach Page 1 of 3 Printed on 11/15/2018 powered by Legistar m 257 File #: 18-447 MEETING DATE: 11/19/2018 • could be delayed until new contracts are approved. Analysis: • On November 28, 2017, the City advertised a Request for Qualifications ("RFQ") for On-Call Engineering and Professional Consulting Services. Proposals were requested and submitted in compliance with Chapter 3.03 of the Huntington Beach Municipal Code. Fourteen (14) proposals were received for material testing and engineering services. In accordance with qualifications-based selected procurement per the Federal "Brooks Act," State SB 419, and the City of Huntington Beach Municipal Code Section 3.03 "Professional Services", the Public Works Department established a review board. Proposals were evaluated and ranked by a three (3) member panel review team established by the Public Works Department. The reviewers were a Senior Traffic Engineer, and two (2) Public Works Contract Administrators. After conducting the entire evaluation process, including negotiation for competitive rates, the top three (3) firms were selected to increase the opportunity for competitive proposals for future projects from qualified on-call consultants. They are AESCO, Inc., Twining, Inc., and Leighton Consulting, Inc. A summary of the evaluation sheets for the top (3)firms, and the fourth (4) firm not selected, are shown in Attachment 4. The recommended contracts are to support staff for material testing and engineering services for various capital improvement projects. These services have historically been utilized to supplement City staff to meet annual CIP goals, as an extension of staff and/or to provide required expertise for unique projects. It is anticipated that these services will be required based on past years. Each project is evaluated on a case-by-case basis to determine if these as-needed services are necessary. The City's Capital Improvement Program ("CIP") Fiscal Year 2018/19 CIP totals $24.7 million in new projects. Typical design and construction support costs from use of consultants on a CIP project can vary between ten (10) to twenty (20) percent of total costs for a CIP project. Therefore, it is practical to conservatively estimate minimum annual consultant costs would be approximately $2.4 million to the City for total CIP projects or $6 million within the next three (3) years. Material testing and engineering services are typically required for all CIP projects, such as street improvements, traffic signal improvements, water improvements, sewer improvements, and other City infrastructure improvements. Therefore, these consultants were selected to meet the projected workload over the next three years with a total contract limit of $750,000. This agenda item does not require Public Works Commission Action. Environmental Status: Not applicable. Strateqic Plan Goal: Enhance and maintain infrastructure Attachment(s): 1. Professional Services Contract between the City of Huntington Beach and AESCO, Inc. for On City of Huntington Beach Page 2 of 3 Printed on 11/15/2018 powered by Le.istarTM 258 File #: 18-447 MEETING DATE: 11/19/2018 Call Material Testing and Engineering Services. 2. Professional Services Contract between the City of Huntington Beach and Twining, Inc. for On Call Material Testing and Engineering Services. 3. Professional Services Contract between the City of Huntington Beach and Leighton Consulting, Inc. for On Call Material Testing and Engineering Services. 4. Professional Service Award Analysis for AESCO Inc., Twining, Inc., and Leighton Consulting, Inc., and Vendor#4 City of Huntington Beach Page 3 of 3 • Printed on 11/15/2018 powered by LeaistarTM 259 • PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND AESCO, INC. FOR ON CALL MATERIAL TESTING AND ENGINEERING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and AESCO, a California corporation hereinafter referred to as "CONSULTANT." • services of a consultant to provide on call material WHEREAS, CITY desires to engage the se s testing and engineering services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Kay Alabed who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. agree/surfoct/professional svcs mayor 1 of 11 10/12 260 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on N Veat /1' 20 /2' (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than three (3) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed Two Hundred and Fifty Thousand Dollars ($250,000). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." agree/surf iet/prolessional svcs mayor 2 of 11 10/12 261 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars agree/surfnct/professional svcs mayor 3 of 11 10/12 262 ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement;the certificate shall: agree/surfnet/professional svcs mayor 4 of 11 10/12 263 • — — A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall agree/surfnet/professional svcs mayor 5 of 11 10/12 264 be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT'S agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service,to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or agree/surfnet/professional svcs mayor 6 of 11 10/12 265 other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach AESCO, Inc ATTN: Joseph Dale ATTN: Kay Alabed 2000 Main Street 17782 Georgetown Lane Huntington Beach, CA 92648 Huntington Beach, CA 92647 (714) 375-3830 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining agree/surfnet/profcssional svcs mayor 7 of 11 10/12 266 covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in-counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for agree/surfnet/professional svcs mayor 8 of 11 10/12 267 CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this agree/surfnedprofessional svcs mayor 9 of 11 10/12 268 Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. agree/surfnet/professional svcs mayor 10 of 11 10/12 269 CONSULTANT, 'pin'OF TII.IINIT,INOTON:PEACI-1,a AESCO,Inc. municipal corpoLation Of the,State of COMPANY NAME A California Covoration tzio" Ka Alab d PreiVierit print narne City Clerk ITS;&trek one)ChairrngnIPreSidentNite President INITIATED.AND: PR ATM AND , ;rector of Public W_ rks Adam artraa, Secretary prin(name ITS:(dirk firm)Se#04iy/ci3er Finaneial pfficer/Asst. Secretary-Treasitrer BEVIE D APPROVED: City alieger" APPROVp A$ yAttorncy agree/swfnetiprofessional SvcS inayoe 'of 1 I 10/12 270 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) CONSULTANT shall provide consulting services on an 'as-needed' basis for projects to be determined during the term of the agreement. During the term of the agreement, CITY may elect to solicit proposals from CONSULTANT. CITY shall issue task order for each project based upon the scope of services, work schedule, and fee proposal submitted to CITY for its review and approval. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: CONSULTANT'S duties and responsibilities shall be per CONSULTANT'S Statement of Qualification (Exhibit A), consistent with the City of Huntington Beach Request for Qualifications for On Call Material Testing and Engineering Services. Upon award, and the contract period, if CONSULTANT chooses to assign different personnel to the project, CONSULTANT must submit the names and qualifications of these staff to CITY for approval before commencing work. CONSULTANT shall comply with all Local Assistance Procedures Manual (LAPM), the Caltrans Construction Manual,the Federal Highway Administration requirements, and Caltrans A&E Sample Contract Language known as Exhibit 10-R,which includes, Caltrans Consultant Proposal DBE Commitment known as Exhibit 10-01 and/or 10-02, and Caltrans Disclosure of Lobbying Activities known as 10-Q (Exhibit C). C. CITY'S DUTIES AND RESPONSIBILITIES: 1. Furnish scope of work request for each project. 2. Furnish construction plans and specifications to the CONSULTANT. D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by CITY. EXHIBIT A 271 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. ti 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made • within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 1 Exhibit B 272 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 2 Exhibit B 273 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND AESCO, INC. FOR ON CALL MATERIAL TESTING AND ENGINEERING SERVICES Table of Contents 1 Scope of Services 1 2 City Staff Assistance 2 3 Term; Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans, Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices 7 17 Consent 8 18 Modification 8 19 Section Headings 8 20 Interpretation of this Agreement 8 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 274 'F•'SZ_'!V • 5/2019 ACG D CERTIFICATE OF LIABILITY INSURANCE d/2 TE(MMI OMYW) _T THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND Oft ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s), • PRODUCER CONTACT LAURIE BRENI7AN HAUCK PHONE F 1, (702)629-6700 I(">cFAX 702)629-6701 9114 Adams Ave #182 EMAILII .Nal renco@aol.com Huntington Beach, CA 92646 ADDRESS: 0C98533 INSURERIS) AFFORDING COVERAGE NAICS INSL)RFR A'Burlington Insurance Company - INSURED Aesco, Inc. INsuRERB:The Hartford 17782 Georgetown Lane IN$uNERc.Houston Casualty Company Huntington Beach, Ca 92647 INsuRERD:The Hartford (714)375-3830 INSURERF: _ INSURER F: COVERAGES CERTIFICATE NUMBER REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VATH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.UNITS SHOWN MAY HAVE BEEN REDUCED BYPAID CLAIMS. �p lLAA TYPE OF INSURANCE AWL suer POLICY EFP POLICY YY INS) FIVE POLICYNUMBER (MM/DO�NYYVI jMM,DDN Yl UNITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE s2,000,000. I CLAIMS-MADE D OCCUR UAMAGE I HENIMJ PREMISES fFa aTAlvyenenl a 100,000. MEDEXP(Any onoperscn) $ 5000 A - X 154BW40150 6/24/2(n7 6/241/2010 PERSONAL&ADVINJURY s2,000,000. GEEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000. POLICY 0JEC LOC PRODUCTS-COMP/OPAGG $2,000,000• OTHER S AU ROMOBILE LIABILITY _ CEOMBINNEEDiISINGLE LIMIT S1,000,600. — R ANYAUTO BOORS INJURY(Perperaon) $ ALLOWING) .......SCHEDULED 72UECTQ7770 7/7/20177/7/2018 B _ AUTOS ,�,—AUTOS XBODILY INJURY(Per eccidoN) b X HIRED AUTOS }t NON-OWNED PROPERTY DAMAGE AUTOS (Palaccldenll —S DC § UMBRELLA UAB OCCUR EACH OCCURRENCE S `— EXCESS LAB CLAIMS-MADE AGGREGATE a . DED I JRETENTIONS pp RR ��1177 § WORKERS COMPENSATION SATUTE I I ERH• AND EMPLOYERS'LIABILITY YIN ANY PROPRICTOR?PARTNERIEXECU?IVE 1—T 72WECKU6780 4/11/201E 4/11/2019 EL EACH ACCIDENT $ 1,000,000 D OFFICER/MEMBER EXCLUDED? It Ali NIA 1,000,000 (Mandatary(e NH) E.L.DISEASE•EA EMPLOYEE § II ye,.desc,Ibo undo/ ' DESCRIPTION OF OPERATIONSbpIUY E1 DISEASE-POLICY LIMIT 1 1'r000 r000 C Professional Liab. HCC 17 22635 av1c9/20 1 wlo9/SOLE $2,000,000, Claim/Aggre ' DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Add16analRemark4 Scea4u1e,moyis attachedl/man space lsreep:red) Certificate holder is named as an additional insured. APPROVED AS TO FORM By: �`�! (1�•^n __ _ A„a MICHAEL E.GATES \tJ CITY ATTORNEY _ CITY OF HUNTINGTON.LV ACH CERTIFICATE HOLDER CANCELLATION City of Huntington Beach Department of Public Works SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ' THE EXPIRATION DATE THEREOF, NOTICE WWU- BE DELIVERED IN • 2000 Main Street ACCORDANCE WITH THE POLICY PROVISIONS, , Huntington Beach, Ca 92648 AUTHORIZED REPRESENTATIVE • 1 ®1988-2013 ACORD CORPORATION.All rights reserved. ACORD 25(2013/04) The ACORD name and logo are registered marks of ACORD I t 275 I { Orange County San Bernardino County 17782 Georgetown Lane 14163 Arrow Boulevard Huntington Beach,California 92647 Fontana,California 92335 e, p Tele: (714)375-3830 Tele: (909)284-9200 Fax: (714)375-3831 Fax: (909)284-9201 Request for Qualifications FOR On-Call Construction Materials Testing Services AESCO Proposal No. P5597 2c, . OQtt .COUNTY C� 1f rf Public Works Department City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Attention: Mr. Jim Slobojan, Fiscal Services Department AESCO 17782 Georgetown Lane Huntington Beach, California 92647 Tele: (714)375-3830 Fax: (714) 375-3831 January 11,2018 Construction Material Testing,Inspection • Environmental • Geotechnical Engineering Services 276 AESCO Proposal No. P5597 Statement of Qualifications Statement of Qualifications Table of Contents Section A Cover Letter 1 Section B Vendor Application Form 3 Section C Prequalification Form 5 Section D Service Category 11 Firm Qualifications Key Personnel Summary References and Projects AESCO's Unique Qualifications and Scope of Services Staffing and Organization Chart Appendix A Required Forms and Addendum Number One Appendix B Resumes Appendix C Sample Field and Test Reports Appendix D Certifications Appendix E Related Project Experience Appendix F Letters of Recommendation Construction Material Testing/Inspection ! Page ea C d t«g o'l rn e a i e a Environmental and Geotechnical Engineering Services www.AescoTech.com ?tow 7 4 e lj t e u a d VA 277 • AE'.SCO Proposal No. P5597 Statement of Qualifications • Section A COVER LETTER January 11, 2018 Mr.Jim Slobojan City of Huntington Beach, Fiscal Services Division 2000 Main Street Huntington Beach, CA 92648 Subject: Request for Qualifications for On-Call Construction Material Testing Services Public Works Department City of Huntington Beach AESCO Proposal No.P5597 Dear Mr. Slobojan: AESCO is pleased to present this Statement of Qualifications to provide On-Call Construction Material Testing Services. Services will be provided for a minimum 3-year term. The scope of work may involve all phases of project development. AESCO is in acknowledgement of Addendums 1, 2 and 3. AESCO, a small business enterprise, has provided construction quality control and quality assurance services on both small and large municipal capital improvement and commercial projects in Los Angeles, San Bernardino, Riverside, and Orange Counties over the past 25 years. AESCO has held, or is currently holding, the on-call contract for soils and materials testing and inspection services for the Cities of Huntington Beach,Santa Ana, Villa Park, Buena Park, Irvine, Lynwood, Lakewood, Riverside, and the Orange County Transportation Authority and the Los Angeles Unified School District. AESCO is a woman-owned corporation (incorporated in California) and has been in operation since 1993. AESCO is headquartered at 17782 Georgetown Lane, Huntington Beach,CA 92647. Mr. Adam Chamaa, P.E.,G.E., Engineering Manager, will be the point of contact during the period of the proposal evaluation. He can be reached at 17782 Georgetown Lane, Huntington Beach, CA 92647, adam.chamaa(c aescotech.com, 714-375- 3830. AESCO does not anticipate the use of subcontractors for this project. Construction Material Testing/Inspection Page l d a Environmental and Geotechnical Engineering Services www.AescoTech.com 9:o of 74 e Cf s o a e d ZL fi 278 .A1:S(.`()Proposal No. P5597 Statement of Qualifications AESCO's laboratory has been approved or certified by the Division of State Architect (DSA), California Department of Transportation (Caltrans) under certification #1002, by the City of Los Angeles under certification #1019I, by the CCRL, and by the AMRL. AESCO is also a current member of the Independent Assurance Program with Caltrans, CCRL, AMRL, Proficiency Sample Program, and ISO/IEC 17025. All testing will be performed in AESCO's laboratory and all work will be in compliance with applicable governing local, State and Federal agencies and laws including Caltrans. AESCO has 4 California Registered Engineers on staff. AESCO's personnel has provided construction quality control and quality assurance services and geotechnical engineering services on both large and small public works projects in Orange, Los Angeles, Riverside, and San Bernardino Counties over the past 25 years. AESCO will respond within 24-hours upon request by the City. AESCO has reviewed the sample agreement and insurance requirements and is willing to execute the agreement as drafted and will be able to provide the required documentation following notice of award. If you need further assistance regarding this matter, please give feel free to call either myself or l ebra Perez. We look forward to hearing from you. ery trul yours, AESCO, ' C. 0931)--(fsks_ • -78 •• .maa, P.E., . Debra Perez { i En eering Manager Project Manager ay Alabed President Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services 1' K c f,u t l d i s q rP.K c s i c a www.AescoTech.com t o '7 k c 9 t e u K d Z!fi 279 AESCO Proposal No.P5597 Statement of Qualifications Section B VENDOR APPLICATION FORM REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW [I CURRENT VENDOR Legal Contractual Name of Corporation: AESCO Inc. Contact Person for Agreement: Kay Alabed Corporate Mailing Address: 17782 Georgetown Lane,Huntington Beach,CA 92647 City,State and Zip Code: 17782 Georgetown Lane,Huntington Beach, CA 92647 E-Mail Address: Kay,Alabed©aescotech.corn Phone: 714-375-3830 Fa: 714375-3831 Contact Person for Proposals: Adam Chamaa, P.E., G.E. Title:Vice President E-Mail Address: Adam,chamaaeMscotech.com Business Telephone: 714-375-3830 Business Fax: 714-375-3831 Is your business:(check one) ❑ NON PROFIT CORPORATION [] FOR PROFIT CORPORATION Is your business:(check one) CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP El UNINCORPORATED ASSOCIATION 012 Construction Material Testing/Inspection 31 PaEnvironmental and Geotechnical Engineering Services ga 15 u i f d C a g ec e:i r a www.AescoTech.com 22001 7(c e l:o u e d VA 280 AESCO Proposal No. P5597 Statement of Qualifications Names&Titles of Corporate Board Members (.Also list Names&Titles of persons with written authorizationtresolution to sign contracts) Names Title Phone Kay Mabee! President 714-375.3830 Adam Chamaa vice President 714375-3830 Federal Tax Identification Number: 72-1253958 City of Huntington Beach Business License Number: A199958 (If none,you must obtain a Huntington Beach Business License upon award of contract) City of Huntington Beach Business License Expiration Date: 09-30-18 � I � I 2of2 Construction Material Testing/Inspection41 I'.t g ;;u e'E d i s g rx e z i e a Environmental and Geotechnical Engineering Services www.AescoTech.com 7 x o rx 7 k c CI t a u K d Zf f 281 A Ai.SC,O Proposal No.P5597 Statement of Qualifications Section C 1,1-t-Q[YAL1FICATION FORM EXHIBIT A:PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MATERIAL TESTING SERVICES A. Construction Material Testing (te i No _"_(linnet)Consultant is willing to execute the sample Agreement as drafted,including any other potentially more restrictive terms and conditions as outlined in Caltrans'LAPM_Exhibit I O-R(See Appendix B). Consultant is aware the actual Agreement"MAY"differ due to Caltrans requirement ra (Initial)Consultant is able to provide the insurance as required,including any other potentially more restrictive terms and conditions as outlined in Caltrans'LAPM,Exhibit 10-R(See Appendix B&C). Firm Name: AESCO Firm Address; 17782 Georgetown Lane, Huntington Beach, CA 92647 Signature: ' January 4, 2018 Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services S` lm a i x: b a i F d t K g a<e v t c a www.AescoTech.com ' * 7 e 92 a U, d VA 282 a Al SCO Proposal No. P5597 Statement of Qualifications Section D SERVICE CATEGORY FIRM QUALIFICATIONS (i) AESCO is a woman-owned corporation (incorporated in California) and we currently have thirteen employees. AESCO has been providing services similar to those requested since 1993,a total of 25 years.AESCO has been retained as the geotechnical, construction material testing and inspection and environmental engineering firm for the City of Huntington Beach since 2001. Therefore, we are very familiar with working with the City, and in particular,the Department of Public Works. AESCO is known for responding to requests in a very timely manner and providing excellent service to the City. AESCO provides a budget to the City for each project prior to the start of work. AESCO is SBE,DBE/UDBE,WBE, and CBE certified. AESCO's laboratory is certified by DSA, Caltrans and City of Los Angeles. AESCO has been performing material testing services for various clients including the Cities of Los Angeles, Costa Mesa, Inglewood, Long Beach, Diamond Bar, Lakewood, Huntington Beach, Lynwood, Riverside, Buena Park, Irvine, Santa Ana; the Los Angeles Unified School District; Alhambra School District; SANBAG; Caltrans; Los Angeles Metropolitan Transit Authority (MTA); and the Orange County Transportation Authority (OCTA). AESCO currently holds the on-call contract for testing and inspection services for the City of Huntington Beach. As a small firm AESCO has the ability to respond to requests immediately and can devote more attention to each project. Construction Materials Testing and Inspection Services AESCO operates a construction materials engineering (CME) laboratory in Huntington Beach, California, and is capable of performing in-house or on-site testing and inspection services. AESCO also regularly tests and inspects brick, granite, stone masonry, mortar, reinforcing steel, and manufactured elements such as pre-stressed beams and pre-cast panels. Engineering consultation and inspection services are available for each phase of construction including: Aggregate Evaluation, Concrete Mixtures-Design, Inspection, and Testing, Bituminous Materials Testing, Refractory Testing, Roof Inspection and Testing, Soils Compaction and Stabilization Tests and Inspection, Structural Steel Fabrication and Erection Construction Material Testing/Inspection , Environmental and Geotechnical Engineering Services t'' +'ar t l d t k 9 ri�.ir c s t c a www.AescoTech.com ?tom 7+f e 9 s e a«d left 283 AESC()Proposal No.P5597 Statement of Qualifications A ®" Inspection, Qualification of Welders and Procedures, Welding Inspection, and Rebar Inspection. AESCO provides full grading inspection services during construction. To expedite site grading, AESCO can set up a portable laboratory on site, capable of performing most of the essential tests that may be required. (;eotechnical Engineering Services AESCO's geotechnical investigations have included: foundation and pavement design, settlement problems, compaction monitoring and testing, shallow and deepened foundations, pressure injected footings, earth retaining structures, landslide analysis and control, expansive/collapsing soils, underpinning and special foundations, construction dewatering and drainage, pipelines and utilities, liquefaction analyses, and fault evaluation. Laboratory testing is performed using ASTM, AASHTO, and other applicable specifications and guidelines. Environmental Engineering AESCO can provide a full range of Environmental Engineering services that are vertically integrated to deliver a complete "turnkey" package including: Phase I-Initial Environmental Site Assessment (ESA), the Phase II-Investigation, Phase lII-Remediation and Mitigation Design, and Final Close Out Report. In addition, AESCO provides a range of Regulatory Compliance services. While working on the City of Huntington Beach Projects, each team member is responsible to a registered Engineer who is available to assist inspection personnel on interpretation of test requirements, plans and specifications interpretation and Building Code matters of compliance. AESCO generates thousands of material testing reports for soils, concrete, steel and other building materials from our Huntington Beach laboratory. The Huntington Beach facility comprises of over 6000 square feet laboratory equipment with state of the art testing equipment. AESCO's testing equipment is fully computerized and connected to our main server. AESCO's reports are digitalized and maintained on AESCO's main frame server and Construction Material Testing/Inspection 7 1,,s a t!d t«g rP+rc e a t c a Environmental and Geotechnical Engineering Services www.AescoTech.com mom 7 k e l t a rc, d I(f 284 AESCO Proposal No.P5597 Statement of Qualifications " on the web for immediate access for our engineers and clients. AESCO has NEVER had any OSHA citations. AESCO has never had any outstanding or pending complaintsthrough throw h the Better Business Bureau, State of California Department of Consumer Affairs. KEY PERSONNEL SUMMARY (ii) AESCO has 4 registered engineers and employees that are experienced; we have the necessary resources and technical knowledge to guarantee that the services required for your projects are provided within your budget, timetable and quality expectations; and can accommodate your project's staffing needs. Name Years of Experience Education/Credentials Adam Chamaa 30+ B.S.Civil Engineering, Engineering M.S.Civil Engineering Manager Licensed California Engineer,P.E. C.E.No.C53992 Licensed California Geotechnical Engineer G.E.No.GE2784 Nuclear Density Machine Operator Russell L.Scharlin 30+ B.S.Civil Engineering Quality Control M.S.Civil Engineering Manager Licensed California Engineer.P.E. C.E.No.C25723 Licensed California Geotechnical Engineer G.E.No.751 Amer Hazboon 20+ B.S.Civil Engineering Environmental M.B.A. Engineer Licensed California Civil Engineer.P.E. C.E.No.C64478 Certifications: 40-hour Health and Safety Training Registered Deputy Inspector for the City of Los Angeles, Methane Mitigation Systems ICC Certified California UST System Operator Certified Liquid Boot Inspector Certified Tremco Barrier Inspector Andrew Stone,C.G., 30+ B.S.Geology C.G.E. Certified Engineering Geologist(C.E.G.) Engineering Certification No. 1648 Geologist Debra Perez 30+ B.S.Renewable Natural Resources Project Manager Nuclear Density Machine Operator David J.Ryan,P.E. 40 B.S.Civil Engineering Senior Engineer Licensed California Engineer,P.E. C.E.No.C49661 Construction Material Testing(Inspection rP�r e s Z e a Environmental and Geotechnical Engineering Services 1'°� `�`� <!d t s g www.AescoTech.com 7&e Cl:a u«d left 285 AESCO Proposal No. P5597 Statement of Qualifications • Duane Wentworth 40 University of California, Berkeley Extension. Certificate for Senior Inspector Construction lnspc tion of Traffic Signals and Highway Lighting Systems. California State University, Long Beach. Major: Mechanical Engineering. Orange Coast College.A.A.Engineering Caltrans Resident Engineers Academy Asphalt Materials from the Asphalt Institute Kay Alabed, 25 B.S.,Dental Medicine Project Coordinator Omar Chamaa I I B.S.,Civil Engineering Quality Control E.I.T.Certificate No. 135299 Engineer Hazardous Materials 40-hour Training ICC Certified Reinforced Concrete Caltrans Certificate of Proficiency for: Calculations Pertaining to Gradings & SpG, Sampling Highway Materials & Products, Soil & Aggregate Sample Preparation, Sieve Analysis of Fine & Coarse Aggregates, Sand Equivalent, Air Content, Freshly Mixed Concrete, Pressure, Density of Fresh Concrete, Flexural Strength of PCC, Ball Penetration in Fresh Portland Cement Concrete, Sampling Freshly Mixed Concrete, PCC Cylinder Fabrication, Air Content of Freshly Mixed Concrete-Volumetric Method, Slump of Fresh Portland Cement Concrete,Temperature of Freshly Mixed Portland Cement Concrete City of Newport Beach Deputy Inspector City of Garden Grove Deputy Inspector City of Long Beach Deputy Inspector City of Riverside Deputy Inspector Radiation Safety and Use of Nuclear Gage ACI Concrete Field Testing Technician TWIC Giovanni Mikhael I I AWS Welding Inspector Inspector Caltrans Certificate of Proficiency for: Air Content, Freshly Mixed Concrete, Pressure, Density of Fresh Concrete, Flexural Strength of PCC (Fabrication only), Ball Penetration in Fresh Portland Cement Concrete, Sampling Freshly Mixed Concrete, PCC Cylinder Fabrication, Slump of Fresh Portland Cement Concrete, Temperature of Freshly Mixed Portland Cement Concrete County of Los Angeles Certified Inspector Tariq Abdullah 15 B.S.,Geology Laboratory Manager Caltrans Certificate of Proficiency for: Calculations for Gradings&SpG,Soil&Aggregate Prep.,Sieve Analysis of Fine & coarse Aggregates, Percentage of Crushed Particles, Specific Gravity & Absorption of Fine and coarse Aggregate Sand Equivalent, Moisture content, Cleanness of Coarse Aggregate, Durability Index, R- Value Soils and Bases, Preparation of Bituminous Mixtures for Testing, Bulk Secific Gravity & Denisty of Bituminous Mixtures,Theoretic Max Specific Gravity& Density of Bituminous Paving Mixtures, Stabilometer Value, Moisture Content using Microwave, Asphalt Content of Bituminous Mixes,Ignition Method Construction Material Testing/Inspection lY i�at/deaf fit s e a t c a Environmental and Geotechnical Engineering Services `'i' www.AescoTech.com 7 T o Na 7 4 e Cf s o a re d VA 286 !AI AISC(:)Proposal No. P5597 Statement of Qualifications NICET Level 11 for:Asphalt,Concrete,Soil Radiation Safety and Use of Nuclear Gage Ruben Rocha 12 B.A.,Business,Devry University,in progress Inspector Professional Certifications: County of Los Angeles Certified Deputy Inspector Masonry and Concrete ICC Structural Masonry and Concrete Certified Inspector ACI Certified,Concrete Field Testing Technician Certified Radiation Safety and Nuclear Gage Operator Caltrans Certificate of Proficiency for: Air Content, Freshly Mixed Concrete, Pressure,Density of Fresh Concrete,Flexural Strength of PCC(Fabrication only), Ball Penetration in Fresh Portland Cement Concrete, Sampling Freshly Mixed Concrete, PCC Cylinder Fabrication, Slump of Fresh Portland Cement Concrete, Temperature of Freshly Mixed Portland Cement Concrete TWIC Card Note:Certificates of AESCO's Registered Engineers are included within Appendix D. Inspector certificates are available upon request. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services 101 Ir g c' 5 a[t d t K g rP«r e a i e a www.AescoTech.com 7 z o of ?4 e 9 s o a tg d WA 287 rit,11 AI SC.O Proposal No.P5597 Statement of Qualifications • c n••v. REFERENCES and PROJECTS (iii) Client Name: Orange County, Department of Public Works,September 2016 to Current Project Name: ADA Restroom Upgrade and Office Improvements and other on-call contracts Contact Name& Phone: Mr. Erik Nelson, Project Manager III (657)247-1298 Email: Erik.Nelson@ocpw.ocgov.com Scope of Work: Materials Testing and Inspections,Geotechnical Engineering AESCO Project Manager: Adam Chamaa, P.E., G.E. Key Personnel: Dave Ryan, P.E., Quality Control Manager;Giovanni Michael, Inspector. Client Name: City of Santa Ana,June 2010 to Current Project Name: First Street Bridge Replacement and Road Rehabilitation and other on-call contracts Contact Name& Phone: Mr.Gerardo Lechuga,Project Manager(714)552-5336 Email: glechuga;c i,santa-ana.org Scope of Work: Materials Testing and Inspections AESCO Project Manager: Adam Chamaa, P.E.,G.E. Key Personnel: Russell J. Scharlin, P.E., G.E.,Quality Control Manager;Omar Chamaa, Field Engineer and Inspector; Giovanni Michael, Inspector. Client Name: City of Corona,September 2013 to December, 2015 Project Name: Geotechnical and Materials Testing for Auto Center Drive Grade Separation Contact Name & Phone: Ms. Linda Bazmi, Senior Engineer(951) 830-2132 Email: Linda.Bazmi@ci.corona.ca.us Scope of Work: Materials Testing and Inspections AESCO Project Manager: Russ Scharlin, A.E.,G.E. Construction Material Testing/Inspection 111 Page u l L d t R g rlt..r e:i e a Environmental and Geotechnical Engineering Services www.AescoTech.com t o ar 'I!e 9C s a a u d left 288 Ai SCO Proposal No.P5597 111 Statement of Qualifications Key Personnel: Adam Chamaa, P.E., G.E., Quality Control Manager; Omar Chamaa, Field Engineer and Inspector; Giovanni Michael, Inspector. Client Name: City of Villa Park,August 2012 to Current Project Name: Sewer Line Replacement Program Contact Name& Phone: Mr.Akram Hindiyeh, City Engineer(949) 547-0816 Email: aindiyeh( villapark.org Scope of Work: Geotechnical Engineering and Materials Testing AESCO Project Manager: Adam Chamaa, P.E.,G.E. Key Personnel: Russell J. Scharlin, P.E.,G.E.,Quality Control Manager; Omar Chamaa, Field Engineer and Inspector. Client Name: City of Huntington Beach, September 2017 to Present Project Name: Beach Boulevard Water Main Extension Contact Name&Phone: Mr.John Griffin,Contract Administrator(949)375-5011 Email: igriffin()surfcity-hb.org Scope of Work: Construction Management, Materials Testing and Inspections AESCO Project Manager: Dwayne Wentworth Key Personnel: Adam Chamaa, P.E.,G.E., Quality Control Manager, Dave Ryan, P.E.,Construction Management,Testing and Inspections Client Name: County of Orange and Caltrans,October 2011 to January, 2014 Project Name: Seismic Remediation,John Wayne Airport Contact Name& Phone: Mr. Steve Chaky, Project Manager(949)252-5275 Email: schaky@ocair.com Scope of Work: Materials Testing and Inspections AESCO Project Manager: Russell J. Scharlin, P.E., G.E. Key Personnel: Adam Chamaa, P.E.,G.E., Quality Control Manager;Jess Lim, Inspector; Giovanni Michael, Inspector. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services 12 l'a' u 1l i a 3 14rwc c a i e a www.AescoTech.com 9:owl 7 k o f z a u K d ILA 289 AESCO Proposal No.P5597 Statement of Qualifications Vie, AESCO's UNIQUE QUALIFICATIONS and SCOPE OF SERVICES (iv) AESCO has been performing materials testing, construction inspection, geotechnical engineering, and environmental engineering for the City of Huntington Beach since 2001. We have performed geotechnical engineering, environmental engineering and construction materials testing and inspections for projects ranging from street rehabilitation to lift stations and new structures. AESCO's location within the City makes AESCO an ideal candidate to perform the required scope of services in a very timely manner. We have always provided immediate response to all requests and have worked around the clock on emergency projects,as needed. The project consists of performing on-call construction materials testing for various public works infrastructure projects for the next 3 years. The Scope of Services may include, but not be limited to, the following: all tests to be performed in accordance with the Caltrans Construction Manual, the Caltrans Standard Specifications and Project Special Provisions, the City's Quality Assurance Program (OAP), Department of Transportation, Construction Manual, Chapters 3 and 6; initial "Samples and Tests" on proposed materials and "Acceptance Tests" on materials placed, and other Federal Highway Administration (FHWA) requirements; testing to be conducted within our Caltrans Certified laboratory by Caltrans accredited personnel; density tests will be performed with a nuclear densometer or sand cone and maximum density curves will be performed on various materials in accordance with ASTM D1557; concrete cylinders and slump testing by ACI certified technician; compression strength testing per ASTM C39;maintain records of all samples and tests including failing tests and retests, provide test results with statement regarding pass or fail signed by authorized representative; maintain Testing Plan and Log submitted monthly with the Contract Quality Control Report; maintain a rework Items list of work which does not comply with the Contract;perform maximum density tests at job site; maintain records of samples and tests, including failing tests, in permanent job file; use economical mode of transportation; upon completion of project provide a Materials Certification noting all non- conforming materials; the materials certification memorandum to be signed by a California licensed engineer; all Non-Compliance results of materials to be reported to City Project Manager and Project Inspector within 24 hours. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services l'``^` Ea C d t K 9 fl,K e s t e a www.AescoTech.com 9 s a ar 7 4 e 9 s a u a d VA 290 AESCO Proposal No. P5597 Statement of Qualifications RESUMES CO Resumes are included within the Appendix. STAFFING'. AESCO offers the City an integrated team comprised of engineers, geologists, engineering technicians and deputy inspectors experienced in all aspects of municipal development and construction testing. Staff will be available for the City of Huntington Beach projects at all times.No sub-consultants are anticipated for this project. Organization Chart Vice President/Geotechnical Engineer Adam Chamaa,P.E.,G.E. Project Manager Quality Control Director/Geotcchnieal Engineer Russ Scharlin,P.E.,G.E. Quality Control Manager Duane Wentworth Dave Ryan, P.E. Quality Control Laboratory°Supervisor Tariq Abdullah Quality Control Coordinator dinator Omar Chamaa,E.I.T. Kay Alabed Materials Testing and Inspection Personnel Giovanni Michael Ruben Rocha 20+Additional Inspectors As Needed Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services 14 h`� ` a3'u i!d i K g ri7 nc c a i c a www.AescoTech.com s o,u '7 k e C s a a K d left 291 AESCO Proposal No.P5597 Statement of Qna1;&-Ations UNDERSTANDING and METHODOIMGY AESCO has been retained as the construction material testing and inspection, geotechnical and environmental engineering firm for the City of Huntington Beach for the past 17 years. Therefore, we are very familiar with working with the City and in particular the Department of Public Works. AESCO is known for responding to requests in a very timely manner and providing excellent service to the City. AESCO provides a budget to the City for each project prior to the start of work. Every project has its own unique scheduling and construction challenges; therefore, AESCO's methodology is intended to be flexible and allows input from the Owner to guarantee smooth completion of the project. AESCO's team is comprised of some of the most experienced professionals in the industry. The overall project team is always available for discussions regarding the project in order to craft solutions. Each inspector has multiple licenses that allow them to perform various inspection duties simultaneously,thus creating an efficient budget for the Owner. AESCO will provide qualified soil technicians and deputy inspectors with extensive public facility, utility and roadway site grading experience. AESCO's method of operation is the following: • Prior to the start of any project AESCO will become familiar with the contract documents, project plans, technical specification, etc. and existing site(s) and conditions, and other pertinent project documents and meet with the CITY to review staffing, project needs, coordinate inspections and testing, and will also attend the pre-construction meeting(s) if requested. • AESCO provides a 24-hour live answering service and one of our Project Engineers is always available to answer any technical or scheduling issues. Technicians shall be available upon 24-hour notice, or less,and for occasional night work. • AESCO digitally controls all assigned tasks to our technicians and each unit of service is closely watched by our project manager. AESCO does not exceed the assigned budget for its services prior to authorization by the CITY. • The inspector (or inspectors) then arrives at the site to perform the required testing and inspections. The technician will arrive at the site with the correct equipment, Construction Material Testing/Inspection , Environmental and Geotechnical Engineering Services 15 t ;c 3'u t!d 1 K g tl.x e a t e a www.AescoTech.com o m 7 k e ff s a a*d Zf p 292 AESCO Proposal No. P5597 Statement of Qualifications • calibrated to existing standards with documentation. Equipment calibration shall be performed prior to the start of work and costs are included in the total hourly rate for field services. All samples will be transported from the project site to the laboratory for testing as required. • All breaks and other laboratory testing are scheduled through our electronic dispatch system where notification is automatically issued to the laboratory manager to perform specific tests, such as: breaks of concrete cylinders at a schedule of 7, 14 and 28-day breaks; beam, masonry,prism breaks; aggregate testing; etc. • Daily field reports and test results are created digitally in a standard report format and emailed within 24 hours of completion of the test or inspection to the CITY. Field testing/compaction results of subgrade or asphalt concrete shall be communicated to CITY personnel as soon as the tests have been completed, on same day of testing, with hard copy to follow. • Any test or inspection deficiencies, such as; failing compaction,concrete not reaching the required strength, concrete with high slump, cleanness of rebar, cleanness of footings, etc., will be discussed immediately with the CITY Inspector. Our professionals will provide practical solutions to critical issues encountered in the field, considering both cost and technical implications. • A draft report summarizing test results and raw data will be submitted for review following completion of construction which will summarize all failed and passing tests. The report will include the tests performed, testing dates and test standard used. After written approval, copies of the final certification report of all inspection services performed for specific projects will be completed within 10 working days. All laboratory reports and inspection reports are supervised, reviewed and signed by a California Licensed Professional Engineer/Geotechnical Engineer. • AESCO will comply with OSHA requirements Safety Standards. On occasion, technicians are required to enter confined spaces to perform work and will have completed confined space training and have proof of training upon arrival to do confined space work. • All inspectors are required to communicate on a daily basis with our Quality Control Manager who ensures that all work is being performed in accordance with the Quality Construction Material Testing/Inspection Al Environmental and Geotechnical Engineering Services 15 Y ` i$a t 1 a!i s 9 ..g e s t e a www.AescoTech.com 9 s o Mc l i e lr s o«a d VA 293 AESCO Proposal No. P5597 Statement of Qualifications Control Manual. AESCO has been successful in consistently completing its projects within the assigned budget and schedule. We thoroughly evaluate our task and scope of work, and build an efficient budget for our work. Therefore,we seldom exceed the budget or schedule. AESCO has a practice of obtaining advance approval from clients prior to initiating any work which will add costs to the originally approved budget. AESCO maintains a strict Quality Control Program (QAP). AESCO is a member of, and certified by several independent certification agencies,such as DSA,AMRL,CCRL, Caltrans, the City of Los Angeles, and the City of San Diego. AESCO is also part of the yearly reference sampling program for these agencies. These involvements ensure a rigorous training of AESCO's technicians and test method verifications. Test results and field reports are reviewed by AESCO's project manager and quality control engineer,each of whom has 30 years of experience. INNOVATIVE and FLEXIBLE AP 'ROACHES AESCO has used various approaches to save clients time and money as shown below: • AESCO can provide immediate response to short notice requests • AESCO is available to work around the clock, when needed • AESCO has a Geotechnical Engineer/Project Engineer available at all times to respond to emergency needs • AESCO can provide a fully equipped concrete mobile laboratory to assist in immediate on-site testing • An example of our approach is the emergency response AESCO provided to the City of Huntington Beach when a large sinkhole developed in the middle of one of the major thoroughfares; Warner Avenue. AESCO personnel were on-site around the clock to assist in the repair and to devise a dewatering system to be used during construction. The project was completed approximately 20 percent earlier than was anticipated. • AESCO also provided emergency response to the Alhambra Unified School District when an excavation flooded at night due to broken water line at Garfield Elementary School. AESCO's Geotechnical Engineer was on-site at 7:00 A.M. on a Saturday to Construction Material Testing/Inspection17 P a 'g t l d i.e .k g e z l e a Environmental and Geotechnical Engineering Services www.AescoTech.com 9 s a rx '7 k e g s e u a d VA 294 1,111 AESCO Proposal No.P5597 Statement of Qualifications assist the District in mitigation of the problem and to stabilize the subgrade. • As part of AESCO's innovative approach to testing and inspection AESCO monitored the contractor's curing procedures and modified as necessary to protect the concrete from extreme hot and cold weather conditions during the construction of the Whitegates Reservoirs for the City of Riverside. Daily inspections were required to monitor the concrete temperature and humidity to prevent micro-cracking of the concrete due to shrinkage and expansion. AESCO also instructed the contractor to provide heat blankets to maintain the curing temperature of the concrete as concrete placement was performed during cold weather during the construction of the Brea- Olinda Landfill Gas-to Energy Facilities for the County of Orange. AESCO also provided special soil stabilization and subgrade enhancement recommendations to mitigate the wet, fine soil during construction of Northrup Elementary School for the City of Alhambra. AESCO also evaluated the effects of the existing trees on the new construction and provided recommendations to mitigate distress due to roots and landscaping. • AESCO has performed construction materials testing and inspection services on several Federally funded projects including several roadway rehabilitation projects for the City of Huntington Beach and Pomona and several grade separation and freeway widening projects for Caltrans which were all partially state and federally funded. • AESCO has a strong financial base, and has never experienced any bankruptcy, pending litigation, office closure, nor has any impending merger in the near future. AESCO is able to complete projects within the established schedule, and does not add on additional work without prior authorization. • AESCO's commitment to quality assurance extends to field and laboratory staff that is certified in various technical disciplines by multiple agencies such as Caltrans, ACI, NICET, and ICC. AESCO's accredited materials testing laboratory and collection of resourceful field and laboratory equipment enable our professionals to efficiently determine precise methods for qualifying construction materials. Construction Material Testing/Inspection 18 P ,t t, ectildeis9 r4.x c z i c a Environmental and Geotechnical Engineering Services www.AescoTech.com 7 s e m 7.F e Cj a a u K d VA 295 rol AESCO Proposal No, P5597 Statement of Qualifications APPENDIX A REQUIRED FORMS and ADDENDUM NUMBER ONE Construction Material Testing/Inspection Page Eueidee Alaietecce Environmental and Geotechnical Engineering Services www.AescoTechicom 6is 7 4 e 9,t re st e It 296 AESCO Proposal No. P5597 Statement of Qualifications • _- Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT 1 Local Agency: City of Huntington Beach 2.Contract DBE Goal 0% 3 Protect Description: On-Call Material Testing and Inspection Services 4 Protect Location. Huntington Beach,CA 5 Consultant's Name: AESCO 6_Prune Certified DOE: el 7 Description of Work,Service,or Materials 8'DBE Supplied Certification 9 DBE Contact Information 10.DBE% Number Materials testing and inspection services 35370 Kay Alabed 100% 714-375-3830 Local Agency to Complete this Section 17 Local Agency Contract Number; 11.TOTAL CLAIMED DBE PARTICIPATION 100% 18.Federal-Aid Protect Number 19 Proposed Contract Execution Date: (NAME) Local Agency certifies that all DBE certifications are valid and information on IMPORTANT.Identify all DBE firms being claimed fa credit this form is complete and accurate. regartiess of tier.Written confirmation of each listed DBE is required. 1-4-18 20.Local Agency Representative's Signature 21.Date 12.Preparers Signature 13.Date Kay Alabed 714-375-3830 22.Local Agency Representative's Name 23.Phone 14.Preparers Name 15.Phone President 24.Local Agency Representatives Title 16.Preparer's Title DISTRIBUTION: Original—Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities,this document is evadable in alternate formats. For information call(916)654-6410 or TOO(916)854- 3880 or write Records and Forms Management,1120 N Street,MS-89,Sacramento,CA 95814. Page 1 of 2 Cc July 23,2015 Environi 297 rt • AESCO Proposal No. P5597 Statement of Qualifications Local Assistance Procedures Manual Exhibit 10-02 Consultant Contract DBE Commitment ElHiBIT 10-02 CONSULTANT CONTRACT DBE CONIMnTMENT 1.Local Agency: City of Huntiington Beach 2 Contract DBE Goal 0% 3 Prciect Description On-Call Material Testing and Inspection Services 4 Project Location: Huntington Beach, CA 5 Consultant's Name AESCO Inc 6 Prime Certified DBE: gl 7.Total Contract Award Amount: TBD 8 Total Date'Amount for ALL Subconsutants: No Subconsultants 9 Total Number of ALL Subconsultants: 0 10 Description of Work,Service,cr Materials 11,DBE 13.DBE Supt>ied Certification 12.DBE Contact Information Dollar Number Amount Material Testing and Inspection Services 35370 Kay Alabed TBD 714-375-3830 Local Agency to Complete this Section STBD 20.Local Agency Contract (NAME) hi,trnh.r 14.TOTAL CLAIMED DBE PARTICIPATION 21.Federal-Aid Project Number 22.Contract Execution 100% nAl.. Local Agency certifies that all DBE certifications are valid and information on IMPORTANT Identity all DBE firms being dawned for credit. this form is complete and accurate. regardless of tier.Written confirmation of each listed DBE is required 1-8-18 23.Local Agency Representative's Signature 24.Date 15.Preparer's Signature 16.Date Kay Alabed 714-3753830 25.Local Agency Representative's Name 26.Phone 17.Preperer's Name 18.Phone President 27.Local Agency Representative's Title 19.Preparers Title DISTRIBUTION 1 Original-Local Agency 2.Copy-Caltrans District Local Assistance Engineer(DLAE).Failure to submit to DLAE within 30 days of contract execution may result in de-obligation of federal funds on contract. ADA Notke: For edwiduels with sensory citabiities.this document is evadable in alternate formats. For information call(918)654.6410 or TOO(916)654- 3880 or write Records and Farm Management,1120 N Street,MS-89,Sacramento,CA 95814. Page 1 of 2 July 23,2015 Cc Environmental and Geotechnical Engineering Services I"`t e G u t C d C o g of rx e s C e a www.Aescolech.com 2 a o re l i e l s a u w d VA 298 AESCO Proposal No.P5597 Statement of Qualifications Local Assistance Procedures Manual ECHBIT 10-Q D1uInsure of Lobbying Activities EXHIBIT 10-Q DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.G.1 352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑✓ a, contract ❑a. bid/offer/application ❑ a, moss( b. grant b initial award b. material change c. cooperative agreement c. post-award d. loan For Material Change Only: e. loan guarantee year quarter---__ f loan insurance date of last report_ 4. Name and Address of Reporting Entity 5. If Reporting Entity in No.4 Is Subawardee, Enter Name and Address of Prime: QPrime DSubawardee Tier ,if known Congre rcioml District,if known Congressional District,if known 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA N umber,if applicable 8. Federal Action Number,if known 9. Award Amount,if known. 10. Name and Address et Lobby Entity 11.Individuals Performing If individual,last name,first name,MI) (including address if different from No,10) (last name,first name,MI) (attach Continuation Sheet(s)if necessary) I2. Amount of Payment(check all that apply) 14. Type of Payment(check all that apply) s(CONSULTAP ❑actual ❑planned a.retainer b one-time fee 13 Form of Payment(check all that apply): c. conunission Ba. cash d contingent fee b in-Iamb,specify nature e deferred Value f other,specify 15. Flrtef Description of Services Performed or to be performed and Date(s)of Service,including offker(s),employee(s),or members)contacted,for Payment Indicated In Item 12: (attach Continuation Sheet(s)if necessary) 16, Continuation Sheet(s)attached: Yes ❑ No o 17,information requested through this inns is authorized by Tale 31 U.S.C.Section 1352.This disclosure of lobbying reliance 8igneture: was placed by the tier above ohm his nranssaiut was made or entered into.This disclosure is required pursuant to 31 U S.C. P[ira Name; Ka Aiabed 1352.This information will be reported to Congress - -— semiannuallyandwill be available for public lispeutian.Any 're*."`""person who fails to Me the required disclosure shall be subjectTitle: to a civil penalty of not less than 510,000 and nor mac than 3I00.000 for each such failure. Telephone No.; 714-375-3830 Date:1-8-18 Authorized for Local Reproduction Federal Use Only: Standard Fonn-LLI. SbeWatd Farm LLL Re.,04.2E-06 Distribution:Orig.Local,Agency Project Files Page 1 LPP 13-01 May 8,2013 Construction Material Testing/inspection , Environmental and Geotechnical Engineering Services 1' d car e E d i tt g n,<e 5 t e a www.AescoTech.com 7 a d m 7 t e 9 n e cc cc d 7( 299 AEESC°Proposal No.P5597 1111 Statement of Qualifications Local Assistance ProadtaesManual Exhibit 17-F Final Report-Utilization of Disadrantaged Business Enterprises(DBE)and First-Tier Subcontractors ES"AIBIT 17-F FINAL REPORT-UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES(DBE)AND FtBs7-TIER SUBCONTRACTORS 1 Loci Agency Cmtract Number 2 Federal-Ad Pitted Number 3.Lacai Agency 4.Centred Compel=Date City d Huntington Beach T80 5 Ccntrada.Consulan 6 Business Address 7.Final Centred Amount TOO 8.Canted 9.Description d Wed,Service,a 10.Company Name and i t DBE 12.Conrad Payments 13 Data 14.Date d Than Materials Supplied Business Adders C`Nhnsbeeta Were Final Number ber Naroee GEE Ccmpleted Payment Materials leafing and inspection services AESCO 35370 17782 3eorgeiowm Lane.Hunt Bead,.CA 92647 15.ORIGINAL DBE COMMITMENT AMOUNT $ TOD 16 TOTAL LW as ha-.t subcattragwuS bea,sueants red DBEs repraess alter whether a ant the Ems sere anomaly iaad is fpid treat 8 aced DEE Wiaaon Ia banal rah!was aunt thee the wowed n the areal even amide commies on en addamn page lie were Kowa p d m meth wily,It no who hcroswl nlspn used on the comrac4 talkie on Bs tans I CERTIFY THAT 1HE ABOVE INFORMATION IS COMPLETE MO CORRECT 17.CentractotCmsuEW R.naesentatrve s*nature 18.CmbadmCcns Elan Reaesenabue's Name 19.Plow 20.We Kay Aiabed 714375-3830 1l8/18 t CERTIFY THAT THE CONTRACTING RECORDS AND ON-SITE PERFORMANCE OE THE DOM HAS BEEN MONITORED 21.Leal Agency Represanatine's Sgneture 22.Local Agency Reaesenat9e's Name 23.Fhme 24,We • • DISTRieuT ,Oral*-last Agency,Copy-Caws MUM Load Assistaaa Engineer.Includew6b Feel Repel of Expenditures ADA NOTICE Re n6 Wok with certaay dsy0iees Ors daurtee4 s r etee4 on alternate tomes.Fa n aoaae.all(SIN 4 5-12S1 Local Asavana Fhw deres?Ores!TTY T11.or web te Rear*end Farm Marwiwnent 1120 N Sheet,M4S9,Sacramento,CA 95014. Page I of 2 July 23,2015 Construction Material Testing/Inspection ,a g e u E C d C n g rl nr e 2 e e d Environmental and Geotechnical Engineering Services www.AescoTech.com 720o, I k e R o u n d Zf k 300 AESCO Proposal No. P5597 Statement of Qualifications INEWP City of Huntington Beach Public Works Department 2000 Main Street Tel. (714)960-8820 ADDENDUM NUMBER ONE For RFQs—Water, Plan Check,Ocean,Architectural,Transportation,Construction Management,Materials,Civil in the CITY OF HUNTINGTON BEACH November 29,2017 Notice To All: City of Huntington Beach has extended the due date from January 4th, 4:00 pm 2018 to January 11th, 4:00 pm 2018 for eight (8) Request For Qualifications (RFQ) for various professional services(Water,Plan Check,Ocean,Architectural,Transportation,Construction Management,Materials,Civil). This is to acknowledge receipt and review of Addendum Number One,dated November 29, 2017. AESCO Company Name By Kay Alabed 01-04-18 Date All bidders must acknowledge and include the receipt of this Addendum with your RFQ packages. Environs CC1392,Addendum No.1 Page 1 301 >C:Sc"0 Proposal No. P5597 Statement of Qualifications AE. o APPENDIX B RESUMES Construction Material Testing/Inspection 1 u t C d a g ilmeseca Environmental and Geotechnical Engineering Services www.AescoTech.com s o x 7 k e rj s o u.t a' Zl k 302 AESCO Proposal No.P5597 Statement of Qualifications CO_ Adam Chamaa Engineering Manager,M.S.C.E.,P,E.,G.E. Registered civil and geotechnical engineer with over 30 years of Edvcatian: experience as geotechnical engineer and quality control/quality , t1 s_disii assurance (QC/C/A) manager. Responsible for QC/QA engineering for E:'u ineering, new construction, foundations, sewer installations, roadway surfaces Gefttechni 11i�"rd during and after installation, design of de-watering systems, pump fouIs c�uisa�rty Pei:tcttra2 J'�efihnr"c•rrl stations, and assessment of soil-related environmental contamination. UniYersity.Ruston. 1..-1, Provided geotechnical design recommendations for new construction 1985, for municipal, governmental and commercial projects throughout California. •,S(n'iI Engineering. i.uuisiana 11'chnhal Specific Project Experience ; t-iris-ersitt=,kuswn, Lrouisiana.1982 Widening of the 91 Freeway-Orange and Riverside Counties,CA Registrations: Engineering Manager: Mr. Chamaa was the Engineering Manager for materials 9 ,r•rditornia � t"5 ir19 testing and inspection during the widening of the 91 Freeway for Caltrans. i<ir,ilt The widening project included the construction of new lanes on the east and `rtili`ornicr kn.t:•2784 westbound sides, new retaining walls, bridges, slope stability of cuts, rock ; ftieiveihnii(10} exploration, etc. The testing and inspection services included a review of the e'a##s�, 02224% concrete mix designs, concrete testing and inspection, concrete batch plant (Civil) inspection, pile inspection and logging, rebar inspection, aggregate testing, welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection,and asphaltic concrete testing. On-Calf Soils and Materials Testing and Inspection Services-Orange County Transportation Authority Engineering Manager: Mr. Chamaa was the Engineering Manager for the soil and material testing and inspection services on an on-call basis for any OCTA owned facilities. Various projects were performed at the five maintenance and operations facilities, various transportation centers and park-and-ride facilities owned by the OCTA. AESCO also provided all labor, materials, equipment, and facilities to perform soils and materials testing and inspection services during construction of the various projects. The services included performing required testing of soils, asphalt concrete, masonry, Portland cement concrete, reinforcing steel, and structural steel. In addition, special deputy inspection services for welding, reinforcing steel, masonry, concrete placement, and roofing installation inspection were also performed. 14-Inch Water Line Installation under Huntington Harbor Channel,City of Huntington Beach,CA Engineering Manager: Mr, Chamaa was the Engineering Manager for a geotechnical investigation for a new 14-inch diameter water line composed of High Density Polyethylene (HDPE) pipe for the City of Huntington Beach. The length of the new pipe ranged from 750 feet to 950 feet. The pipe was installed beneath the Huntington Harbor bottom which is at an approximate depth of 20 feet below high sea level. The water line connected to existing water systems on either side of the channel. Construction Material Testing)Inspection Environmental and Geotechnical Engineering Services i,a g c G u C E d C.r g ,1.k e seed www.AescoTech.com ?law 74 c Cj S O U K Cl left 303 ........................................................ AESCO Proposal No. P5597 Statement of Qualifications Design/Build SR-22 Freeway Widening-Garden Grove,CA. Engineering Manager: Mr. Chamaa was the Engineering Manager for the inspection and mix design alternatives and recommendations for the Portland Cement Concrete(PCC)and Lean Concrete Base for the widening and overall improvement for Orange County Transit Authority(OCTA)and Caltrans. Mr. Chamaa worked with the design team and the contractor to qualify aggregate testing and evaluation of the concrete and performed on-site mix design trials. Recommended the most appropriate mix design and additives based on California Test methods. Supervised the testing of concrete products during placement which included aggregate testing, concrete cylinders, LCB samples and flexural strength beam tests. Supervised the flexural strength of the concrete during the pavement construction. On-Ramp Widening,Eastbound SR-91 Freeway at Beach Boulevard,Buena Park,CA Engineering Manager: Mr. Chamaa was the Engineering Manager for the geotechnical investigation and materials testing and inspection services for the widening of the Eastbound SR-91 Freeway On- Ramp at Beach Boulevard for the City of Buena Park,a Caltrans oversight project. An environmental investigation and Aerially Deposited Lead study was also performed. Plant No. 1 Sludge Dewatering Project, Fountain Valley,CA Engineering Manager: Mr. Chamaa was the Engineering Manager for the construction materials testing and inspections for the sludge dewatering project at Plant 1 for Orange County Sanitation District. This project was to enhance the use of existing digesters, and replace the existing sludge handling facility. The new dewatering equipment will remove more water from the biosolids than existing facilities,which in turn will reduce the hauling cost to remote sites. Warner Avenue Sinkhole Emergency Response,Huntington Beach,CA. Engineering Manager: Mr. Chamaa was the Engineering Manager for an emergency response to assist the City of Huntington Beach and the County of Orange to investigate the cause of a sinkhole which formed in one of the main thoroughfares within the City of Huntington Beach. The sinkhole was approximately 17 feet by 14 feet and 20 feet in depth. The sinkhole destroyed the existing manhole, water main and multiple sewer line connections. AESCO provided on the spot geotechnical recommendations for the shoring system,dewatering program,and repair mitigation. Ranger Sewer Lift Station No. 16—City of Huntington Beach Engineering Manager: Mr. Chamaa was the Engineering Manager for the geotechnical investigation and the materials testing and inspection for construction of Ranger Sewer Lift Station No. 16 in the City of Huntington Beach. The new lift station was 24 feet by 24 feet in plan dimension and was placed at a depth of 18 feet below the existing ground surface. Recommendations were made for a mat foundation, dewatering during construction, waterproofing, pipe bedding, lateral pressures, and shoring. Belmont Pool Rebuild-Revitalization-City of Long Beach Engineering Manager: Mr. Chamaa was the Engineering Manager for the geotechnical and Phase Il environmental investigation for the new Belmont Pool for the City of Long Beach. The project generally consists of constructing an indoor pool which is approximately 85 feet by 190 feet in plan dimension housed inside an approximately 60, 000 square foot structure. An outdoor pool with a plan dimension of approximately 85 feet by 185 feet will be located just east of the structure. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services aK ct, G�'a i t'd i K 9 rK e t e e a www.AescoTech.com sum 74 c l i a u K d 21,6 304 • rAkIll AESCO Proposal No. P5597 Statement of Qualifications Russell Scharlin Senior Geotechnical Engineer/Quality Control Manager,P.E.,G.E. Russell Scharlin is a senior geotechnical engineer with over 30 years `" °tfc,n: Ciil of experience in civil and geotechnical engineering. Primary >• �` '. Engineering responsibilities include performing all aspects of construction (Gerte<'hrr!er fi, management, geotechnical engineering and environmental studies. Unii'ercity rr, Mr. Scharlin has provided design and construction management Crtifarnirt tit t)uvi. services related to pavements and foundations for numerous tt.s..(kit structures, bridges, pump stations, freeways, tanks, communication (`rr, ineerinv, towers and other structures. alitorrtia at/ttr.k•i, Specific Project Experience it1-hour Health and .Sofe a' Trrtnrring Seismic Remediation-Elevated Roadway-John Wayne Airport,Santa Ana Registrations, Quality Control Manager: Mr. Scharlin was the Quality Control Manager Geotechniew for the seismic retrofit of the bridge structure located at the John Wayne l n ineer„Starte of Airport. The project was for the County of Orange and Caltrans. The California project consisted of installation of 64 steel column casings at select t rk'rl t-n;tneer,.Staata'", concrete column locations, enlargement of selected foundation pile caps, t:`rlr7`'rraiar installation of new expansion joints at terminal vehicle ramps and Scharlinis ntso registered in sa's'ersrl walkways, detensioning and retensioning of slab tendons and other Andes.) miscellaneous pavement and sidewalk improvements. Also prepared the Construction Quality Control Plan and the Welding Quality Control Plan. Algonquin Lift Station No. 10,Huntington Beach,CA. Quality Control Manager: Mr. Scharlin was the Quality Control Manager for the geotechnical investigation and construction materials testing and inspections for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station for the City of Huntington Beach. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Sand Canyon Grade Separation-Irvine,CA Quality Control Manager: Mr. Scharlin was the Quality Control Manager for the materials testing and inspections for the Sand Canyon Grade Separation project at the 5 Freeway in Irvine. The project includes the construction of a rail underpass, retaining walls, railroad relocation, storm drains, utility relocations, Sand Canyon Avenue relocation, and a new pump station. Third parties involved in the project include the City of Irvine, the Southern California Regional Rail Authority, Caltrans,and the Irvine Ranch Water District. Roadway Improvements-Nichols Avenue,Huntington Beach,CA Quality Control Manager: Mr. Scharlin was the Quality Control Manager for the geotechnical investigation for roadway improvements of Nichols Lane for the City of Huntington Beach. Pavement and subgrade recommendations for rehabilitation of the existing pavement were provided for an area which included heavy trash truck traffic. Traffic control plans and traffic control were also performed. Construction Material Testing/inspection a Environmental and Geotechnical Engineering Services I i a g e G u l l C x g rit ac c z(c a www.AescoTech.com 71 a og '7 k e el z a u K d Zf f 305 AESCO Proposal No. P5597 Statement of Qualifications Auto Center Drive/BNSF Railroad Grade Separation-Corona,CA Quality Control Manager: Mr. Scharlin was the Quality Control Manager for the geotechnical and materials testing and inspection services for the project which was for Riverside County Transportation Commission and the City of Corona. The project consists of constructing a four-lane overcrossing at Auto Center/BNSF railroad tracks. Construction required a bypass roadway, associated roadway improvements, retaining walls,storm drain, sewer line, utilities, and CIDH piling foundations. Olinda Landfill-Gas to Energy Facilities—City of Yorba Linda,CA Quality Control Manager: Mr. Scharlin was the Quality Control Manager for construction materials testing and inspection services during construction of the gas to energy facilities at the Brea-Olinda landfill for the City of Yorba Linda and the County of Orange. The facilities included the installation of gas turbines mounted on concrete slabs, a combustion turbine generator, chilled water systems, polishing systems, compressed air systems, a step-up transformer, switch gears, axillary transformers, a main building and control room,trenching and piping,and miscellaneous structures. New access roads were also constructed. Warner Avenue Gravity Sewer Lift Station C—City of Huntington Beach,CA Quality Control Manager: Mr. Scharlin was the Quality Control Manager for the construction materials testing and inspection and for the geotechnical and environmental Phase II investigations for a new lift station facility. The project consisted of the replacement of the existing Lift Stations B and C and the Sunset Beach Sanitary Lift Station with a new Lift Station C. The submersible lift station incorporated a 14 foot by 26 foot by 22 foot deep wet well. The bottom of the well foundation was approximately 26 to 27 feet below existing grade. The new lift station also included an 8-foot deep valve vault which was 15 feet by 10 feet in plan dimension, a 60 kW outdoor generator,and electrical panels. Ranger Sewer Lift Station No. 16—City of Huntington Beach,CA Geotechnical Engineer: Mr. Scharlin was the Geotechnical Engineer for the geotechnical investigation and the materials testing and inspection for construction of Ranger Sewer Lift Station No. 16 in the City of Huntington Beach. The new lift station was 24 feet by 24 feet in plan dimension and was placed at a depth of 18 feet below the existing ground surface. State College Boulevard Grade Separation-Fullerton,CA Quality Control Manager: Mr.Scharlin is the Quality Control Manager for the replacement of the at- grade railroad crossing by construction an underpass for State College Boulevard beneath the existing BNSF railroad. The City of Fullerton and the Orange County Transportation Authority (OCTA) are constructing a vehicle undercrossing at the intersection of State College Boulevard and the Burlington Northern Santa Fe Railway. The roadway will be lowered between Santa Fe Avenue to the north to approximately S00 feet south of Valencia Drive to the south. Construction consists of a temporary railroad shoo-fly, a railroad bridge, retaining walls, a pump station, pavement and utilities reconstruction. AESCO has performed QA inspection and testing for earthwork,foundation installation,concrete, reinforcing steel and pavement reconstruction. Construction Material Testing/Inspection Page >5'u i l d l a y y{ox e s l c a Environmental and Geotechnical Engineering Services www.AescoTech.com a G.HI 7 4.e 9 z a u x d €ft 306 rat, 1 ___ _ AESC()Proposal No,P5597 Statement of Qualifications Amer Hazboon Senior Engineer,RE Mr. Hazboon has 21 years of professional experience specializing in r environmental remediation,feasibility testing and design. He has extensive « avcation; experience in developing remedial �id ri��. ,'nie�ersPt uJ` p p g programs for hazardous soil and , rOundwater, � I farxnir, Costa Af�sa, g , providing design-build services, providing necessary reporting t c;=l for regulatory compliance, performed methane mitigation and inspection services, and California UST Operator inspection services. Mr. Hazboon has ; Th':, (Aril I n ineering, also served as the Health and Safety officer on numerous projects. Mr. 'ali©rnta IjaCre hrrre Hazboon's has experience with a wide range of water,wastewater,and storm : t`ntversi' ' h""�c' `* water management �� g projects, including water quality assessments; water , resources development, treatment, and distribution; and wastewater : 40-hour Health and collection,conveyance,treatment, and disposal/reuse including"grey water" ; Safety Training system design and construction. i : Registrations: Specific Project Experience ' Civil Engineer,Smite of t California Olinda Landfill-Gas to Energy Facilities-DCO Energy for County of Certifications: Orange,Yorba Linda,CA E Regritered Deputy Health and Safety Officer and Environmental Engineer: Mr. Habzoon was the : Inipe�t"xfc�r the rii,�,i Environmental Engineer for the monitoring of the excavations during grading t l:os rin metes ,'tlethane operations during construction of the gas to energy facility at the Brea-Olinda r %u:twgalum SpiCrna landfill. Performed the QA/QC during installation of the methane barrier f ICVC'crrtifed system during construction to maintain compliance with local regulations and f=tlifrrartir i S'7`,S}.stem design specifications. Observed the installation of the Liquid Boot methane i Perak' system,the HOPE moisture barrier system,observed the membrane and barrier Certified Liquid Boor testing, and testing of the active subsurface methane gas mitigation system. lnspea resr• Test results were documented on daily inspection logs and a Final Closeout C erri>rted 1r�'mt ca Barrier!Report was prepared. Hazardous it ante d 4 Operrrtinno and Belmont Pool Rebuild-Revitalization-City of Long Beach t`rnergency Ho'pom Environmental Engineer.' Mr. Habzoon was the Environmental Engineer for init./4 OM?)411 III the Phase 11 environmental investigation for the new Belmont Pool for the City 1 raining of Long Beach. The project generally consists of constructing an 85 foot by 190 foot indoor pool housed inside an approximately 60,000 square foot structure and an 85 foot by 185 foot outdoor pool. Soil and water samples were tested for hydrocarbons and soils were tested for heavy metals.A study of soil methane gas was also conducted. Van's Skate Park and Retail Structure-City of Huntington Beach Environmental Engineer: Mr. Habzoon was the Environmental Engineer for the Phase 11 environmental study for the Van's Skate Park and Retail Building in the City of Huntington Beach. Several borings were performed and nested gas probes were installed at depths of 5 feet and 10 feet below grade for methane gas testing. Pressure measurements of 02, CO2 and methane concentrations were recorded. Soil samples were tested for the presence of hydrocarbons, volatiles and heavy metals. Goodyear Tire Facility-Goodyear Tires Environmental Engineer:Mr.Habzoon was the Environmental Engineer for a Phase 11 environmental investigation at a closed Goodyear tire facility in the City of Anaheim. Soil samples were collected Construction Material Testing/Inspection Environmental and i3eotethnical Engineering Services l' a `' 8'a t l d c r g rir.+.c e t c a www.AescoTech.com 7 s o rx 7 k c C t a rt e d $f f 307 AESCO Proposal No.P5597 Statement of Qualifications and tested after the removal of eight existing hydraulic lifts. Confirmation sampling and testing was performed to identify if any total petroleum hydrocarbons concentrations exceeded action levels set by the Anaheim Fire Department,Hazardous Materials Section. Pachappa Railroad Bridge-SEMA Construction for Caltrans Environmental Engineer: Mr. Habzoon was the Environmental Engineer for the hazardous waste profiling of railroad ballast and subsurface soil for the Pachappa Bridge project in Cathedral City. Provided field sampling and prepared summary and recommendations report for hazardous waste assessment and management. Soil Berm Installations-Marine Corp Base,Camp Pendleton Environmental Engineer: Mr. Habzoon was the Environmental Engineer for the excavation, relocation, and grading of soil berms at the Maine Corps Base Camp Pendleton. Provided field oversight and reviews,including construction coordination and scheduling. Leaking Underground Storage Tank Remedial Action Plan-Orange County Sanitation Districts Environmental Engineer: Mr. Habzoon was the Environmental Engineer for a feasibility study, corrective action plan, and preparation of a remedial design for leaking UST's at the Auto Shop area of the Orange County Sanitation District (OCSD) Plant No.1 using SVE and GWE for two phase remediation. East Side Redevelopment Zone-City of West Hollywood Environmental Engineer: Mr. Habzoon was the Environmental Engineer for multiple Phase 1 environmental site assessments (ESA's) and environmental compliance activities in support of the redevelopment of the City of West Hollywood's Fast Side Redevelopment Zone. Industrial uses in the area have included manufacturing, automotive repair, metal plating, gas and electric utilities and dry cleaning facilities, which may have resulted in the contamination of soil and groundwater at certain sites. Provided guidance and potential cleanup options and remedial costs. Watershed Sanitary Survey-Cucamonga Valley Water District Environmental Engineer: Mr. Habzoon was the Environmental Engineer for a Watershed Sanitary Survey (WSS) of local surface water watersheds as required by Title 22, Division 4, Chapter 17, Article 7, of the California Code of Regulations. Performed a comprehensive evaluation of the local surface water from the Day Canyon, East Etiwanda Canyon, and Cucamonga Canyon watersheds. This evaluation included extensive reviews and analyses of water pipelines, connections, storage systems,pump stations,treatment facilities,and other associated infrastructure. West Riverside Landfill-Riverside County Department of Waste Resource Environmental Engineer: Mr. Habzoon was the Environmental Engineer for the retrofit and the gas collection system at the West Riverside Landfill. The project involves the removal, relocation, and retrofitting of existing utilities,gas collection components,and associated underground infrastructure. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services S u i P d i w g .44,e e a i e a ~AN.Aescolech.corn s a K 74 e l s,u 4,e VA 308 AESC;O Proposal No. P5597 Statement of Qualifications Debra Perez Project Manager Debra Perez has been a project manager for various geotechnical and - rt environmental engineering projects for over 30 years. Ms. Perez has Education: been project manager for a variety of projects including construction of t°ts fEngineeritm new above ground oil storage tanks for ARCO, City of Lynwood Senior ; 6raelucrte.3tarzblts Center, new natural gas pipelines and steam generating facilities for F Prrr,;ran:. Southern California Edison, several freeway and road projects including k '1' "r",ia.Siate tt t' ,srrstrt-,lout, new embankment fills, new bridges, grade separations, pavement tr t (trltfOrnt{t design and survey of existing road conditions, and new telecommunications facilities throughout California. Ms. Perez' t..:,!?Ctterwatic experience includes hazardous waste investigations, supervision of the '° raattte "rr`a`"' „rerstt}' soils laboratory and preparing reports for compaction, preliminary soil r trttj„r,,,,,,Davis, Jv s investigation, distress investigation, and slope repair projects. Specific Project Experience L;_ Gold Line Foothill Extension Phase 2B,Azusa to Montclair,Los Angeles County,CA Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation for drainage and road crossings for the Gold Line Foothill Extension Azusa to Montclair project for the Los Angeles County Metropolitan Transportation Authority. The project follows the right-of-way(ROW) of the old Atchison,Topeka and Santa Fe Railway's Second Division through the Foothill Cities. Belmont Pool Rebuild-Revitalization,City of Long Beach,CA Project Manager: Ms. Perez was the Project Manager for a geotechnical and Phase II environmental investigation for the new Belmont Pool for the City of Long Beach. The project generally consists of constructing an indoor pool which is approximately 85 feet by 190 feet in plan dimension housed inside an approximately 60, 000 square foot structure. The structure will include a second-story banquet facility, locker rooms, restrooms, pool storage, offices and a basement level mechanical room. An outdoor pool with a plan dimension of approximately 85 feet by 185 feet will be located just east of the structure. There will also be a restaurant near the southwest side of the structure. Two small pools will also be constructed; a teaching pool just south of the indoor pool and an outdoor recreation pool just south of the outdoor pool. Soil samples were collected and tested for hydrocarbon, heavy metals, volatile organics, and BTEX. Water samples were collected and tested for the presence of petroleum hydrocarbons and motor oil. Geotechncial recommendations were provided for prestressed concrete piles and drilled pier foundations. Recommendations for shallow foundations were also provided. Recommendations were also provided for a basement structure including shoring and excavation. Sewer Lift Station Replacement Project-Algonquin Lift Station No. 10, Huntington Beach Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation and construction materials testing and inspections for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station.The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services u i f d i.r g ,•f.�e:i e a www.AescoTech.com '2soor ?(e gloated Zf/s 309 AESCO Proposal No. P5597 Statement of Qualifications AESCO Ranger Sewer lift Station No. 16-City of Huntington Beach Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation and the materials testing and inspection for construction of Ranger Sewer Lift Station No. 16 for the City of Huntington Beach. The new lift station was 24 feet by 24 feet in plan dimension and was placed at a depth of 18 feet below the existing ground surface. Recommendations were made for a mat foundation, dewatering during construction, waterproofing, pipe bedding, lateral pressures, and shoring. Auto Center Drive/BNSF Railroad Grade Separation,Corona,CA Project Manager: Ms. Perez was the Project Manager for the geotechnical and materials testing and inspections for the Auto Center Drive grade separation project for the City of Corona and Riverside County Transportation Commission. The project consisted of constructing a four-lane overcrossing at Auto Center/BNSF railroad tracks. Construction required a bypass roadway, other roadway improvements, retaining walls,utilities and CIDH piling foundations. On-Ramp Widening,Eastbound SR-91 Freeway at Beach Boulevard,Buena Park,CA Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation and materials testing and inspection services for the widening of the Eastbound SR-91 Freeway On-Ramp at Beach Boulevard for the City of Buena Park, a Caltrans oversight project. An environmental investigation and Aerially Deposited Lead study was also performed. State College Boulevard Grade Separation, Fullerton,CA Project Manager: Ms. Perez was the Project Manager for the replacement of the at-grade railroad crossing by construction an underpass at State College Boulevard beneath the existing BNSF railroad for the City of Fullerton. Construction consists of a temporary railroad shoo-fly, a railroad bridge, retaining walls,a pump station, pavement and utilities reconstruction. Lambert Park—City of Huntington Beach,Department of Public Works Project Manager: Ms. Perez was the Project Manager for a geotechnical investigation for a repair of a failing slope at the existing park. The slope is 40 feet high and inclined at 1.5:1 (H:V). The investigation included logging and sampling of several borings, laboratory testing, slope stability analyses, and a seismic and geologic review. AESCO provided recommendations for slope repair including reconstructing the base of the slope in 10-foot wide sections. A buttressing wedge was placed at the toe of the slope using compacted crushed aggregate base and keyed 3 feet into the underlying native soils. Above the wedge, horizontal geotextile strips were placed at the surface of the existing slope to reinforce the surficial soils. AESCO monitored the construction activities during the slope repair. Warner Avenue Gravity Sewer Lift Station C,Huntington Beach,CA Project Manager: Ms. Perez was the Project Manager for the construction materials testing and inspection and the geotechnical and environmental Phase II investigations for a new lift station facility for the City of Huntington Beach.The project consisted of the replacement of the existing Lift Stations B and C and the Sunset Beach Sanitary Lift Station with a new Lift Station C. The submersible lift station incorporated a 14 foot by 26 foot by 22 foot deep wet well. The bottom of the well foundation was approximately 26 to 27 feet below existing grade. The new lift station also included an 8-foot deep valve vault which was 15 feet by 10 feet in plan dimension, a 60 kW outdoor generator, and electrical panels. The sewer installation was installed over a distance of 1 mile. Construction Material Testing/Inspection u i C d i K q rl ne r z(e a Environmental and Geotechnical Engineering Services www.AescoTech.com z o m T h e c z a rs s d Zf,e 310 . !it AESCO Proposal No,P5597 Statement of Qualifications • Duane Wentworth Senior Inspector Mr. Duane Wentworth has over 40 years of experience in Public Works Education: Construction and has managed a variety of civil works projects, programs, I nip erkitt°of and contracts, which required organization and administrative skills as 'rthfi rtrita, Merleley well as professional and/or technical quality control knowledge. Mr. l;. rrificate a�rtF�it�ttt�+Jrar Wentworth has overseen and coordinated Caltrans approved Quality on‘tro titre Assurance Programs (CLAP) for numerous State and Federal Projects as a trrsiu'cr ritt of Traffic l Contract Administrator for the City of Huntington Beach. This involved E Si ``r" High way tititrtirtg scheduling, tracking and documenting all activities related to , ,�1e,rz- construction, progress payments and labor compliance. Mr. Wentworth has also conducted electrical inspections as part of his duties as a public ' .SHi' works inspector for the City of Huntington Beach. C nit c ri{`' J.F ar Iof,)r„ I<.t,frrtniewI Areas of expertise include evaluating bids, overseeing construction Engineering activities for the City and outside agency projects to ensure compliance with plans and specifications; this included monitoring schedules and fialitegeE"ttuct lle;;�r'. budgets; preparing estimates and evaluating change orders, conducting Engineering negotiations, resolving problems, on-site inspections, approving progress and other disbursements, coordinatingcontract administration ter rtificnnf payments Certifications: activities with consultants and various agencies, developing and t"';thrum Resident maintaining a system for monitoring the progress of projects and !in itreers>1 'adetn . programs as assigned, evaluating consequences of changes and advise, Asphalt f"te`rns front the.,l spfttait preparing written technical and statistical reports, prepares derstirtrrr= reimbursement reports for various funding agencies, monitoring projects for adherence to Federal and State labor laws. Specific Project Experience Trinidad Lift Station-City of Huntington Beach Senior Inspector and Quality Control Supervisor: Mr. Wentworth was the Senior Inspector and Quality Control Supervisor for the quality assurance inspection and materials testing services for replacement of the existing Trinidad Lift Station No. 29 on Trinidad Lane, installation of a sewer force main on Trinidad Lane, north of Aquarius Drive, restoration of existing public and private improvements, and asphalt pavement removal and replacement for the City of Huntington Beach. Mr. Wentworth performed inspection of all phases of traffic signal construction including poles and foundations, duct work, electrical supply and metering, safety lighting, vehicle detection (loop detectors and video), conductors,and controller installation and testing. Orangethorpe Avenue Grade Separation Project-Stantec/OCTA Quality Assurance/Quality Control Manager: Mr. Wentworth was the Quality Assurance/Quality Control Manager for the Orangethorpe Avenue Grade Separation Project located in Anaheim, California. This overcrossing project consisted of construction of a roadway bridge over Orangethorpe Avenue, while preserving the Burlington Northern Santa Fe (BNSF) mainline tracks at existing grade. The project also included various roadway improvements, retaining walls, utilities, Construction Material Testing/Inspection Page z u 1l d i«g ,fl.x e a i e a Environmental and Geotechnical Engineering Services www.AescoTech.com 'i s a nt 7 4 e Cl s a u, d VA 311 • till AESCO Proposal No.P5597 Statement of Qualifications and CIDH piling foundations as well as two additional structures for Chapman Avenue and Miller Street to connect to the elevated Orangethorpe Avenue. Responsibilities included scheduling quality assurance (QA) inspections to achieve compliance with the contract documents, plans, and specifications on all phases of construction inspection of paving, structures, grading, drainage, sewer, water, utility relocation, electrical installation, sign installation, and landscaping items. Verified implementation and enforced the quality control (QC) inspection and material requirements in accordance with the contract documents and contractor quality control program (CQCP). Conducted oversight of QA testing and inspection when performed by independent assurance testers, prepared daily status reports for the Orange County Transportation Authority (OCTA). Ranger Sewer Lift Station No. 16—City of Huntington Beach Electrical Inspector: Mr. Wentworth was the Electrical Inspector during construction of Ranger Sewer Lift Station No. 16 in the City of Huntington Beach. The new lift station was 24 feet by 24 feet in plan dimension and was placed at a depth of 18 feet below the existing ground surface. Recommendations were made for a mat foundation, dewatering during construction, waterproofing, pipe bedding, lateral pressures, and shoring. Inspected all phases of construction for multiple sewer lift stations including excavation and shoring, gravity and force main construction, structural concrete, pumps and Inspected related electrical items, including the 240v 3-phase electrical supply and metering,transformers,proper grounding and bonding of all electrical systems, automated controls and sensors, telemetry, standby generator systems, and temporary pump and bypass systems. Warner Avenue Sinkhole Emergency Response-City of Huntington Beach and County of Orange Electrical Inspector: Mr. Wentworth was the Electrical Inspector for an emergency response to assist the City of Huntington Beach to investigate the cause of a sinkhole which formed in one of the main thoroughfares within the City. The sinkhole was approximately 17 feet by 14 feet and 20 feet in depth. The sinkhole destroyed the existing manhole, water main and multiple sewer line connections. AESCO provided on the spot geotechnical recommendations for the shoring system, dewatering program, and repair mitigation. Inspected all phases of construction for multiple sewer lift stations including excavation and shoring, gravity and force main construction, structural concrete, pumps Inspected related electrical items, including the temporary electrical supply and temporary pump and bypass systems. Beach Boulevard Water Main Extension Project-City of Huntington Beach and Caltrans Senior Inspector: Mr. Wentworth was the Senior Inspector for a 1500 foot extension of a water main on Eastbound Beach Boulevard between South Warner Avenue and Robidoux Drive and West Beach Boulevard to East Beach Boulevard at Holt in the Caltrans right-of-way. The testing and inspections included the placement of all structural fill and backfill, concrete testing and inspection, subgrade and aggregate base placement and compaction, asphalt paving construction (base and surface layers), rubber asphaltic concrete, slurry backfill, and inspection of ductile iron and pvc water lines,valves,fittings and the existing lines connections. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services ! Page b u C'd[.c y 4 w e z C e a www.AescoTech.com z o nm 74(e .z a u, d VA 312 AESCO Proposal No. P5597 Statement of Qualifications A O David J. Ryan Senior Engineer,P.E. 13. ..Civil Registered civil engineer with over 40 years of experience as materials Engineering, testing, special inspection services manager. Responsible for laboratory f:niversirs and field testing services on materials such as concrete, soils, Chantpait;n-1 rIrin,'. aggregates, reinforcing steel, structural steel, high strength bolting and t +73 welded structures. Registrations: {'tflfx�tnirt-4'o. C49nnI I Specific Project Experience �"(nil) Beach Boulevard Water Main Extension Project-City of Huntington Beach and Caltrans Senior Inspector: Mr. Wentworth was the Senior Inspector for a 1500 foot extension of a water main on Eastbound Beach Boulevard between South Warner Avenue and Robidoux Drive and West Beach Boulevard to East Beach Boulevard at Holt in the Caltrans right-of- way. The testing and inspections included the placement of all structural fill and backfill, concrete testing and inspection, subgrade and aggregate base placement and compaction, asphalt paving construction (base and surface layers), rubber asphaltic concrete, slurry backfill, and inspection of ductile iron and pvc water lines,valves,fittings and the existing lines connections. Village at Westfield/Topanga Retail Mall,Canoga Park,CA Senior Engineer: Mr. Ryan was the Senior Engineer for materials testing and inspection during expansion of the existing mall for Westfield Property LLC. The project included a parking garage, a new Costco Retail store and a tri-level mall retail area. Testing and inspection included concrete batch plant, concrete piles and logging, rebar, structural steel, masonry, fireproofing high strength bolting, aggregate, welding, mass grading, utility excavations, footing inspections, subgrade, base material evaluation,compaction,and asphaltic concrete. Long Beach Main Pumping Plant,Los Angeles County Sanitation District, Long Beach,CA Senior Engineer: Mr. Ryan was the Senior Engineer for the quality control inspection and materials testing and geotechnical engineering services for the contractor for the Los Angeles County Sanitation District for the New Main Pumping Plant. The project involved a 50-foot wet well next to the existing plant along the 710 Freeway, adjacent to the Port of Long Beach. Forty separate structural concrete pours were performed below grade which required mass concrete-thermal control. Gerald Desmond Bridge Replacement,Port of Long Beach,CA Laboratory Quality Control Manager: Mr. Ryan was the Laboratory Quality Control Manager for production testing of all reinforcing steel splices in accordance with Caltrans procedures for the replacement of the existing bridge. Sampling and testing were performed for rebar welded hoops, couplers,and reinforcing bars during construction of the foundations for the new bridge. Lakeview Avenue Grade Separation,Anaheim and Yorba Linda,CA Senior Engineer: Mr. Ryan was the Senior Engineer for preparation of the QC/QA manual and supervised materials testing and inspection during construction of a new railroad grade separation at the BNSF track. The project included railroad bridges,retaining walls,depressed roadways, utility relocations,roadway bridges,channel walls and drainage ditches. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services l u l f d e K y "(melee,: www.AescoTech.com 9 s o ar '7 k c Cf s o u'r d ZL to 313 AESCO Proposal No.P5597 Statement of Qualifications Design/Build Modernization for Terminal 1, Redevelopment Program for Terminal 7 and Modernization of Terminal 6,Los Angeles World Airport for the City of Los Angeles,CA Senior Engineer: Mr. Ryan was the Engineering Manager for the special inspection and testing for three design/build projects at terminals 1, 6 and 7 for Southwest and United Airlines and for Westfield Properties. The scope of work included testing of the subgrade, base and concrete pavement for aprons, and asphaltic concrete tests on the areas between taxiways and utility trenches on the operation areas of the airport. Inside the terminals, concrete, masonry, fireproofing, structural steel with high strength bolting and welding special inspections were provided on a 24/7 basis during construction to seismically upgrade the 45 year old structures. Supervised a work force of eight inspectors working 2 shifts per day which was required to complete the project while keeping the terminals open. Indian Springs Athletic Complex,San Bernardino County,CA Senior Engineer: Mr. Ryan supervised and reviewed the geotechnical recommendations for foundation design for the proposed stadium, running track, field and aquatics center structures and masonry side walls for the San Bernardino Unified School District. Mr. Ryan also supervised the caisson and footing installations,offsite fabrication of the stadium and construction of the pools. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services 1` 'b'u t l d t K g .*gym e:t c a www.AescoTech.com 7 t a m 7 4'e l a e u o d ?,e 314 Al AESCt7 Proposal No. P5597 Statement of Qualifications Andrew Stone Project Geologist,C.G.,C.E.G. Mr. Stone's experience spans over 27 years of engineering geology and project management and covers a wide variety of engineering geology Et ucotr`ortr • projects. He has worked successfully for and with industrial, residential P S and commercial developers, master community planners, design California State engineers and governmental agencies. He has extensive experience in t nitrr8itY, Grk. ittge'1's, 198 all aspects of engineering geology. PrEs,-C,rurlrurte studio. Specific Project Experience in Cir•uier f etli/�,rniea •gig, State"I`IttiAaSity, Foothill Transport Corridor,Orange County,CA in„ tiles Project Geologist: Mr. Stone was the Project Geologist for alignment Regifeasibility studies from San Clemente to Rancho Santa Margarita through ftr �' " 'ma ttr highly varied geologic structure and numerous large ancient landslides. itie>€B(e,;rstt (`ctlilortriea \ 1648 Antonio Parkway San Juan Creek,Orange County,CA flaigine•'ring Project Geologist: Mr. Stone was the Project Geologist for a subsurface C,eotnistl investigation and geotechnical construction monitoring for driven-pile supported 800-foot span bridge crossing San Juan Creek in San Juan Capistrano. Student Housing,California State University,Los Angeles,CA Project Geologist: Mr. Stone was the Project Geologist for a subsurface investigation for renovation project of on-site student housing in complexly folded Monterey Formation. Muddy Canyon Dam,Orange County,CA Project Geologist: Mr. Stone was the Project Geologist for the sighting and foundation investigation for the proposed Muddy Canyon Dam adjacent Crystal Cove State Park. Cooperative effort with D.S.O.D.geotechnical staff was instrumental in gaining project approval. Santa Margarita Water District,Santa Margarita,CA Project Geologist: Mr. Stone was the Project Geologist for several sighting studies, geologic investigations and construction monitoring for SMWD tank sites, dams, lift stations and pipeline projects throughout the south Orange County area. Calico Solar Plant Access Bridge,Barstow,CA Project Geologist: Mr. Stone was the Project Geologist for the geotechnical investigation for foundation design for the Calico Solar Plant Access Bridge in the Barstow area of San Bernardino County. The project consisted of the bridge structure and retaining walls for the BNSF railroad. SurfCam Building Slope Stabilization,San Onofre,CA Project Geologist: Mr. Stone was the Project Geologist for the slope stabilization project in San Onofre, CA. Observed production drilling and installation of tieback anchors, verifying minimum target depths; recorded and plotted data generated during proof, performance and extended creep testing for each anchor tendon; prepared formal report summarizing drilling, installation and test results of the anchor stressing. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services i t l d i a g m e x 1 e a www.AescoTech.com zam Ike lzauKee Zf,t 315 AESCO Proposal No.P5597 Statement of Qualifications AESCQ Widening of the 91 Freeway,Orange and Riverside Counties,CA Project Geologist: Mr. Stone was the Project Geologist for the geologic assessment for retaining walls constructed as part of the freeway widening. The widening project included the construction of new lanes on the east and westbound sides, new retaining walls, bridges,etc. Construction Material Testing/Inspection ection F ElletdcKg 111MeTeCa Environmental and Geotechnical Engineering Services www.AescoTech.com s a ac 74 e Cf t a u K d Zf 316 AESCO Proposal No. P5597 Statement of QualifcatioIIs Omar Chamaa __ ___.______ Inspector and Field Engineer,ELT. Edverstir rzr Mr. Omar Chamaa has over 11 years of experience in the field and in California t to nir'ersity, Lang laboratory testing and inspection of construction materials such as Beach. B.S. Civil concrete, steel, anchors, soils and grading. Mr. Chamaa, performed Engineering,211(19. construction materials testing and inspections for multiple Caltrans and Protessionat OCTA projects, which included bridges, roadways, utilities, foundations, ! rertirrceations. pipeline installations, lift stations and retaining wall construction. Mr. l'l! Chamaa was responsible for construction material approval, such as: select 1((' (crt/ieV! fill, foundation excavation, slope cut, steel installation, and concrete mix ermerelefaaslsez°t"r design for various projects. He attended construction meetings to discuss ; (ullrrarrs Certificate rrf material approvals, deficiencies, modifications, as well as providing final Inratirient , observation reports to the client. Flesnral Strength of PLC, Grading, Specific Project Experience Cona1'ressive Strength, ('ctnerete Curing, Haling Warner Avenue Gravity Sewer Lift Station C,Huntington Beach,CA Beat M, Rapid Vet Inspector: Mr. Chamaa was the Inspector for the construction materials testing (otter-ere.eth., and inspection and the geotechnical and environmental Phase II investigations for , Clrs• cif v€'rc1"'rt a new lift station facility for the City of Huntington Beach. The project consisted ; Reach Registered r Deputy Building of the replacement of the existing Lift Stations B and C and the Sunset Beach Iaas>tt`tr)r Sanitary Lift Station with a new Lift Station C. The submersible lift station r din• of (,rtrrd'aa incorporated a 14 foot by 26 foot by 22 foot deep wet well. The bottom of the Grove Registered well foundation was approximately 26 to 27 feet below existing grade. The new Depots tltaildin' lift station also included an 8-foot deep valve vault which was 15 feet by 10 feet 2n`_ eerarr in plan dimension, a 60 kW outdoor generator, and electrical panels. The sewer k '`tt l (r°rtflirr,l. a'rttivte f'tr'Prl installation was installed over a distance of 1 mile. Teraing 1erhni<.i,ara 1 t 1 C edified, Sand Canyon Grade Separation,Irvine,CA (OM retse Inspector: Mr. Chamaa was the Inspector for the materials testing and faborator,, 1=vim inspections for the Sand Canyon Grade Separation project at the 5 Freeway in 1="`'lanacu"r Irvine. The project includes the construction of a rail underpass, retaining walls, t�i ref C"ng Beach Registered railroad relocation, storm drains, utility relocations, Sand Canyon Avenue ; Deputy huilrting relocation, and a new pump station. Third parties involved in the project include ; Inspector the City of Irvine, the Southern California Regional Rail Authority, Caltrans, and City of Riverside the Irvine Ranch Water District. Registered Deputy Inspector Perris Valley Line Commuter Rail Extension Project,Riverside County,CA Certified Radiation Safety and Nuclear Inspector: Mr. Chamaa was the Inspector for the quality control inspection and Gage Operator materials testing services. The project involves a 24-mile extension of the existing L. 512-mile Metrolink commuter rail system.Testing and Inspection services are being provided for the track, grade crossings, structures, railroad stations (Riverside Hunter Park Station, Moreno Valley/March Field Station, Downtown Perris Station and South Perris Station) and the layover facility. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services 'Suite/Jag 4.,c e z i c a www.AescoTech.com t o 0u 7 d e .t o u, d 317 rig AESCO Proposal No. P5597 Statement of Qualifications First Street Bridge Replacement,City of Santa Ana,CA Inspector: Mr. Chamaa was the Inspector for the construction materials testing and inspections during the replacement of the bridge. Geotechnical services consisted of pile driving parameters evaluation and selection of fill materials. Testing and inspections were conducted on piles, welding, structural steel, precast concrete,concrete,asphalt, mix designs,etc. State College Boulevard Grade Separation,Fullerton,CA Inspector: Mr. Chamaa was the Inspector for the replacement of the at-grade railroad crossing by construction an underpass for State College Boulevard beneath the existing BNSF railroad. The City of Fullerton and the Orange County Transportation Authority (OCTA) are constructing a vehicle undercrossing at the intersection of State College Boulevard and the Burlington Northern Santa Fe Railway. The roadway will be lowered between Santa Fe Avenue to the north to approximately 500 feet south of Valencia Drive to the south. Construction consists of a temporary railroad shoo-fly, a railroad bridge, retaining walls, a pump station, pavement and utilities reconstruction. AESCO has performed QA inspection and testing for earthwork, foundation installation, concrete, reinforcing steel and pavement reconstruction. Sewer Lift Station Replacement Project,Algonquin Lift Station No. 10, Huntington Beach,CA Inspector: Mr. Chamaa was the Inspector for the geotechnical investigation and construction materials testing and inspections for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Ranger Sewer Lift Station No. 16,City of Huntington Beach,CA Inspector: Mr. Chamaa was the Inspector for the geotechnical investigation and the materials testing and inspection for construction of Ranger Sewer Lift Station No. 16 in the City of Huntington Beach. The new lift station was 24 feet by 24 feet in plan dimension and was placed at a depth of 18 feet below the existing ground surface. Broadcom Headquarters,Irvine,CA Inspector: Mr.Chamaa was the Inspector and Quality Control Manager for the two bridge structures during the first phase of construction. One bridge on the north side has two lanes, two sidewalks and planters and is for access to the new structures.This bridge is approximately 180 feet by 90 feet in plan dimension. The second bridge consists of a pedestrian plaza with a fire lane access and is approximately 450 feet by 150 feet in plan dimension. Marine Way will extend beneath the bridge allowing access to the Great Park in Irvine. Materials testing and inspections consisted of reinforcing steel and concrete for footings, columns, retaining walls, bridge deck, approach slabs, wing walls, Caltrans barrier rails, and Caltrans sidewalks. Pile caps, post-tensioning for the foundations and slabs were also inspected as well as the electrical layouts, falsework for the bridge deck and concrete forms. Construction Material Testing/Inspection , Environmental and Geotechnical Engineering Services f o e K>;u i l d t w g ,4.x e:C c a www.AescoTech.com z e Ks !fi e l=e u a d VA 318 AESCO Proposal No.P5597 Statement of Qualiftpmtons >,t7 Giovanni Mikhael Inspector Ed tic. r. � •_:�=� Mr. Mikhael, has over 11 years of experience in the field and in fi-t., I3rrrpnes,thury construction materials testing and inspection services for concrete, t,nttt'r<rtt',Inirrtrt;resc masonry, steel, anchors, soils, and grading. He is experienced in professional performing compaction testing, foundation inspections and subgrade F Cerfificotions: inspection and testing. r«urrtr ot lngelr's Certified dlelrrtt� Inspec-tor Specific Project Experience rrrrr,rrrart E:rrnon of I os Widening of the 91 Freeway,Orange and Riverside Counties,CA Angeles Certified Dryrutr lirsrec for Inspector: Mr. Mikhael was the Inspector for the materials testing and concrete inspection during the widening of the 91 Freeway. The widening project It A' ,S7ructrtrarl includes the construction of new lanes on the east and westbound sides, new liosonrr Certified retaining walls, bridges, etc. The testing and inspection services included a l,r,p<'ctf'r review of the concrete mix designs, concrete testing and inspection, concrete It t Rein-t"r`�'`d batch plant inspection, pile inspection and logging, rebar inspection, aggregate (wren t r rtmpr``t i tiv,o-tor testing, welding inspection, subgrade testing and inspection, base material tt p c °rtijlwcd. evaluation and testing, compaction testing and inspection, retaining wall r drrrre,e tleprp footings, rapid set concrete, masonry, MSE backfill, and asphaltic concrete 7-<virs,4 technician testing. (entitled Radiation S,,fett and Nuclear Sand Canyon Grade Separation,OCTA/Caltrans,CA r,er r Operator ultrans Certificate of Inspector: Mr. Mikhael was the Inspector for the Sand Canyon Grade Separation i'roticre'rtc,t"for: fir project at the 5 Freeway in Irvine.The project includes the construction of a rail {°rrntent, hresfric underpass, retaining walls, railroad relocation, storm drains, utility relocations, liked(i'e crole. Sand Canyon Avenue relocation, and a new pump station. Mr. Mikhael Pressure.Density nsity of performed inspection and testing of the compaction, asphalt, subgrade, fresh£rfrrf rr re. flexural Strength of structural backfill,and foundation excavations. E Pr-(`fl abricateryn Perris Valley Line Commuter Rail Extension Project-AMES Construction for Bali Penetration in Riverside County Transportation Commission Fresh Portland Inspector: Mr. Mikhael was the Inspector for the quality control inspection and ' Cerrrent C"rrt.ret . materials testing services for the Perris Valley Line Extension Rail Project in Sampling A rg�sftls wired Riverside County, CA. The project involves a 22-mile extension of the existing r c,frc rc>te, pc( 512-mile Metrolink commuter rail system. Testing and Inspection services f yllr,dc'r l-ubricattrrn, including compaction, asphalt, structural backfill, concrete batch plant Vamp ol1 resit inspection are being provided for the track, grade crossings, structures, railroad t'r,rtdrrrrd Cement stations (Riverside Hunter Park Station, Moreno Valley/March Field Station, C�rrrrrcf , Downtown Perris Station and South Perris Station) and the layover facility. Mr. I`errsprcrtrtttre of Ift%bit iltxod Mikhael performed inspection and testing of compaction, asphalt, structural fsc,rtdcr,rcti.meta backfill, and concrete batch plant inspection. t'rncrete= Iit7t t;rrrt Newport Force Main Rehabilitation,Orange County Sanitation District,CA Inspector: Mr. Mikhael was the Inspector for the construction materials testing and inspections for the rehabilitation of the Newport Force Main located on West Coast Highway between Dover Drive to 61st Street in Newport Beach. There are two force mains on both sides of the street. Testing and Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services Page V u i f d t a g v4.K e t i e a www.AescoTech.com t o,x 7 k e <t o a ie d VA 319 , !POI \I:S O Proposal No, P5597 Statpmeut of Qualifications inspections included compaction and density testing of asphalt and subgrade and concrete testing and inspections. Inspections and testing of compaction and density testing of asphalt pavement, and subgrade and concrete testing and inspections were performed. Warner Avenue Sinkhole Emergency Response, City of Huntington Beach and County of Orange, CA Inspector: Mr. Mikhael was the Inspector for an emergency response to assist the City of Huntington Beach to investigate the cause of a sinkhole which formed in one of the main thoroughfares within the City. The sinkhole was approximately 17 feet by 14 feet and 20 feet in depth. The sinkhole destroyed the existing manhole, water main and multiple sewer line connections. Construction Material Testing/Inspection 7 Environmental and Geotechnical Engineering Services Page ' i 4 z c e a www.AescoTech.com Z a in '7 k e ll z a u a 5' Zf 320 • • AESCO Proposal No.P5597 Statement of Qualifications • Tariq Abdullah Laboratory Supervisor Mr. Tariq Abdullah has over 15 years of experience in the field and in Eaucatto _________ laboratory testing of construction materials such as concrete, steel, asphalt, Aarrdhi t nit rcict., and soils. Tariq is experienced in conduction testing in accordance with t'rikisran. f..S. ASTM, AASHTO and Caltrans. Mr. Abdullah is proficient in conducting sieve GeohwieScience. analysis, testing of asphalt concrete using Marshall Max, specific gravity 1988. (Rice), ignition method for extraction/gradation, flow stability and moisture Professional content from microwave oven methods. He is adept in the use of Hveem Certifications: method for stability and paraffin max density for specific gravity at 25 tcf degrees Celsius. Tariq has also tested and fabricated concrete cylinders, {irtrrarts mortars, prisms, masonry cores and grout samples to determine concrete i EL.7.. strength through use of the compressive strength machine; and is proficient in the laboratory testing of soil including moisture content, plasticity index, expansion, particle size analysis, R-Value, direct shear, consolidation, etc. Mr. Abdullah is also experienced in the testing and inspection of soil and asphalt during grading. Specific Project Experience Roadway Construction at Pacific Coast Highway and Alameda,Long Beach,CA Laboratory Supervisor: Mr. Abdullah performed laboratory testing including wet density tests in accordance with Caltrans 216 test for roadway construction at Pacific Coast Highway and Alameda in Long Beach. Widening of Taxiway D,Bob hope Airport,CA Laboratory Technician: Mr. Abdullah performed laboratory testing for the widening of Taxiway D at Bob Hope Airport, Burbank. Testing included asphalt flow and stability (Marshall and Hveem), maximum specific gravity (Rice), bitumen extraction, bulk specific gravity, percent air voids, core density,asphalt extraction, R-value. Street Rehabilitation,Anaheim,CA Laboratory Supervisor: Mr. Abdullah performed laboratory testing of asphalt, base and Portland cement concrete for City of Anaheim street projects in accordance with Caltrans procedures. Repavement of the 710 Freeway,Los Angeles County,CA Laboratory Supervisor: Mr. Abdullah performed laboratory testing of asphalt for the 1-710 repaving project in accordance with Caltrans procedures. Testing included asphalt flow and stability (Marshall and Hveem), maximum specific gravity (Rice), bitumen extraction, bulk specific gravity, percent air voids,core density,asphalt extraction, R-value. 1-S Freeway Widening,Los Angeles County,CA Laboratory Supervisor: Mr. Abdullah performed laboratory testing of asphalt, concrete, and backfill for the I-S Freeway widening and relocation at Alondra for Caltrans. Construction Material Testing/Inspection I Page t u C E dK g n!xc e z t c a Environmental and Geotechnical Engineering Services www.AescoTech.com 7iaHe %fie tlxou,ed VA 321 •11 AESCO Proposal No. P5597 Statement of Qualifications ave Kay Alabed Program Manager Kay is the founder and president of AESCO Inc. She established the Education: company in 1994 in Baton Rouge, Louisiana as a drilling company, which tt.S..Dental grew to a full-scale engineering firm. Kay serves as office manager and is r14^cliGine,Dt'rfzarserr8 in charge of the company's daily operations such as marketing, proposal t"r``>rrrt, lice. preparation, project scheduling, client relationships and accounting. She Professional has written numerous computer software programs for the organization Certifications: and operation of the firm. Kayalso has a medical degree in Dentistryand lfrr rarrrre� tt`r3r p g Lobs rthrorrs her medical knowledge and experience enables her to serve as the Standard Training company's health and safety officer. Kay prepared AESCO's Health and Certificate Safety Manual, Quality Assurance Program, and oversees the operating iirrsliaricrrP.Sol t. officer and.yore lear procedures for AESCO's nuclear density gauges. She also schedules and Gauge Certified budgets many of AESCO's projects. She has been responsible for __., coordinating and scheduling a variety of projects such as: freeway, grade separations, commercial, dam sites, gasoline service stations, and solid waste sanitary landfill sites. Specific Project Experience Sand Canyon Grade Separation, Irvine,CA Project Coordinator: Ms.Alabed was the Project Coordinator for the Sand Canyon Grade Separation project in Irvine for the Orange County Transportation Authority/Caltrans. The project included a railroad shoo-fly and new railroad bridge and CIDH foundations, retaining walls, shoring, pavement, utility installation,a pump station and building construction. Perris Valley Line Commuter Rail Extension Project,Perris,CA Project Coordinator: Ms. Alabed was the Project Coordinator for the quality control inspection and materials testing services for the Perris Valley Line Extension Rail Project AMES Construction for the Riverside County Transportation Commission. The project involves a 22-mile extension of the existing 512-mile Metrolink commuter rail system and stations. Auto Center Drive/BNSF Railroad Grade Separation,Corona,CA Project Coordinator: Ms. Alabed was the Project Coordinator for the geotechnical and materials testing and inspections for the Auto Center Drive grade separation project for the City of Corona and the Riverside County Transportation Commission. The project consisted of constructing a four-lane overcrossing at Auto Center/BNSF railroad tracks. Construction required a bypass roadway, other roadway improvements, retaining walls, utilities and CIDH piling foundations. Soundwalls for the 210 Freeway,Los Angeles County,CA Project Coordinator: Ms. Alabed was the Project Coordinator for the geotechnical investigation for new soundwalls on the 210 Freeway for Caltrans. The project included logging and classification of soil borings, laboratory testing and foundation design recommendations for new bridge and retaining structures and soundwalls. A geologic seismic hazards screening was also performed. Research was conducted on existing geotechnical and geologic reports. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services Page b u e f d t K q ,4.x e r i c a www.AescoTech.com 2'.e 7 k r 99 z e u K d Zf tt 322 � ` ' AGSCO Proposal No.P5597 Inspector— " 1'eklimg Technif"hift- | | K4r. RubenRochahasoverl2yeaoofexpe/ience |nthefie|d ' Grade performing testing and inspection cf construction materials such as concrete, steel, anchors, soils and grading. Mr. Rocha, performed ' 7e�fim­ nn | � `�n-�rwxe/ ' con��ruc�ionate/i�|s�es�in�andinspech , y���a inspections / . . //uzpmonx oavv, ' and O{3lA projects, which included bridges, roadways, utilities, / (4^p,at4m . foundations, pipeline installations, lift stations and retaining wall Ku ' construction. *v^m*,'y '~v��*r . Specific Project Experience .VmtTials~--'40-6^ur ` Trinidad Lift Station,City of Huntington Beach,CA Oio,tm^/'er@5v'xp ' Inspector: Mr. Rocha was the Inspector for the inspection and materials vY'/+^fid'w'y Jim ' testing services for replacement of the existing Trinidad Lift Station No. 29 ' on Trinidad Lane installation north , ' ' ' »,^�ng^A ��( , . of Aquarius Drive' restoration of existing public and private improvements, | ��mp�^���ap4r , . . and asphalt pavement removal and replacement. . Absterials� . Pier G' Berths G230-G236Te,mina| Redevelopment North Slip Back|an6s ' ��'c | Development,Port /���n,�"xufLmn��each,�� ' ' . ^Inspector: Mr. Rocha was the Inspector for the construction inspection and / InwIvwisyf Vine& 01m`''/ggug«wes. ' materials testing for the redevelopment of Berths G230'G236 at Pier G, / �Iyflodf9u/,olr^, ' Port of Long Beach. The new construction consists cfa marine operations . .��("ou*t, . building, substation housing, waterline and storm drain installations, reefer ' Fr^shly Ahivmd ' ' system insta|lation, electrical/communication duct banks. substation ' Concrete, ;r ~^wme. installation, grading, � ��orr�c �7eomm� existing structures. Inspection �� ' � ' *u���qy/�v` asphaltic concrete, subgrade' rebar, reinforcing steel, anchor bolts' torque | (/whricx^/,n/^^til). bolts,shear bolts,and epoxy anchor. ' Butt Penetration in ' Fresh Portland Various School Improvement Projects-Los Angeles Unified School District Inspector: K8r. Rocha was the Inspector for the construction materials ' � testing and inspections for the improvements at various grade school, middle school and high school campuses throughout theLAVSD. yWr. Rocha performed testing and inspections including lightweight concrete' rehnr, /'rm.h/vnVon(I | anchor bolts, compaction, mechanical anchors, epoxy, grout, mortar, pull | ('.''vrw/O)v^',efo | tests un existing anchors, and pachometer testing. | fewymrature°t, ` . *r* h1v Vunmt ' |'5 Widening and Realignment Project,Santa Fe Springs,CA I Inspector: Mr. Rucha was the Inspector for the materials testing and . inspection during the widening and realignment of the 1'5 Freeway -------------- ' between Valley View Avenue tojust north of Marquardt Avenue in the City ofSanta Fe Springs for [a|tmns, The widening project includes the reconstruction of new overcnossinQ and retaining walls. AE5[Dbperforming the testing and inspection services for the lean concrete base (L[8)and jointed plane concrete for rapid set and regular concrete. Construction material Testing/Inspection O°//di,p ~fW e,/^a Environmental and aeotez:v�a/Engineering sem/ce` ww��Aeuorc ».mm �,"^ 7Jc 323 AESCO Proposal No.P5597 Statement of Qualifications State College Boulevard Grade Separation,City of Fullerton,CA Inspector: Mr. Rocha was the Inspector for the replacement of the at-grade railroad crossing by construction of an underpass for State College Boulevard beneath the existing BNSF railroad. The City of Fullerton and the Orange County Transportation Authority (OCTA) constructed a vehicle undercrossing at the intersection of State College Boulevard and the Burlington Northern Santa Fe Railway. The roadway was lowered between Santa Fe Avenue to the north to approximately 500 feet south of Valencia Drive. Construction included a temporary railroad shoo-fly, a railroad bridge, retaining walls, a pump station, pavement and utilities reconstruction. Mr. Rocha also performed shotcrete inspection. Construction Material Testing/Inspection Page f u rl.0 e s t_a Environmental and Geotechnical Engineering Services ( 1 i l d C K q www.AescoTech.com 9:o m 7!r e Cj z o u u d Zf A 324 14:11111 A I SCO Proposal No, P5597 Statement of Qualifications WS APPENDIX C SAMPLE FIELD AND TEST REPORTS Construction Material Testing/Inspection Page Fac'tdiag Atotctiem Environmental and Geotechnical Engineering Services www.AescoTech corn '7tem "Ike 9touNd left 325 AE;SCO Proposal No. P5597 .Statement of Qualifications AE'..lSc 11 I77E1Golden Laic,Xordowex Wood CA NMI A65C0 et,7u.h7law FAA l4)753i 14lt1 Arrow/5et*ertl,free.CA 92.715 Pksuq-nseYo Far 979754-92(11 tTris atrpt'e 4 6.de094I4.474,CifoaX tua Tdrp4a01,03>S,Wa Mill WPC aAtmgmm1 Gesedriol•Pie'filofstl•Mafm Tatted• SPECIAL INSPECTION REPORT REPORT OP 2n t$}g 3 IN-PLACE DENSITY �i Pant No NA. *: p 89�' Q,®VT:=to 1191411011%Ina Job Et her(A s:•U'Pi °f 114qP1 M M 1�l Shad_pi 2e04 r I n>wr Pus 1 or 1 Cognac(Adtirr55 �' O'01614M.I.T fla1 Ey Ita mix.tx 91941 Architect rAidr a TPSIT aV LIFT YrA-1104 Ne.'l7 rmctaa,mu»un M131111e0i MST MOIECT Type dtrpatia a Regional Caw* '-i Preseased COOtAle slt. of MKT WO.meol Mnv>enxc Stu/u oW a Rem Poufa n M o TE cata a canal . .mICAULO aft ❑R Rollin aka aAsphalt y0ihfr atmw Mr WATT 7701,ACOGET MGUECT i arms :hats taspaian Type.oCaariame a Patio* oTeeicaonnsamaowl**forp MOM:hear*biller*deafer and sot*We=teat tuts to dairying the dorm of field eayuciea. Giaut a t 1 '�ta1A.6__ ,." PROJECT DATA :ifial Pi 1 5 Nagag fan All its , '1/Piallk r> cm co 101111746X41 suns cwca roc uu Lait 'lliW iii t�ifllai lIM 11414, rretna�7on cAoolmlu.m,mn 5. ♦ q . 141 , .s r saMr uat 121122 awomum 1001311313-COMM NMI* cola, MUM axaosr nawmn f onawar Maim ciatso MC 11411110= Wawa Ens' MIT PM GUT rf14R1 OAT 15Min.5 1MU14.5 31171 km sae I)tatsatia,ty macula aiaes' is Cad= t nil)REri.**mod raoctiad OM REPORT OE IM anww 11145OVIsm ruiaaaa taT YwaMa milltxt iv* ~I aaarrt -V- SOCA11514 Jli._ _ITC_ .!ffi.At. _tit_ JdlsO- awl*ibalWwe 105110 iribaatpwrwaddeaairoat 1. e.elect LW(15c`Ysat V S44t Tel TOP 9 SIADI 1.4.2 IS.5 1.17.5 105.7 114.5 14 Adiftiaa(lexctia' _ 7. I,EQJ.t t85 101 ar 013M 14.1 15.5 133.1 107.3 111.S 5i iaaatc Testt remelts co this mart Not poled Ca operiflgtiae.aeted atom Todatw'tart mant ahat +tangUp:dme4isWaling ticsartoww dec*cabana=lad rep ielbic'Trammell/4 pa Wien of de tPC mat a.rd eernc SAMPLES _Set(s)of Caw*rMarty/Groat r Prisms iSoptReberIAsWataWfs# J� Ste AESCO't Report tb.a) far tat remits weldlliwaideath HOURS Dar TaNii4as ToetY TWO* Wage Cale Wins 9-30- llbb Tadddm I Raard a'\tvd'Vou. ,1.�JAA 9WM1 BY espator P,aAtmi awe lie-Af3C0 Yearf___L- ty_.... R.i 574 Cdd-rma i Sr.hnterlaital mgimer NMI Construction Material Testing/Inspection ( �, ., Environmental and Geotechnical Engineering Services a g c b u C C d l a g yf at C x C C a www.AescoTech.com 7 T o as 'Ike Cf E o u a d VA 326 ••Fill A :SC()Proposal No.P5597 • Statement of Qualifications APPENDIX D CERTIFICATIONS Construction Material Testing/Inspection 1' r u i Id'K g rf m e 2 i c a Environmental and Geotechnical Engineering Services www.AescoTech.com 9't o o, 74 e Cf z o u a cl 327 . ., rAli l SCO Proposal No.P5597 Statement of Qualifications ado Remove your new Pocket Cert if icate8oard for Professional Engineers, Land Surveyors, and Geologists 2535 Capitol Oaks Drive, Suite 300 from the receipt portion and carry Sacramento, CA 95833-2944 it with you at all times. 916253-2222 cut IRE RE li ne:+T f' :..-. BOARD FOR PROFESSIONAL ENGINEERS .....,,.,LAND SURVEYORS,AND GEOLOGISTS �� IMPORTANT P O R T A N T r T Eat 2saS tarnot ous oMlve,svnE 700 oY "�aE =. ,'.TCRaaItaTD,CA a3ET�YBoa p� ur _..ea.�.,_— r,d 251:172 R +.` " S I. Pisa.Inalwfc your Canifiain Number on any et/Nospnadcm*to Om Wt. \1 '.- Nottty ISo Board of any Cane or addtcu slunk, ,a ran., CIVIL ENGINEER i Rc ,anyIn ni 31513 ctit,r,a,m Immad,atcl in vnnn in Inn Board ..'E xa Ex,taTtpM potY 6 C 53992 12/31/19 ADAM CHAMAA a. Piesan itpn nod carry ISa Poataa Ceritfieate on.you 6661 ALA M I T 0 S C R S.Pieaae lamtnata your CsnUicaa in a.oid deterionnoo HUNTINGTON BEACH CA 92648 Aa,M1a1 CMANAA CERTIFICATE MO. sXPatATION EWE RECEIPT PO Sq.n.n RICE,'Y MO C Saran 15/atl tS fl'SoJSa al 1 nvoysa This is your receip►. Please save for your records. Si PPRC aJ 2. Remove your new Pocket Certificate Board for Professional Engineers, Land Surveyors, and Geologists 2535 Capitol Oaks Drive, Suite 300 from the receipt portion and carry Sacramento, CA 95833-2944 it with you at all times. 918283-2222 II/Ie/I7 COT t1ERE U/lul7 BOARD FOR PRoresstONAL ENGINEERS, �.:,,rr _, LAND SURVEYORS, AND GFALOGISiS:� "^+'�. I M P O R T Q N T CUt R.��IP•�.,,,,,_,..„,......LAND ��.•�• I 2535 CaahlOt 0Ass ORNE.SWTE S00 �; !; .. er 1tE1� LJS�.e�a sAGRARE ill to 5se33 5144 f ""`�' sill 2e3-2222 i :+••f I. Miss iaclwic you Certificate Nttmbcr on any sorrapatdcaa to OW.ottiw. \v"'i'•• 2. Notify it. Board of say same or addraa`haw to onions. �.i./1•i•p(�E L+ "sI era' CERTIFICATE RO EOTECI3NICAL ENGINEER EXVRAIIOM 3. Capon soy lass of ibis Conifiaats imwsdiatcly is writiac to she Board. GE 2784 12/31/19 ADAM S A L E H CHAMAA 4. Ptesse alga sod carry tea Pocket Ceriitteate trite you 6661 A L A M I T O S C I R 3. Pious homiest*your canificana to avoid aotertasaimo. HUNTINGTON BEACH CA 92648 ADAM EAtEat CNAi,.,A C 00053112 CERTIFICATE RO. EXPRATIOR DATE RECEIPT NO. OWM FIER NO. I sy..w. I GE 27E4 12/31/111 73110353 lig 7SCEIPr ta Ro. This is your receipt. Please save for your records. ltoa PmcE wi:v„ III Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services Page u l!d C a g rl.rc c:l e a www.AescoTech.com '�a e ore7 e fl s o u n d Zf h 328 4 11111 ALSCO Proposal No.P5597 Statement of Qualifications BOARD FOR PROFESSIONAL ENGINEERS, _ LAND SURVEYORS, AND GEOLOGISTS ^4r',ti ��:{����+. 2535 CAPITOL OARS DRIVE, SUITE 300 y+6+�+� SACRAMENTO, CA 35833.2944 +n""..""""'.""' 916 263^2222 r ,�. �i i�T�. t� ',Tit 11V. CERTIFICATE NO CIVIL ENGINEER EXPIRATION C 25723 12/31/17 Renewed to RUSSELL JEROME SCHARLIN 12/31/19 17782 GEORGETOWN LANE HUNTINGTON BEACH CA 92647 4r RECEIPT NO. Svpstwse�L�'A'+ 53160695 BOARD FOR. PROFESSIONAL ENGINEERS, Syr LAND SURVEYORS, AND GEOLOGISTS ,t O ��I 2535 CAPITOL 0AXS DRIVE, SUITE 300 6J ,n', d=CJ EACRAMENTO, CA 95633-2944 J+:; 916 263'2221 :Z.';.r JTu_Sxyt. GEOTECHNICAL ENGINEER EXPIRATION CERTIFICATE NO. 12/31/17 GE 751 Renewed to RUSSELL J . SCHARLIN 12/31/19 17782 GEORGETOWN LANE HUNTINGTON BEACH A 92647 QUALIFIER NO. }1LI, 00025723 61tnswr+ "' 53EC1600 pT 25 NO. Cc Envirorn 329 • • AESGO Proposal No,P5597 Statement of Qualifications SNAKE>FOR P$OrakitIONNi.NaNDINNIMIL LAND$1.111tV/1Y0114, 4.441)011101.0C0Init ce.701.C.O.N.11.47 CIVIL EIS/GINER/I 0 “Wea 00110110 DAVID JON RYAN 7851 EAST RING ST LONG BEACH CA 90808 7 1 ;;L ..,"/pi,A, *ikces, Construction Material Testing/Inspection irultdc'N9 ,4sceseect Environmental and Geotechnical Engineering Services 7 0 Of 74 e gzaumel www.AescoTech.corn 330 , ,4,Firliallil AESCO Proposal No. P5597 Statement of Qualifications BOARD FOR PROFESSIONAL ENGINEERS, LAND SURVEYORS.. 3-AND GEOLOGISTS PR 4 GINEER � . t £ems Orve S�aM 300. trreett�,CA iS33.2944 k t `.t Z: o:- ... Construction Material Testing/Inspection ,.{ �, $'u t ll K q Environmental and Geotechnical Engineering Services ,rf me s le 4 www.AescoTech.com jf s a ar 7 4 e (j s e u K d Zf/e 331 . •.9 AESCO O Proposal No.P5597 Statement of Qualifications APPENDIX E RELATED PROJECT EXPERIENCE A partial listing of related projects for the City of Huntington Beach is provided below. Lambert Park Slope Failure Beach Gun Range Huntington Beach City School District Solar Panel Installations Roadway Improvements (Heil, Nichols, Talbert, Main, Warner, Slater, Yorktown, Garfield, Gothard,Magnolia,Graham, Slater, Atlanta, Brookhurst,Edinger, Newland Street Bridge Central Net Fire Training Facility Pavement Design Warner Avenue Sinkhole Emergency Response Overmyer Reservoir Springdale Reservoir Utility Operations Yard Van's Skate Park and Retail Structure Lift Station 4 Lift Station D Trinidad Lift Station Ranger Lift Station Atlanta and Beach Lift Station Oceanhill Sewer Replacement Sewer Siphon Remediation, Brookhurst Street Lift Station#26 Beach Boulevard Water Main Extension Warner Avenue Gravity Sewer Lift Station C Algonquin Lift Station#10 14-Inch Water Line Installation, Huntington Harbor Water Line Garfield Avenue Main Street Parking Garage Traffic Signal Modifications, Brookhurst and Yorktown,Newland and Atlanta, Magnolia and Atlanta Yorktown Transmission Rehab Downtown Water Main Replacement Bracing Sewer Pump Station# I Drainage Improvements Beacon, Heil and Trudy Brookhurst Bridge Renovation Feeder WOCWB Water Line#2 Realignment Well#9 GAC Filtration System Magnolia Street Bridge Preventive Maintenance Brookhurst Street Bridge Preventive Maintenance Edgewater Sewer Lift Station#6 Bolsa Chica Signal Modifications Main Promenada Parking Structure Improvements Construction Material Testing/Inspection ( l, ' $u t l d 1 a g ,4Aveste4 Environmental and Geotechnical Engineering Services www.AescoTech.com m 7 4 e Cf a e a e d 1(a 332 M AESCO Proposal No. P5597 Statement of Qualifications AESCO Talbert Lake Modifications Water Damage Main Street Parking Garage Sewerline Beach and Slater Structural Wall Repair Main Street Parking Garage Heil Fire Station Tenant Improvements Main Street Library ADA Restroom Upgrades Electrical Upgrades Peck Reservoir South Beach Phase II Storm Drain Seapoint and Garfield Storm Drain 7th Street and Goldenwest Solar Panel Installation Central Park Solar Panel Installation Civic Center Construction Material Testing(Inspection j Environmental and Geotechnical Engineering Services f a g r. G u c C d i a 9 rl e:i e a www.AescoTech.cam y¢awe Ike if:a u a d ZI ft 333 . j AESCO Proposal No. P5597 Statement of Qualifications AESCO APPENDIX F LETTERS OF RECOMMENDATION Construction Material Testing/Inspection 1, r 4 Environmental and Geotechnical Engineering Services $'u i l d i x g rfr xc e r i c a www.AescoTech.com S t e xe 7 k e Cj t e x o d Zl fk 334 AESCO Proposal No. P5597 Statement of Qualifications IL Orange County San Bernardino County 17792(kowtow.)taut 1410 Arrow fookxtanl I trioriontort Beach.Ctifatnta'►2t t7 Fonuaa.California 9'1315 'le*: lit-0:r75.3&30 3 ele. p09}21S 1-9200 AESCO Fax: r7 1-1)375401 F . (909)aat-0201 AESCO COMPANY SURVEY Client Name: G J n1D/} gRZfYV Company: t Date: 12/IS'/tS`� Strongly Somewhat Undecided "'Somewhat Strongly _ Agree Agree Disagree •Disagree Does AESCO appear knowledgeable/qualified to.-rform the testin t? •Overall,AESCO handles all complaints in a timely manner. • Would you use AESCO again? I/ Would you recommend AESCO's services to other corn.anies? Overall,you are pleased with the way AESCO •handles obstacles at the *ob AESCO submitsn reports ( in a timer manner AESCO's staff is readily available to provide support when needed Additional Comments: 542 fit;r+ S%6. 4 ',te wwtrf+�. �;r�ca eT ka How can AESCO improve? Construction Material Testing/Inspection • Environmental • Geotechnical Engineering Services www.AescoTech.com Construction Material Testing(Inspection y Environmental and Geotechnical Engineering Services 1 age «o e s l c 5 u 1 f d C«y /f a www.AescoTech.com 9¢a«e 7!e ..t.au.cee VA 335 r ' ~ AESCO Proposal No. P5597 aStatement of Qualifications a_ Fret.e 1 Orange Camay San Bernardino County 171X.`G..og7:1 . C t Tnc.!t, v-.1.fmr,kw.tS S(mntnytn ttrr i L ir:rpia f2yat7 ram.u,,C-1Lxat 9:'4 t'ek 1:141.17.0%b T1 014 331r a AMOCO Client Name: errf r, 4,4&s..../ Company: £1rtt /'o o1Z Dote: 7415 ./� Strongly Somewhat ! Undecided Somewhat Stron,aly tUacc I Agee Ui;aeree Ui gr e Does AESCC}appear 'knowledgeable qualih:d to perform the testing') Overall.AESCO � handles all complaints , � in arll tiely Manner. s_(/ . �� fj z_v,i oC L- Would you use AFSCO `agaiit! Would you recommend AESa)'services to -, other companies? Overall,you are pleased with the way AESCO , handles ohrctaelet at the job AES(:(lsubmitsreports j-� in a timely manner '+- AESCO's staff is readily available to s provide support when needed ( i I t Additional Comments. ,'( ` �T r x'.La1 �"V.ly -le /I L_ c.,,,,t, Row con AESCOlimprove? ter({ ki .4 t C(mstruetion Material Testi g!Inspection t Environmental • Geotechnical Engineering Selnices vies w.AeNvoT eel 1.coin Construction Material Testing/Inspection I Page E u i t d r K g e a i c a Environmental and Geotechnical Engineering Services www.AescoTech.com ?saw I k e 99,c a e g d VA 336 1 L , Ali _ AESCO Proposal No.P5597 Statement of Qualifications • --.o•tm ff " t 1r,`ta' City of Huntington Beach i zs• - --- 2000 Main Street + PO Box 190 + CA 92648 Travis K. Hopkins,PE Depaitoyerit of Public Works Director (714) 536-5431 To Whom it may concern: The City of Huntington Beach has utilized the services of AESCO, Inc for over 10 years on projects requiring geotechnical engineering, construction materials testing and site inspection. We have utilized Aesco on a wide variety of projects over the years. We have found them to be responsive and provide excellent services for building, structure, utility and roadway projects. They have always been an excellent resource which we have had the pleasure of employing. We highly recommend AESCO for both geotechnical services as well as construction materials testing and inspection. If I can provide further assistance, please do not hesitate to contact me at(714) 375- 8471 or dverone@surfcity-hb.org. Sincerely 4,-4/ David Verone Contract Administrator Cc Environi 337 A t r Orange County San Bernardino County 17782 Georgetown Lane 14163 Arrow Boulevard Huntington Beach,California 92647 Fontana,California 92335 a, Tele: (714)375-3830 Tele: (909)284-9200 Fax: (714)375-3831 Fax: (909)284.9201 Request for Qualifications FOR On-Call Construction Materials Testing Services AESCO Proposal No. P5597 le,0 CQUNTY Of Public Works Department City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Attention: Mr. Jim Slobojan, Fiscal Services Department AESCO 17782 Georgetown Lane Huntington Beach,California 92647 Tele: (714)375-3830 Fax: (714)375-3831 January 11,2018 Construction Material Testing Inspection • Environmental ♦ Geotechnical Engineering Services 338 Local Asa=-`---- -edure Manual EXHIBIT 10-H Cost Proposal Exhibit 10-H Cost Proposal SPECIFIC RATE OF COMPENSATION(USE FOR ON-CALL OR AS-NEEDED CONTRACTS) AF..S=0 Construction Engineering and Inspection Contracts AESCO Hummgton Beach on-Call 1/9/2018 Consultant or Subconsuitant_ Contract No.: Coast.Alum.'Tesunc Dated W_ Fringe Benefit% Overhead% General Administration% Combined Indirect Cost Rate(ICR)% NORMAL 11.80% + 143 00% + 10 00% = 164.80°e OVERTIME 11.80% + 143.00% + 10.00% = 164.80% FEE% - 10.00% BILLING INFORMATION CALCULATION INFORMATION Name/Job Title/Classification 1 Hourly Billing Rate' Effective date ofourly rate Actual or Avg- %or S Hourly range-for Straight OT(1.5 X) OT(2 X) ` From To hourly rate' Increase classification only Adam Chamaa,P.E.,G E. $203.90 NA NA 1/1/2018 12/31/2018 S70.00 Sr.Project Manager 5210.01 NA NA 1/1/2019 12/31/2019 S72.10 3.00% Sr.Geotechnical Engineer 3216.31 NA NA 1/1/2020 12/31/2020 57426 3.00% Not Applicable Exempt S222 80 NA NA 1/1/2021 12/31/2021 $76 49 3.00% S229 49 NA NA 1/1/2022 12/31/2022 378 79 3.00% 3236 37 NA NA 1/1/2023 _ 12/31f2023 581.15 3 00% Kay Alabcd $218.46 NA NA 1/1/2018 12/31/2018 $75.00 Project coordinator 3225.01 NA NA 1/1/2019 12/31/2019 S77.25 3.00% PM $231 76 NA NA 1/1/2020 12/31/2020 579.57 3.00% Not Applicable Exempt S238.72 NA NA 1/1/2021 12/31/2021 S81.95 3 00% S245 88 NA NA 1/1/2022 12/31/2022 S84 41 3.00% _ 3253 26 NA NA 1/1/2023 12/31/2023 386 95 3.00% Debra Perez $180.01 NA NA I/1/2018 12/31/2018 S61.80 Project Manager $185 41 _ NA NA 1/1/2019 12/31/2019 $63 65 3 00% PM S190.97 NA NA 1/1/2020 12/31/2020 $65.56 3.00% Not Applicable Exempt $196.70 NA NA 1/1/2021 12/31/2021 $6753 3.00% $202.60 NA NA 1/1/2022 12/3112022 $69.56 300% 3208.68 NA NA 1/1/2023 12/31/2023 $71.64 3.00% Russ Scharlin.P.E.G.E. 3203.90 NA NA 1/1/2018 12/31/2018 $7000 Sr.Geotechnical Engineer 5210.01 NA NA 1112019 12/31/2019 572 10 3.00% Engineer 3216.31 NA NA 1/12020 12/31/2020 _ $74.26 3.00%,Exempt $222.80 NA NA 1/1/2021 12/31/2021 r $76 49 3.00%- Not Applicable $229.49 NA NA 1/1/2022 12/312022 $78.79 3 00% $236.37 NA NA 1/1/2023 _ 12/31/2023 S81.15 300% David Ryan,P E 5140.8b NA - NA 1/1/2018 12/31/2018 348.36 Material Englnecr S145.09 NA NA 1i12019 12/31/2019 S49.81 3.00% Engineer S149.44 NA NA 1/1/2020 12/31/2020 $51 31 3.00%, Not Applicable Exempt S153.92 NA NA I/12021 12/31/2021 $52.84 -3.00% $158 54 _ NA NA 1/1/2022 12/31/2022 $54 43 3.00% S163.30 NA NA 1/1/2023 12/31/2023 $5606 300% LPP 13-01 June 20,2013 339 Local As: ® ' edure Manual EXHIBIT 10-H Exhibit 10-H Cost Proposal Cost Proposal SPECIFIC RATE OF COMPENSATION(USE FOR ON-CALL OR AS-NEEDED CONTRACTS) RESCID Construction Engineering and Inspection Contracts AESCO Huntington Beach on•Call 1/912018 Consultant or Subconsullant Contract No.: Conn.Material Testing Date: Fringe Benefit% Overhead% General Administration% Combined Indirect Cost Rate(ICR)% NORMAL 11,80% + 14300% - 10.00% = 164.80"/. OVEltT1MI 1 1.80% + 143.00% + 10 00% = 164.80% FEE = 10.00% BILLING INFORMATION CALCULATION INFORMATION Name/Job Title/Classification' Hourly Killing Rate z i Effective dale ohourly rate Actual or Avg. /.or S Hourly range-for ' Straight OT(1.5 X) OT12 X) ` From To hourly rale 3 Increase classification only Amer Hazboon,P.E. $160.79 NA NA l i 1/241 B 12l31/2018 $SS 20 - Sr.Project Engtneet $165.61 NA NA 1/1/2019 12/31/2019 $56.86 3.00% $170 58 NA s NA 1/1/2020 12/31/2020 $58.56 3.00% Nut Applicable Exempt $175.70 NA NA 1/1/2021 12/31/2021 $60.32 3.00% S 180 97 NA NA 1/1/2022 12/31/2022 $62.13 3.00% 5186 40 NA NA 1/1/2023 12/31/2023 S63.99 3.00% Duane Wentworth 512088 NA NA 1l1120i8 12/31/2018 $41.50 QA/QClvlanager S124.51 NA NA l/1/2019 12/31/2019 $4275 300% S128.24 NA NA 1/1/2020 12/31/2020 $44.03 3.00% Not Applicable Exempt S132.09 NA NA 1/1/2021 12/31/2021 545.35 3.00% - S136.05 NA NA 1/1/2022 12/31/2022 $46.71 s 3.00% S140.13 NA NA 1/1/2023 12/31/2023 S48.11 _ 3.00°J. Steve Crumb $133.49 NA NA I/1/2018 12/31/2018 $45 63 Laboratory Manager S137.50 NA NA I/1/019 12/31/2019 S47.20 3.00% $141.62 NA NA 1/1/2020 12/31/2020 $48.62 3.00% v Not Applicable S145.87 NA NA 1/1/2021 12/31/2021 $50 08 3 00% $150.25 NA NA 1/1/2022 12/31/2022 S51 58 3.00% $154.76 NA NA 1/1/2023 12/31/2023 353.13 3.00% OmarChamaa S135.62 158.90 182.18 1/1/2018 12/31/2018 S46.56 - QC/QA Engineer $139.69 163.67 187.65 1/1/2019 12/31/2619 547.96 3 00% S143.88 168.58 193,27 1/1/2020 12/31/2020 $49 40 3.00% Not Applicable Non-Exempt $148.20 173.63 199.07 ; 1/1/2021 12/3112021 $50.88 3.00% S 152.64 178.84 205.05 . 1/1/2022 12/31/2022 $52.40 3.00% $157.22 184.21 211.20 1/1/2023 12/31/_>023 553.98 , 3.00% LPP 13-01 June 20,2013 340 Local As.FA edure Manual Exhibit 10-H Cost Proposal EXHIBIT 10-H Cost Proposal SPECIFIC RATE OF COMPENSATION(USE FOR ON-CALL OR AS-NEEDED CONTRACTS) AESCO Construction Engineering and Inspection Contracts AESCO Fluxing:on IIeaca on-Call ]19/2018 Consultant or Subcnnsuttant: Contract No.: Conn.Muerul Tesvne Date: Fringe Benefit% Overhead% General Administration% Combined Indirect Cost Ratt(ICR)% NORMAL 11.80% + 143 00% 10 00% = 164.80% OVERTIME 11 80% + 143.00% + 1000% - 164.80% FEE% = 10.00% BILLING INFORMATION CALCULATION INFORMATION Name/Job Title/Classification t Hoorly Billing Rate' Effective date ohourly rate Actual or Avg. %or S Hourly range-far Straight OT(1.5 X) OT(2 X) From To hourly rate' Increase classification only Data Processor h ) $72.82 - 85.32 97.82 1/12018 12/31/2018 $25.00 $75.00 87.88 100.75 1/1/2019 12/31/2019 525.75 3.00% Non-Exempt $77.25 90.52 103.78 111r2020 12/312020 526.52 3.00% Ranges 579.57 93.23 106.89 1/1/2021 12/31/2021 S27.32 3.00% ' ($20 to$30) 58196 96.03 110.10 1/1/2022 12/31/2022 $28.14 3.00% $84.42 98.91 113.40 1/1/2023 12/31/2023 528.98 3.00% Materials Inspector(°) $136 90 160.40 183.90 111/2018 12/31/2018 $47.00 3141.01 165.21 189.42 1/12019 12/312019 $48.41 _ 3A0% 5145 24 170.17 195.10 \ III 2020 12/31/2020 $49 86 3.00% Non-Exempt $149.60 175.28 200.95 1/1/2021 12/312021 S51 36 3.00% ($45 to 550) $154.08 180.53 206.98 • 1/12022 12;31/2022 552.90 3.00% $158.71 185.96 , 213.19 : It1/2023 , 12/312023 55449 3.00% I. Names and classifications of consultant(key staff)team members must be listed.Provide separate sheets for prime and all subconsuttant firms 2. Billing rate=actual hourly rote°(I+ICR)•(1+Fee) Agreed upon billing rates are not adjustable for the term of contract. 3 For named employees enter the actual hourly rate.For classifications only,enter the average hourly rale for that classification. Note: Denote all employees subject to prevailing wage with ass asterisks(r) • For"Other Direct Cost"listing.see page 2 of this Exhibit LPP 13-01 June 20,2013 341 Local Assistance Procedures Manual EXHIBIT 10-H Sample Cost Proposal EXHIBIT 10-H SAMPLE COST PROPOSAL(EXAMPLE#2) Page 2 of SPECIFIC RATE OF COMPENSA'IlON(USE FOR ON-CALL OR AS-NEEDED CONTRACTS) (CONSTRUCTION ENGINEERING AND INSPECTION CONTRACTS) Consultant or Subconsultant AESCO INC. Contract No, Civil Engr Date_ 01/09/18 SCHEDULE OF OTHER DIRECT COST ITEMS PRIME CONSULTANT SUBCONSULTANT#1 SUBCONSULTANT#2 DESCRIPTION OF UNIT UNIT TOTAL DESCRIPTION OF UNIT UNIT TOTAL DESCRIPTION OF UNIT UNIT TOTAL ITEMS COST ITEMS COST ITEMS COST r— — $OAO S 0.00 NONE $0.00 See attached li�t of _teF5taing and $000 $0.00` $0.00 $0.00 _ $0.00 other cervices . $o.00 _ so.00 so.oa $o.00 $o.00 s o.00 So.00 $0.00 SS 0.00 S 0.00 _ $0.00 $0.00 $0.00 $0,00 50.00 $0.00 S 0.00 $0.00 $0.00 $0.00 $0.00 PRIME TOTAL ODCs= $0.00 SUBCONSULTANT#1 ODCs= S 0.00 SUBCONSULTANT#2 ODCs= $0,00 IMPORTANT NOTES: I. List direct cost items with estimated costs.These costs should be competitive in their respective industries and supported with appropriate documentations. 2. Proposed items should be consistently billed directly to all clients(Commercial entities,Federal Govt.State Govt.,and Local Govt.Agency),and not just when the client will pay for them as a direct cost. 3. Items when incurred for the same purpose,in like circumstance,should not be included in any indirect cost pool or in the overhead rate. 4. Items such as special tooling,will be reimbursed at actual cost with supporting documentation(invoice). 5. Items listed above that would be considered"tools of the trade"are not reimbursable as other direct cost. 6. Travel related costs should be pre-approved by the contracting agency. 7. If mileage is claimed,the rate should be properly supported by the consultant's calculation of their actual costs for company vehicles.In addition,the miles claimed should be supported by mileage logs. 8. If a consultant proposes rental costs for a vehicle,the company must demonstrate that this is their standard procedure for all of their contracts and that they do not own any vehicles that could be used for the same purpose. Page 4 of 5 LPP 15-01 January 14,2015 342 r Schedule of Fees Effective January 1,2017 AESCO AESCO Standard Fees Fabrication Shop Inspections Cost(per hour) 1173 Structural Steel Inspector(ICC/CBO) $ 95 T174 Structural Steel Inspector(AWS) $ 95 T175 Batch Plant Quality Control Technician/Inspector $ 95 7176 Reinforced Concrete, Prestressed Inspector $ 95 Field Inspector/Technician Hours No Work Performed(Work Cancelled) Minimum 2-hour Charge All field services charge... Minimum 4 and 8-hour Charge Thereafter Regular Work Hours First 8 hours,Monday through Friday,between 5:00 a.m.to 5:00 p.m, Direct Project expenses outside services will be charged at Cost+15%. Time and One-Half Any increment past first 8 hours through 12 hours,Monday through Friday First 12 hours on Saturday Shift between 3:00 a.m.and 5:00 a.m. Double Time Any hours past 12 hours Monday through Saturday,all day Sunday and Federal Holidays Field Analysis Cost (per hour unless otherwise noted) G200 Soil Boring with Hollow Stem Auger Drilling $ 260 G201 Backfill Boreholes with Betonite,per foot $ 10 G202 Backfill Boreholes with Grout,per foot $ 20 G203 Drumming and Disposal of Clean Cuttings $ 350 Mix Design Review Cost D250 Review of Concrete Mix Design $ 150 D251 Review of Grout Mix Design $ 150 D252 Review of Mortar Mix Design $ 150 D253 Review of Asphalt Mix Design $ 180 Page 1 of 7 • 343 • Schedule of Fees Effective January 1,2017 AESCO Sample Pick-Up/Hold Cost All hold samples are charged at the same rate as the testing rate U303 Technician for Specimen pick up,minimum 2 hours,per hour $ 95 U304 Vehicle,per trip $ 65 Field Equipment Charges Cost E350 Brass Mold,each $ 20 E351 Concrete Air Meter,per day $ 40 E352 Concrete Unit Weight(Scale,Bucket, Rod and Mallet),per day $ 10 E353 Field Vehicle Usage,per day $ 65 E354 Concrete/Asphalt Coring Equipment rental per hr,min 4 hrs and 8 hrs therafter $ 190 E355 Fireproofing Adhesion/Cohesion,per test $ 15 E356 Hand Auger Equipment,per day $ 125 E357 Level D Personal Protective Equipment(PPE),per person per day $ 40 E358 Liquid Penetrating Consumables,per day $ 20 E359 Magnetic Particle Equipment and Consumables,per day $ 30 E360 Ultrasonic Equipment and Consumables,per day $ 55 E361 Nuclear Density Gauge Usage,per hour $ 15 E362 Compaction Test,per location/per test $ 18 E363 Portable Concrete Laboratory-not including Technicians,per day $ by quote E364 Pachometer(Rebar Locator), per day $ 50 E365 PID Usage,per hour $ 30 E366 Pull Test Equipment,per day $ 60 E367 Sand Cone Test Kit(Scale,Burner,Sand Cone Apparatus),per day $ 150 E368 Schmidt Hammer,per day $ 40 E369 Torque Wrench,Small,per day $ 15 E370 Torque Wrench,Large,per day $ 20 E371 Torque Multiplier(Skidmore),per day $ 75 E372 Miscellaneous Equipment Charge $ by quote E373 Vapor Emission Kit,each $ 45 Page 2of7 344 Schedule of Fees Effective January I,2017 AESCO Schedule of Fees for Laboratory Services Concrete Tests Cost(per test) C400 6"x 12"Cylinder:Compression Strength(ASTM C39) $ 25 C401 6"x 6"x 18"Flexural Beams Not Exceeding Referenced Size(ASTM C78,C293,or CTM 523) $ 80 C402 Cylinders:Splitting Tensile Strength(ASTM C496) $ 80 C403 Core Compression Including Trimming(ASTM C39) $ 50 C404 Coring of Test Panels in Lab,each $ 25 C405 Diamond Sawing of Cores or Cylinders(ASTM C642) $ 25 C406 Density,Absorption,and Voids in Hardened Concrete(ASTM C642) $ 300 C407 Modulus of Elasticity Static Test(ASTM C469) $ 125 C408 Unit Weight Including Lightweight Concrete $ 65 C409 Drying Shrinkage Up to 28 Days:Three 3"x 3"or 4"x 4"Bars,Five Readings up to 28 Dry Days(ASTM C1S7) $ 375 C410 Additional Reading,Per Set of Three Bars $ 45 C411 Storage Over Ninety(90)Days,Per Set of Three Bars,Per Month $ 35 Concrete Block,ASTM C140 Cost(per test) C412 Compression(3 Required Per ASTM),each $ 50 C413 Absorption/Moisture Content/Oven Dry Density(3 Required per ASTM),each $ 80 C414 Linear/Volumetric Shrinkage(ASTM C426) $ 90 C415 Web and Face Shell Measurements $ 35 C416 Tension Test $ 150 C417 Core Compression $ 45 C418 Shear Test of Masonry Cores:2 Faces $ 70 C419 Efflorescence Test(3 Required),each $ 35 Laboratory Trial Batch:Cement,Concrete,Grout and Mortar Cost(per test) L450 All trial batch for cement,concrete,grout,mortar,etc $ by quote Brick Masonry Tests Cost(per test) M500 Modulus of Rupture:Flexural(5 Required Per ASTM},each $ 40 M501 Compression Strength(3 Required Per ASTM),each $ 40 M502 Absorption:5 Hour or 24 Hour(5 Required),each $ 40 M503 Absorption(Boil): 1,2,or 5 Hours(5 Required),each $ 70 M504 Initial Rate of Absorption(5 Required),each $ 30 M505 Efflorescence(5 Required),each $ 75 M506 Core:Compression,each $ 50 M507 Shear Test on Brick Core:2 Faces,each $ 70 Page 3 of 7 345 • VA r' Schedule of Fees Effective January 1,2017 AESCO Masonry Prisms Cost(per test) M508 Compression Test:Composite Masonry Prisms Up To 8"x 16" $ 180 M509 Compression Test:Composite Masonry Prisms Larger Than 8"x 16" $ 240 M510 Masonry:Cutting of Cubes or Prisms $ 60 Mortar and Grout Cost(per test) M511 Compression:2"x 4"Mortar Cylinders $ 35 M512 Compression:3"x 3"x 6"Grout Prisms,Includes Trimming $ 50 M513 Compression:2"Cubes(ASTM C109) $ 50 M514 Compression:Cores(ASTM C42) $ 50 M515 Mortar Expansion(ASTM C806) $ 275 Fireproofing Tests Cost(Der testi F550 Oven Dry Density $ 65 F551 Adhesion/Cohesions Testing,per hour,4 hour minimum $ 100 Gunite and Shotcrete Tests Cost(per testi C420 Core Compression Including Trimming(ASTM C42) $ 50 C421 Compression 6"x 12"Cylinders $ 25 C422 Compression:Cubes $ 30 Soils and Aggregate Tests Cost(per test) S600 Atterberg Limits/Plasticity Index(ASTM D4318) $ 120 5601 Chloride and Sulfate Content(CTM 417,CTM 422) $ 135 5602 Consolidation,Full Cycle(ASTM 2435,CTM 219) 5 245 S603 Cleanness Value: 1"x#4(CTM 227) 5 175 S604 Cleanness Value:2.5"x 1.5"or 1.5"x.75"(CTM 227) $ 275 S605 Corrosivity Series:Sulfate,CI,pH,Resistivity(CTM 643,417,and 422) $ 190 5606 Resistivity $ 100 5607 Direct Shear Test(ASTM D3080) $ 245 S608 Direct Shear Test,per point $ 95 5609 Direct Shear Test Sample Remolding(ASTM D3080) $ 35 5610 Durability Index Fine Aggregate $ 150 S611 Expansion Index(ASTM D4829,UBC 18-2) $ 145 5612 Durability Index:Coarse Aggregate $ 150 S613 Maximum Density:Methods A/B/C(ASTM D1557 or D698,CTM 216) $ 175 5614 Maximum Density:Check Point abrasion(ASTM D1557) $ 65 5615 Maximum Density:AASHTO C(Modified)(AASHTO T-180) $ 190 S616 Moisture Density Rock Correction $ 150 5617 Moisture Content(ASTM D2216,CTM 226) $ 20 5618 Density:Ring Sample(ASTM D2937) $ 25 S619 Density:Shelby Tube Sample(ASTM D2937) $ 35 Page 4 of 7 346 Schedule of Fees &a _'� tY � Effective January 1,2017 AIESCO S620 Organic Impurities(ASTM C40) $ 85 S621 Failing Head Permeability(ASTM D2434) $ 225 S622 R-Value:Soil(ASTM 2844) $ 285 S623 R-Value:Aggregate Base(ASTM D2844) $ 260 S624 Sand Equivalent(ASTM D2419,CTM 217) $ 110 5625 Soil Classification $ 25 S626 Sieve#200 Wash Only(ASTM D1140) $ 85 5627 Sieve with Hydrometer:Sand to Clay(ASTM D422) $ 260 S628 Sieve Analysis including Wash(ASTM C136) $ 150 5629 Sieve Analysis Without Wash $ 90 S630 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 202) $ 85 S631 Specific Gravity and Absorption:Fine(ASTM C128,CTM 207) $ 150 5632 Swell/Settlement Potential:One Dimensional(ASTM D4546) $ 155 5633 Unit Weight Coarse Aggregate $ 70 5634 Unit Weight Fine Aggregate $ 70 5635 Voids in Aggregate(ASTM C29) $ 80 5636 Unconfined Compression(ASTM D2166,CTM 221) $ 90 S637 LA Rattler $ 185 5638 pH of soil $ 25 5639 Pocket Penetration Test $ 10 Asphalt Concrete Tests Cost(per test) A650 Asphalt Core Density $ 40 A651 Extraction%AC by Ignition Oven(CTM 382) $ 145 A652 Gradation on Extracted Asph(ASTM 06507 and05444,CTM 202,and CTM 382) $ 100 A653 Moisture Content(CTM 370) $ 75 A654 Maximum Theoretical Specific Gravity(RICE)(ASTM D2041,CTM 309) $ 160 A655 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 206) $ 90 A656 Specific Gravity and Absorption:Fine(ASTM C128,CTM 207) $ 150 A657 Sieve Analysis(ASTM D5444 and C136) $ 85 A658 Sieve Analysis with Wash(ASTM 05444) $ 130 A659 Sand Equivalent(ASTM D2419) $ 125 A660 5 pt LTMD Bulk Specific Gravity(CTM 308,CTM 375) $ 275 A661 Flat and Elongated Particles(ASTM D4791) $ 195 A662 Fine Aggregate Angularity(AASHTO T304 A) $ 185 A663 Maximum Density HVEEM(ASTM D1560) $ 200 A664 Maximum Density Marshall(ASTM D1559 and 0561) $ 200 A665 Mix Stability(CTM 304) $ 200 Reinforcing Steel Cost(per test) R700 Bend Test:#11 or Smaller $ 55 R701 Bend Test:Larger Than#11 $ 85 Page 5 of 7 347 Schedule of Fees Effective January 1,2017 AESCO R702 Tensile Test: #11 or Smaller $ 75 R703 Tensile Test: #14 $ 105 R704 Tensile Test: #18 $ 170 R705 Slippage Test In Addition to Tensile Test(Per Caltrans 52-1.08C) $ 180 R706 Tensile Test: Mechanical Splice#11 and Smaller $ 110 R707 Tensile Test: Mechanical Splice#14 $ 160 R708 Tensile Test: Mechanical Splice#18 $ 195 R709 Tensile Test: Welded#11 and Smaller $ 75 R710 Tensile Test: Welded#14 $ 105 R711 Tensile Test: Welded#18 $ 170 R712 Sample Straightening for Bend or Tensile Test(if required) $ 50 R713 Testing Multi-Wire Steel Prestressing Strand $ 270 Metal Testing Cost(per test) R714 Hardness Test(Rockwell)and Brinnel(ASTM E18) $ 65 R715 Hardness Test of Nuts $ 75 R716 Hardness Test of Bolts $ 90 R717 Hardness Test of Washers $ 75 Concrete Coring Services Cost(per test) C423 Equipment Concrete(4 and 8 hour minimum),per hour $ 190 Individual Core Prices(all prices are for a four core minimum job): C424 Slab on Grade Coring for 2",3"and 4"Diameter(first 6"depth)each $ 60 C425 Slab on Grade Coring for 6"and 8"Diameter(first 6"depth)each $ 65 C426 Slab on Grade Concrete Core(price per inch after 6"depth) $ 5 C427 Wall Cores 2",3"and 4"(first 6"in depth)each $ 75 C428 Wall Concrete Core(price per inch after 6"in depth),per inch $ 5 (Wall core pries based on Contractor supplying access to area to be cored) Miscellaneous Concrete Coring Prices: C429 Patching Slab on Grade Cored Holes with 2500 psi Concrete Patch, each $ 10 C430 Thickness Determination per ASTM C42,each $ 10 C431 Compression Strength Determination 5 55 Asphalt Concrete Coring Services Cost(per test) Alternate Individual Core Prices(all prices are for a four core minimum job): A661 Asphaltic Concrete Cores 2",3"and 4"Diameter(First 6"in depth), each $ 60 A662 Asphaltic Concrete Cores 6"and 8"Diameter(First 6"in depth), each $ 60 A663 Asphaltic Concrete Cores price per inch after 6"in depth,each $ 5 Miscellaneous Asphaltic Coring Prices: A664 Patching of Core Drilled Holes Using Cold Patch Material,each $ 25 Page 6 of 7 348 Schedule of Fees Effective January 1,2017 AESCO A665 Thickness Determination per ASTM C42,each $ 25 A666 Specific Gravity for Determination of Percent Compaction per ASTM D 2726,each $ 35 A667 Specific Gravity for Determination of Percent Compaction by paraffin, each $ 55 Page 7 of 7 349 Luca as,letence Pr«sdvre•alanuar LXHU1IT 4-D ODE Conrad Good atdM.dalaat DBE Contract Coal ttattrial Testing Consultant City or Huntington Beath Various lmprosement Projects 'I. p Likely to be Tricking or. i P EC4hu'*ttl I OBE Work%actorSun y Work Category Code Number HNeom Atenatst Unit Price Total PeriomdbYMa sre ecde =3iirespr ;cew eitnerl Avaitabie CommentSub.cantr G or ncriba,c1 Dollar Amount (YYesj7 nviivad H avattsbp A@8c78) t , t S F reid Material Testing $ a„,CO?:, $180,009 00 N N SO On 2 1 LS Laboratory Material Testing $40,000.00 -$40,000.00 N _ N • $0 00; --- 3 1 LS Project Management and Data Review $26,000.00 $26,000.00 N N $0.00 4 ! 1 LS Glance! $4,000.00 $4,000.00 N N SO 00 TOTAL $250,000.00 TOTAL D8fl $0.00 WORK AMOUNT Work Code Category DBE Goal 0% Patte.2 of 2 Dr,tether 30,2011 350 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment EXHIBIT 10-01 CONSULTANT PROPOSAL DBE COMMITMENT 1.Local Agency: 2.Contract DBE Goal: 3.Project Description: 4.Project Location: 5.Consultant's Name: 6.Prime Certified DBE: O 7.Description of Work,Service,or Materials $.DBE % Supplied Certification 9.DBE Contact Information 10.DBE Number Local Agency to Complete this Section 17.Local Agency Contract Number. 11.TOTAL CLAIMED DBE PARTICIPATION 18.Federal-Aid Project Number: 19.Proposed Contract Execution Date: Local Agency certifies that all DBE certifications are valid and information on IMPORTANT:Identify all DBE firms being claimed for credit, this form is complete and accurate. regardless of tier.Written confirmation of each listed DBE is required. 20.Local Agency Representative's Signature 21.Date 12.Preparer's Signature 13.Date 22.Local Agency Representative's Name 23.Phone 14.Preparer's Name 15.Phone 24.Local Agency Representative's Title 16.Preparer's Title DISTRIBUTION: Original—Included with consultant's proposal to local agency. ADA Notice: For individuals with sensory disabilities,this document is available in alternate formats. For information call(916)654-6410 or TDD(916)654- 3880 or write Records and Forms Management,1120 N Street,MS-89,Sacramento,CA 95814_ Page 1 of 2 July 23,2015 351 Local Assistance Procedures Manual Exhibit 10-01 Consultant Proposal DBE Commitment INSTRUCTIONS—CONSULTANT PROPOSAL DBE COMMITMENT CONSULTANT SECTION 1.Local Agency-Enter the name of the local or regional agency that is funding the contract. 2.Contract DBE Goal-Enter the contract DBE goal percentage as it appears on the project advertisement. 3.Project Description-Enter the project description as it appears on the project advertisement(Bridge Rehab, Seismic Rehab,Overlay,Widening,etc.). 4.Project Location-Enter the project location as it appears on the project advertisement. 5. Consultant's Name-Enter the consultant's firm name. 6.Prime Certified DBE-Check box if prime contractor is a certified DBE. 7.Description of Work,Services,or Materials Supplied-Enter description of work, services,or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime consultant's own forces, if the prime is a DBE. If 100%of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 8.DBE Certification Number-Enter the DBE's Certification Identification Number.All DBEs must be certified on the date bids are opened. 9.DBE Contact Information -Enter the name,address,and phone number of all DBE subcontracted consultants. Also,enter the prime consultant's name and phone number, if the prime is a DBE. 10. DBE % - Percent participation of work to be performed or service provided by a DBE.Include the prime consultant if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 11.Total Claimed DBE Participation % -Enter the total DBE participation claimed.if the total %claimed is less than item "Contract DBE Goal,"an adequately documented Good Faith Effort(GFE)is required(see Exhibit 15-H DBE Information-Good Faith Efforts of the LAPM). 12.Preparer's Signature-The person completing the DBE commitment form on behalf of the consultant's firm must sign their name. 13.Date-Enter the date the DBE commitment form is signed by the consultant's preparer. 14.Preparer's Name- Enter the name of the person preparing and signing the consultant's DBE commitment form. 15.Phone-Enter the area code and phone number of the person signing the consultant's DBE commitment form. 16.Preparer's Title-Enter the position/title of the person signing the consultant's DBE commitment form. LOCAL AGENCY SECTION 17.Local Agency Contract Number- Enter the Local Agency contract number or identifier. 18.Federal-Aid Project Number- Enter the Federal-Aid Project Number. 19.Proposed Contract Execution Date-Enter the proposed contract execution date. 20.Local Agency Representative's Signature-The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Consultant Section of this form is complete and accurate. 21.Date-Enter the date the DBE commitment form is signed by the Local Agency Representative. 22.Local Agency Representative's Name-Enter the name of the Local Agency Representative certifying the consultant's DBE commitment form. 23.Phone- Enter the area code and phone number of the person signing the consultant's DBE commitment form. 24. Local Agency Representative Title-Enter the position/title of the Local Agency Representative certifying the consultant's DBE commitment form. Page 2 of 2 July 23,2015 352 ` 7. 2000 Main Street, Huntington Beach,CA92648 y � City of Huntington Beach APPROVED 7-0 GFcouNr °�� File #: 24-890 MEETING DATE: 2/4/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, Acting City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: David E. Fait, Construction Manager Subject: Approve and authorize execution of Amendment No. 1 to the Professional Service Agreements with AESCO Inc. and Dudek for On-Call Construction Management and Engineering Services Statement of Issue: The City utilizes on-call professional material inspection, construction management, and engineering service agreements with AESCO, Inc. and Dudek to support the City's Capital Improvement Program (CIP). To maintain existing pricing and services, staff is requesting to extend these contracts by one year with an increase of contract amount for AESCO by $250,000 and Dudek by $300,000. This extension and contract increase will allow for continuity and ensure projects remain within the existing budgeted amount. Financial Impact: The City contracts with AESCO and Dudek for construction and engineering services required for capital improvement program (CIP) projects. Each approved CIP project has a budget containing sufficient funds for needed supplemental engineering professional services. Public Works staff estimates that AESCO material testing services needed for the proposed contract duration will total $250,000 beyond the current limit, bringing the total contract amount to $850,000. Construction management costs with Dudek is estimated to total $300,000 beyond the current limit, bringing the total contract amount to $2,300,000. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute "Amendment No. 1 to Agreement between the City of Huntington Beach and AESCO for On-Call Material Inspections and Engineering Services", to extend the term by one year and increase the contract amount by $250,000; and, B) Approve and authorize the Mayor and City Clerk to execute "Amendment No. 1 to Agreement City of Huntington Beach Page 1 of 2 Printed on 1/29/2025 4�>, Zf� powered by LegistarT" 97 File #: 24-890 MEETING DATE: 2/4/2025 between the City of Huntington Beach and Dudek for On-Call Construction Management and Engineering Services", to extend the term by one year and increase the contract amount by $300,000 Alternative Action(s): Do not approve, and direct staff accordingly. Analysis: The City currently utilizes on-call consultants to assist in delivering Capital Improvement Projects (CIP). These services are critical in managing the City's ambitious capital improvement projects, while ensuring efficient use of budget and maintaining project timelines. Dudek is providing construction management and inspection for the federally funded Heil Pump Station project and other specialty citywide inspections required to ensure ongoing street and A.D.A. compliance. Raising the contract amount by an additional $300,000 will allow Dudek to continue providing these vital services. AESCO is providing the materials inspection for the federally funded Admiralty Bridge project and design support services for the Bluff Top Slope repair. Raising the contract amount by an additional $250,000 will allow AESCO to continue providing these vital services. A new competitive RFP will be issued for On-Call Construction Management and Materials Testing within six months. The recommended contract adjustment aligns with the City's commitment to efficient budget management, high-quality project execution, and timely delivery of essential public infrastructure improvements. Environmental Status: This action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. Strategic Plan Goal: Not Applicable - Administrative Item Attachment(s): 1. Amendment No. 1 Professional Services Contract (AESCOZ 2. Professional Services Contract between the City of Huntington Beach and AESCO for On-Call Material Testing and Engineering Services .* 3. Amendment No. 1 Professional Services Contract (Dudek) 4. Professional Services Contract between the City of Huntington Beach and Dudek for On-Call Construction Management and Engineering Services 5. PowerPoint Presentation City of Huntington Beach Page 2 of 2 Printed on 1/29/2025 powered by Legistarr'" AMENDMENT NO. 1 TO PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND - AESCO, INC. FOR ON CALL MATERIAL TESTING AND ENGINEERING SERVICES THIS AMENDMENT is made and entered into by and between the CITY OF HUNTINGTON BEACH, a California municipal corporation, hereinafter referred to as "City," and AESCO, INC., hereinafter referred to as "Consultant." WHEREAS, City and Consultant are parties to that certain agreement, dated December 21, 2021, entitled"Professional Services Contract Between the City of Huntington Beach and AESCO, Inc., for On Call Material Testing and Engineering Services"which agreement shall hereinafter be referred to as the "Original Agreement"; and City and Consultant wish to amend the Original Agreement to increase the amount of compensation to be paid to Consultant and to extend the term. NOW, THEREFORE, it is agreed by City and Consultant as follows: 1. ADDITIONAL COMPENSATION In consideration of the services to be performed under the Original Agreement, City agrees to pay Consultant at the rates specified in Exhibit B which is attached hereto and incorporated by reference into this Agreement. City further agrees to pay Consultant an additional sum not to exceed Two Hundred Fifty Thousand Dollars ($250,000.00). The additional sum shall be added to the original sum of Six Hundred Thousand Dollars ($600,000.00), for a new contract amount not to exceed Eight Hundred Fifty Thousand Dollars ($850,000.00). 24-15578/361666 1 2. TERM The term of the Agreement is extended for one additional year until December 20, 2025. 3. REAFFIRMATION Except as specifically modified herein, all other terms and conditions for the Original Agreement shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on t -(A96U A 14 , AESCO, INC. CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California By: print name ITS: (circle one)Chairman/President/Vice President May r AND rhie Ci Clerk �//3/ By: INITIATED PP 0 ED: print name ITS: (circle one) Secretary/Chief Financial Officer/Asst. Secretary-Treasurer Direc of Pu is Works APPROVED AS ORM: rc ity ttorney COUNTERPART 24-15578/361666 2 2. TERM The term of the Agreement is extended for one additional year until December 20,2025. 3. REAFFIRMATION Except as specifically modified herein,all other terms and conditions for the Original Agreement shall remain in full force and effect. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their authorized officers on V.- 19,1 i,/n v✓,._.4111 , .20Z5 AESCO,INC. CITY OF HUNrINGTON BEACH,a municipal corporation of the State of California By: Kay Alabed, President print name ITS: (circle one)Chairman/President/Vice President Mayor AND City Clerk BY: Adam Chamaa, VP/Chief Finanacial INITIATEDA'ID' ,JAPP15.0yED: print name / ITS: (circle one)Secretary/Chief Financial ��/ � Officer/Asst.Secretary-Treasurer • Direciarthublic Works APPROVED AS TO FORM: 10" City Attorney COUNTERPART 24-15578/361666 2 - POLICY NUMBER:..154BG03392-03 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations The City of Huntington Beach, its Officers, Elected or Appointed Officials, Employees,Agents&Volunteers 2000 Main Street Huntington Beach ; CA 92648 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodilyinjury" or damage" or "personal and advertising injury" "property damage"occurring after: pp y caused, in whole or in part, by: 1. All work,including materials,parts or equipment 1. Your acts or omissions;or furnished in connection with such work, on the 2. The acts or omissions of those acting on your project (other than service, maintenance or behalf; repairs) to be performed by or on behalf of the in the performance of your ongoing operations for additional insured(s) at the location of the the additional, insured(s) at the location(s) covered operations has been completed;or designated above. 2. That portion of "your work" out of which the However injury or damage arises has been put to its intended use by any person or organization 1. The insurance afforded to such additional other than another contractor or subcontractor insured only applies to the extent permitted by engaged in performing operations for a principal law;and as a part of the same project. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2010 1219 ©Insurance Services Office, Inc.,2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section Ill- Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the applicable required by a contract or agreement, the most we limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or • Page 2 of 2 ©Insurance Services Office, Inc.,2018 CG 20 10 12 19 , h 4k..4 Al DATE(MMIDD(YYYY) CERTIFICATE OF LIABILITY INSURANCE 12/17/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: LAURIE BRENNAN HAUCK PA/HEn F (714) 965-4701 I(AJCFAX Nol: 7026296701 ( CDNN 11 516 River Hwy Ste D #261 E-MAIL brenco@aol.com Mooresville, NC 28117 ADDRESS: 0C98533 INSURER(SI AFFORDING COVERAGE NAICB INSURER A' Burlington Insurance Company_ INSURED Aesco, Inc. INSURER B: State National Ins Co 17782 Georgetown Lane INSURERC Houston Casualty Company Huntington Beach, Ca 92647 INSURER D:Employers Preferred Ins. (714)375-3830 INSURER E: Burlington Insurance Company INSURER F' COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAYHAVE BEEN REDUCED BYPAID CLAIMS. 1NSR AUUL SUER POI ICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD /WD POLICY NUMBER (AIM/DDIVYYYI /AiM/DD(YYYY] LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $2,000,000. DAMAGE IED CLAIMS-MADE r OCCUR PRE M SESO(EaE i-- NI occurrence) S 100,000- MED EXP(Anyone person) S 5000 A X Y 154BG03392-04 6/24/2024 6/24/2025 PERSONAL BADV INJURY $2,000,000. GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000. POLICY El JECT El LOC PRODUCTS•COMP/OP PLOP AGO 52,000,000. OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,00 0,00 0. _ (Fa accidentl X ANYAUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED SPP1813320-01 7/7/2024 7/7/2025 B — AUTOS — AUTOS X Y BODILY INJURY(Per accident) S X HIRED AUTOS }{ NON-OWNED PROPERTY DAMAGE S AUTOS (Per accident) _ X S UMBRELLA LIAR OCCUR EACH OCCURRENCE S 2,000,000 E X EXCESS LIAB ~— CLAIMS-MADE X YEX202400003636 6/24/2024 6/24/2025 AGGREGATE S 2,000,000 DFD I J RETENTIONS r $ WORKERS COMPENSATION X I STATUTE I 1 OTH 1 EAND EMPLOYERS'LIABILITY 1 QQQ QQQ ANY PROPRIF i()RIPARTN F.RIF XFCIITIVF EIG5225319-01 4/11/2024 4/11/2025 E.L.EACH ACCIDENT $ / / D OFFICER/MEMBER EXCLUDED? N/A Y 1 000000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S / , I(yes,describe under 1 OQO 000 DESCRIPTION OF OPERATIONS beht+ F I,DISEASE-POI ICY I IMIT S / / C Professional Liab. HCC 24 25724 7/9/20247/9/2025 $2,000,000. Claim/Aggre DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORO 101,Additional Remarks Schedulo,may he attached if more space is required) Certificate holder is named as an additional insured. APPROVED AS TO FORM 1 By' -- MICHAEL E. GATES CITY ATTORNEY CITY Of HUPJTINCTON BEACH CERTIFICATE HOLDER CANCELLATION City of Huntington Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Department of Public Works THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach, Ca 92648 � AUTH g 'FPRESENTATIVF l VIII ©1988- 13 ACORD CORPORATION. All rights reserved. ACORD 25(2013/04) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 154BG03392-03 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations The City of Huntington Beach, its Officers,Elected or Appointed Officials, Employees,Agents&Volunteers 2000 Main Street Huntington Beach , CA 92648 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodilyinjury" or damage" or "personal and advertising injury" caused, in whole or in part, by: "property damage" pp y occurring after: 1. Your acts or omissions;or 1. All work,including materials,parts or equipment furnished in connection with such work, on the 2. The acts or omissions of those acting on your project (other than service, maintenance or behalf; repairs) to be performed by or on behalf of the in the performance of your ongoing operations for additional insured(s) at the location of the the additional insured(s) at the location(s) covered operations has been completed;or designated above. 2. That portion of "your work" out of which the However: injury or damage arises has been put to its intended use by any person or organization 1. The insurance afforded to such additional other than another contractor or subcontractor insured only applies to the extent permitted by engaged in performing operations for a principal law;and as a part of the same project. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 1012.19 ©Insurance Services Office, Inc.,2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section HI—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the applicable required by a contract or agreement, the most we limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or Page 2 of 2 ©Insurance Services Office, Inc.,2018 CG 20 10 12 19 POLICY NUMBER: 154BG03392-03 COMMERCIAL GENERAL LIABILITY CG20371219. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under'the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) , Location And Description Of Completed Operations The City of Huntington Beach, its Officers,Elected or Any and all of your completed operations. Appointed Officials, Employees,Agents&Volunteers 2000 Main Street Huntington Beach , CA 92648 Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for"bodily injury"or"property If coverage provided to the additional insured is damage"caused,in whole or in part,by"your work" required by a contract or agreement, the most we at the location designated and described in the will pay on behalf of the additional insured is the Schedule of this endorsement performed for that amount of insurance: additional insured and included in the "products- completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted by whichever is less. law;and This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 3712 19 ©Insurance Services Office, Inc.,2018 Page 1 of 1 POLICY NUMBER: 154BG03392-03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - OTHER INSURANCE (PRIMARY AND NONCONTRIBUTORY COVERAGE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Schedule of Additional Insured(s): Any person or organization named in an Additional Insured endorsement attached to this policy with whom you have agreed, in a written contract,that such person or organization should be provided primary and non- contributory coverage, but only when such written contract is fully executed prior to an`occurrence"in which coverage is sought under this policy. A. Paragraph C. of this endorsement replaces However,this endorsement: paragraph 4. Other Insurance of. Section IV- 1. Applies only when you are required by contract, Commercial General Liability Conditions, but agreement or permit to provide primary and only with respect to the insurance afforded to the non-contributory coverage for the additional additional insured(s)scheduled above. insured, provided such written contract, B. Paragraph C. of this endorsement replaces agreement or permit is fully executed prior to an paragraph 4. Other Insurance of Section IV- "occurrence"in which coverage is sought under Products-Completed Operations Liability this policy,and Conditions, but only with respect to the insurance 2. Does not apply to any claim,loss or liability due afforded to the additional insured(s) scheduled to the sole negligence of the additional insured. above. C. Other Insurance Notwithstandin other valid and collectible All otherterms and conditions of this Policy remain unchanged. insurance available to the insured for a loss we cover under the applicable Coverage Part to which this endorsement is modifying, this insurance is primary and non-contributory. IFG-G-0094 03 17 Includes copyrighted material of Page 1 of 1 ISO Properties,Inc.,with Its permission. POLICY NUMBER 1546G03392-04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT ® OTHER INSURANCE (PRIMARY AND NON-CONTRIBUTORY COVERAGE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Schedule of Additional Insured(s): Any person or organization named in an Additional Insured endorsement attached to this policy with whom you have agreed, in a written contract,that such person or organization should be provided primary and non- contributory coverage, but only when such written contract is fully executed prior to an"occurrence"in which coverage is sought under this policy. A. Paragraph C. of this endorsement replaces However,this endorsement: paragraph 4. Other Insurance of Section IV- 1. Applies only when you are required by contract, Commercial General Liability Conditions, but agreement or permit to provide primary and only with respect to the insurance afforded to the non-contributory coverage for the additional additional insured(s)scheduled above. insured, provided such written contract, B. Paragraph C. of this endorsement replaces agreement or permit is fully executed prior to an paragraph 4. Other Insurance of Section IV- "occurrence"in which coverage is sought under Products-Completed Operations Liability this policy, and Conditions, but only with respect to the insurance 2. Does not apply to any claim, loss or liability due afforded to the additional insured(s) scheduled to the sole negligence of the additional insured. above. C. Other Insurance Notwithstandingother valid and collectible All other terms and conditions of this Policy remain unchanged. insurance available to the insured for a loss we cover under the applicable Coverage Part to which this endorsement is modifying, this insurance is primary and non-contributory. IFG-G-0094 03 17 Includes copyrighted material of Page 1 of 1 ISO Properties, Inc.,with its permission. POLICY NUMBER: 154BG03392-04 COMMERCIAL GENERAL LIABILITY CG 20 37 1219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any owner,lessee or contractor with whom you have Any and all of your completed operations. agreed,in a written contract,that such person or • organization should be added as an additional insured on your policy, provided such written contract is fully executed prior to an"occurrence"in which coverage is sought under this policy. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for"bodily injury"or"property If coverage provided to the additional insured is damage caused,in whole or in part,by"your work" required by a contract or agreement, the most we at the location designated and described in the . will pay on behalf of the additional insured is the Schedule of this endorsement performed for that amount of insurance: additional insured and included in the "products- completed operations hazard". . 1. Required by the contract or agreement;or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is limits of insurance. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 12 19 ©Insurance Services Office, Inc.,2018 Page 1 of 1 POLICY NUMBER: 154BG03392-04 • COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) • This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s)Or Organization(s): Any person or organization with whom you have agreed, in a written contract to waive the transfer of rights of recovery against others to us, provided such written waiver is fully executed prior to an"occurrence"in which coverage is sought under this policy. Information required to complete this Schedule, if not shown above,will be shown in the.Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV-Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part.Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s)shown in the Schedule above. CG 24 0412 19 ©Insurance Services Office, Inc.,2018 Page 1 of 1 POLICY NUMBER 154BG03392-04 COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury", "property damage" or "personal added as an additional insured on your policy.Such and advertising injury" arising out of the person or organization is an additional insured only rendering of, or the failure to render, any with respect to liability for"bodily injury", "property professional, architectural, engineering or damage" or "personal and advertising injury" surveying services,including: caused, in whole or in part,by: a. The preparing, approving, or failing to 1. Your acts or omissions;or prepare or approve, maps, shop drawings, on your opinions, reports, surveys, field orders, 2. The acts or omissions of those acting change orders or drawings and behalf; specifications;or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. However,the insurance afforded to such additional This exclusion applies even if the claims against insured: any insured allege negligence or other 1. Only applies to the extent permitted by law; and wrongdoing in the supervision, hiring, 2. Will not be broader than that which you are employment,training or monitoring of others by required by the contract or agreement to provide that insured, if the "occurrence" which caused for such additional insured. the "bodily injury"or"property damage", or the offense which caused the "personal and A person's or organization's status as an additional . advertising injury", involved the rendering of or insured under this endorsement ends when your the failure to render any professional operations for that additional insured are architectural,engineering or surveying services. completed. CG 20 33 1219' ©Insurance Services Office, Inc.,2018 Page 1 of 2 2. "Bodily injury" or "property damage" occurring C. With respect to the insurance afforded to these after: additional insureds, the following is added to a. All work, including materials, parts or Section III—Limits Of Insurance: equipment furnished in connection with such The most we will pay on behalf of the additional work, on the project (other than service, insured is the amount of insurance: maintenance or repairs)to be performed by 1. Required by the contract or agreement you have or on behalf of the additional insured(s) at entered into with the additional insured;or the location of the covered operations has been completed;or 2. Available under the applicable limits of b. That portion of"your work" out of which the insurance; injury or damage arises has been put to its whichever is less. intended use by any person or organization This endorsement shall not increase the applicable other than another contractor or limits of insurance. subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 2 ©Insurance Services Office, Inc., 2018 CG 20 3312 19 POLICY NUMBER: SPP1813320 01 COMMERCIAL AUTO CA990187 0715 This Endorsement Changes The Policy. Please Read It Carefully BUSINESS AUTO COVERAGE EXPANSION ENDORSEMENT This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the COVERAGE FORM apply unless modified by the endorsement. A. Newly Acquired or Formed e. An"employee"of yours is an"insured" Organizations, Employee Hired Car while operating an"auto"hired or rented Liability and Blanket Additional Insured under a contract or agreement in that Status for Certain Entities. "employee's"name,with your Item 1.Who Is an Insured of Paragraph A. permission,while performing duties Coverage under SECTION II—COVERED related to the conduct of your business. AUTOS LIABILITY COVERAGE is f. Any person or organization you are amended to add: required by written contract or d. Any organization you newly acquire or agreement to name as an additional form,other than a partnership,joint "insured", but only with respect to venture or limited liability company, and liability created in whole or in part by over which you maintain ownership of a such agreement. majority interest(greater than 50%),will B. Increase Of Loss Earnings Payment qualify as a Named Insured; however, Subpart(4)of a.Supplementary Payments (1) coverage under this provision is of Item 2.Coverage Extensions of afforded only until the 1801h day Paragraph A.Coverage under SECTION II after you acquire or form the —COVERED AUTOS LIABILITY organization or the end of the policy COVERAGE is amended to read: period,whichever is earlier; (4) We will pay reasonable expenses (2) coverage does not apply to"bodily incurred by the"insured"at our injury", "property damage"or request, including actual loss of "covered pollution cost or expense" earnings up to$1,000 per day that results from an"accident"which because of time off from work. occurred before you acquired or C. Fellow Employee Injured By Covered formed the organization; and Auto You Own Or Hire (3) coverage does not apply if there.is Item 5. Fellow Employee of Paragraph B. other similar insurance available to Exclusions under SECTION II—COVERED that organization, or if similar AUTOS LIABILITY COVERAGE is insurance would have been amended to add: available but for its termination or the exhaustion of its limits of This exclusion does not apply if the"bodily insurance. injury" results from the use.of a covered This does not apply if "auto"you own or hire. Such coverage as Tovers a insuranceod newlyacquired or is afforded by this provision is excess over g q any other collectible insurance. formed organization is excluded either by the provisions of this coverage form or by endorsement. CA990187 0715 Includes Copyrighted Material of Insurance Services Offices, Inc. Page 1 of 5 Used with permission • D. Limited Automatic Towing Coverage G. "Personal Effects"Coverage Item 2.Towing,of Paragraph A.Coverage, Item 4.Coverage Extensions of Paragraph under SECTION III—PHYSICAL DAMAGE A. Coverage, under SECTION III- COVERAGE is amended to read: PHYSICAL DAMAGE COVERAGE, is 2. Towing amended to add: We will pay for towing and labor costs "Personal Effects"Coverage each time that a covered"auto"is We will pay actual cash value for"loss"to disabled. All labor must be performed at "personal effects"of the"insured"while in the place of disablement of the covered a covered "auto"subject to a maximum "auto" limit of$2,500 per"loss",for that covered "auto"caused by the same"accident". No a. The limit for towing and labor for deductible will apply to this coverage. each disablement is$500; H. "Downtime Loss" Coverage b. No deductible applies to this cover- age. Item 4.Coverage Extensions, of Paragraph A. Coverage, under SECTION E. Item 3.Glass Breakage—Hitting A Bird III. PHYSICAL DAMAGE COVERAGE, is Or Animal—Falling Objects or Missiles of amended to add: Paragraph A.Coverage under SECTION III —PHYSICAL DAMAGE COVERAGE, is "Downtime Loss" Coverage amended to add: We will pay any resulting"downtime loss" Glass Repair Coverage expenses you sustain as a result of a We will waive the Comprehensive covered physical damage"loss"to a p covered auto' up to a maximum of$100 deductible for Glass, if one is indicated on per day,for a maximum of 30 days for the your covered"auto",for glass repairs. We same physical damage"loss", subject to will repair at no cost to you, any glass that the following conditions: can be repaired without replacement, provided the"loss"arises from a covered a. We will provide"downtime loss"beginning Comprehensive"loss"to your"auto". on the 5 day after we have given you Expense our agreement to pay for repairs to a F. Increase Of Transportation p covered"auto"and you have given the Coverage repair facility your authorization to make Subpart a.Transportation Expenses of repairs; Item 4.Coverage Extensions of Paragraph b. Coverage for"downtime loss"expenses A.Coverage under SECTION Ill— will end when any of the following occur: PHYSICAL DAMAGE COVERAGE is amended to read: (1) You have a spare or reserve"auto" available to you to continue your a. Transportation Expenses operations. We will pay up to$50 per day to a (2) You purchase a replacement"auto". maximum of$1,000 for temporary transportation expense incurred by you (3) Repairs to your covered"auto"have because of the total theft of a covered been completed by the repair facility "auto"of the private passenger type. and they determine the covered We will pay only for those covered "auto"is road-worthy. "autos"for which you carry either (4) You reach the 30 day maximum Comprehensive or Specified Causes of coverage. Loss Coverage or Theft Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration,when the covered"auto"is returned to use or we pay for its"loss", CA990187 0715 Includes Copyrighted Material of Insurance Services Offices, Inc. Page 2 of 5 Used with permission I. Item 4.Coverage Extensions,of d. Contraband or property in the course Paragraph A.Coverage,under SECTION of illegal transportation or trade. III.PHYSICAL DAMAGE COVERAGE, is e. "Loss"caused by theft, unless there is amended to add: evidence of forced entry into the We will pay any resulting rental covered"auto"and a police report is reimbursement expenses incurred by you for filed. a rental of an"auto"because of"loss"to a K. Accidental Airbag Discharge Coverage covered"auto"up to a maximum of$100 per day,for a maximum of 30 days for the same Item 3.a.'of Paragraph B. Exclusions under physical damage"loss",subject to the SECTION III—PHYSICAL DAMAGE following conditions: COVERAGE is amended to read: a. We will provide rental reimbursement a. Wear and tear,freezing, mechanical incurred during the policy period or electrical breakdown.The beginning 24 hours after the"loss"and exclusion relating to mechanical ending, regardless of the policy break-down does not apply to the expiration,with the number of days accidental discharge of an air bag. reasonably required to repair or replace L. Loan or Lease Gap Coverage the covered"auto". .Ifthe"loss"is Paragraph C. Limit Of Insurance under caused by theft,this number of days is SECTION III—PHYSICAL DAMAGE the number of days it takes to locate the COVERAGE is amended to add: covered"auto"and return it to you or the number of days it takes for the claim to If a covered "auto"is owned or leased and be settled,whichever comes first. if we provide Physical Damage Coverage Our payment is to necessary and on it,we will pay,,in the event of a covered b. actual expenses limitedinc total"loss",any unpaid amount due on the lease or loan for a covered"auto", less: c, This coverage does not apply while a. The amount paid under.the Physical there are spare or reserve"autos" Damage Coverage Section of the available to you for your operations. policy;and d. If a"loss"results from the total theft of a b. Any: covered"auto"of the private passenger type,we will pay under this coverage (1) Overdue lease or loan only that amount of your rental payments including penalties, reimbursement expenses which is not interest or other charges already provided for under the Physical resulting from overdue Damage Coverage Extension. payments at the time of the J. "Personal Effects" Exclusion "loss"; Paragraph B.Exclusions under SECTION (2) Financial penalties imposed abnor a lease for excessive use, III-PHYSICAL DAMAGE COVERAGE, is abnormal wear and tear or high amended to add: mileage; "Personal Effects" Exclusion (3) Costs for extended warranties, We will not pay for"loss"to"personal Credit Life Insurance, Health, effects"of any of the following: Accident or Disability Insurance a. Accounts,bills, currency,deeds, purchased with the loan or evidence of debt, money, notes, lease; securities or commercial paper or (4) Security deposits not refunded other documents of value. by the lessor;and b. Bullion,gold,silver, platinum,or other (5) Carry-over balances from precious alloys or metals;furs or fur previous loans or leases garments;jewelry;watches;precious or semi-precious stones. c. Paintings,statuary and other works of art. i - CA990187 0715 Includes Copyrighted Material of Insurance Services Offices, Inc. Page 3 of 5 Used with permission • M. Aggregate Deductible (3) An"executive officer"or director, if Paragraph D.Deductible under SECTION you are a corporation, III—PHYSICAL DAMAGE COVERAGE is (4) A manager or member, if you are a amended to add: limited liability company; Regardless of the number of covered (5) Your insurance manager;or "autos"involved in the same"loss",only (6) Your legal representative. one deductible will apply to that"loss". If the deductible amounts vary by"autos", P. Waiver Of Subrogation For Auto Liability then only the highestapplicable deductible Losses Assumed Under insured Contract will apply to that"loss". Item 5.Transfer Of Rights Of Recovery N. Diminishing Deductible Against Others To Us of Paragraph A. Loss Conditions under SECTION IV— Paragraph D.Deductible under SECTION BUSINESS AUTO CONDITIONS is III—PHYSICAL DAMAGE COVERAGE is amended to read: amended to add: Any deductible will be reduced by the 5. Transfer of Rights of Recovery percentage indicated below on the first Against Others To Us "loss"reported during the corresponding If any person or organization to or for policy period: whom we make payments under this Coverage Form has rights to recover damages from another,those rights are Loss Free Policy Periods Deductible transferred to us. That person or With the Expansion Reduction on the organization must do everything Endorsement first"loss" necessary to secure our rights and must t 0% - do nothing after an"accident"or"loss" 2 25% to impair them. However, if the insured has waived those rights to recover 3 - 50% through a written contract,we will waive 4 75% any right to recovery we may have 5 100% under this Coverage Form. If we pay a Physical Damage"loss"during Q. Insurance is Primary and the policy period under any BUSINESS Noncontributory AUTO COVERAGE FORM you have with Subpart a.of Item 5.Other Insurance of us,your deductible stated in the . Paragraph B._General Conditions under Declarations page of each such SECTION IV—BUSINESS AUTO COVERAGE FORM will not be reduced on CONDITIONS is amended to read: any subsequent claims during the remainder of your policy period and your deductible a. This insurance is primary and reduction will revert back to 0%for each noncontributory, as respects any other such COVERAGE FORM if coverage is insurance, if required in a written renewed. contract with you. O. Knowledge of Loss and Notice To Us R. Other Insurance—Hired Auto Physical Damage Subsection a.of Item 2.Duties In the Event Subpart b.of Item 5..Other Insurance of of Accident,Claim, Suit or Loss of Paragraph B. General Conditions under Paragraph A. Loss Conditions under SECTION IV-BUSINESS AUTO SECTION IV--BUSINESS AUTO CONDITIONS is amended to read: CONDITIONS is amended to add: However, prompt notice of the"accident", b. For Hired Auto Physical Damage claim, "suit"or"loss"to us or our Coverage, the following are deemed authorized representative only applies to be covered autos you own: after the"accident", claim, "suit"or"loss"is (1) Any covered"auto"you lease, known to: hire, rent or borrow; and (1) You, if you are an individual; (2) A partner,if you are a partnership; CA990187 0715 Includes Copyrighted Material of Insurance Services Offices, Inc. Page 4 of 5 Used with permission (2) Any covered"auto"hired or rented by your "employee"under a contract in that individual "employee's"name,with your permission,while performing duties related to the conduct of your business. However,any"auto"that is leased, hired, rented or borrowed with a driver is not a covered"auto". S. Unintentional Failure To Disclose Hazards Paragraph B.General Conditions under SECTION IV—BUSINESS AUTO CONDI- TIONS is amended to add: 9. Your failure to disclose all hazards • existing as of the inception date of this policy shall not prejudice the coverage afforded by this policy, provided that such failure to disclose all hazards is not intentional. However,you must report such previously undisclosed hazards to us as soon as practicable after its discovery. T. Additional Definition SECTION V—DEFINITIONS is amended to add: "Personal effects"means personal property owned by the"insured". "Downtime loss"means actual loss of "business income"for the period of time that a covered"auto": 1. Is out of service for repair or replacement as a result of a covered physical damage"loss"and 2. Is in the custody of a repair facility if not a total"loss". "Business Income"means: 1. Net Income(Net Profit or Loss before income taxes)that would have been earned or incurred; and 2. Continuing normal operating expenses incurred, including payroll. In this endorsement, Headings and Titles are inserted solely for the convenience and ease of reference. They do not affect the coverage provided by this endorsement, nor do they constitute any part of the terms and conditions of this endorsement. All other policy wording not specifically changed, modified, or replaced by this, endorsement wording remains in effect. CA990187 0715 Includes Copyrighted Material of Insurance Services Offices, Inc. Page 5 of 5 Used with permission WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 %of the California workers'compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description With respect to all employees subject to the workers' compensation laws of the state of California, any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. This policy Is subject to a minimum charge of$250 for the issuance of waivers of subrogation This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement Is issued subsequent to preparation of the policy.) This endorsement, effective 04/11/2024 at 12:01 AM standard time,forms a part of Policy No. EIG 5225319 01 Of the EMPLOYERS PREFERRED INS.CO. Carrier Code 00920 Issued to AESCO INC Endorsement No. Premium $12,459 Countersigned at on By: Authorized Representative WC 04 03 06 (Ed.4-84) ©1998 by the Workers'Compensation Insurance Rating Bureau of California.All rights reserved. �,0'o t 109GT..... CITY OF F=o HUNTINGTON BEACH wlo—trAo _F�UUNTY,,,, Lisa Lane Barnes I City Clerk January 7, 2025 AESCO, Inc. Attn: Kay Alabed 17782 Georgetown.Lane Huntington Beach, CA 92647 Dear Ms. Alabed: Attached for your records is a fully executed copy of Amendment No. 1 to Professional Services Contract between the City of Huntington Beach and AESCO, Inc., for On Call Construction Management and Engineering Services, approved by the Huntington Beach City Council on February 4, 2025. Sincerely, /14411,i4te,*AK Lisa Lane Barnes City Clerk RE:ds. t Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648_ I www.huntingtonbeachca.gov • . ••• ' • - • : : • : : • :: :.• .• . .....„ 0 7*- , . • , . . . . . . . , . . .. . ..-,�..��, .,�4. ...,,,,,, ProfessIonal -- -- -, . ....- ...: ttik?at.14 .-:.',4'_:.'4%.. , . ..." , ,. e iv I c e Agreement Amendments ter- . AESCO Inc. and Dudek .. _- ... - = :� 0 ",,� February 4 2025 e -...„,ik...e.:ii,'!' ..,,4.... ..9PtE:•••,141-4,...•• :-• \ <kb . 0 '. • 0 ... .,.11,ob wil , . . .. 0 UN.. ......,....:.... . c...„.. ..... ..'il• 333 BAC KG RO U N • AESCO Inc. provides on-call. materials inspections and engineering services for vital City infrastructure projects • Dudek provides construction management and inspection services • Current professional service agreement requires more funding and a 1 -year time extension ®® '0a 610* 334 SCHED ULE • As of December 21 , 2024: • Both AESCO and DUDEK's contracts require an amendment • Multiple projects active in construction • Heil Pump Station Replacement • Admiralty St. Bridge Maintenance • II'\VT1Nt1I` AESCO and DUDEK currently providing services vit. a 4 *-410° 4 • to project completion tee. e .1e6eiF �gbeT r� OQU...t. ° O, 335 NEEDS/VVHY/BENEFITS • Original contract funding committed to current projects • City staff estimates increase in funds and time necessary to successfully complete vital infrastructure projects without delay • AESCO: $250,000, with 1 year contract extension • DUDEK: $300,000, with 1 year contract extension k �iTi GTE • Amendment will support city staff,-reduce unnecessary delays and ensure successful project completion , : 336 '. . ,•, •° ,"," -':;,:::.--,:''',"'imitil..,,,,...,..1-.470,',.-..„t,, - . ,;,-.v, 4.: .,•,, ,•.,:,v.T.,"`- ie.tAit'-`,:1,1-,,'''=.. t.•• ..,,, -4-.)°•.."f'.,,,..A11,0," t..41•12a,,;1:'',,, '::' . ,,,, ,•.,,:.t,.. C( 4. ...‘k1 f:''''.4;•'I. '''• ' / .,''('=4.' 4 4kifirIgt'V 4 • -, t .,7':t i..,.-4;.--F.: ,..1.,?. .4.5iirls-rt'..,.,,,zuk,:'..fr131141-4,* .. Questions • ,, ,t-' ..4„.,..^11.,,..*.n.,....°);,% . ', e'r,,,' ..."',„:4,,,,,',•:4-.,;',''',:31,'..4At',111 3.4 =4,.1(,q,1,ikill'".)s.';f—'1,'''Lli'tLs`.1'1.4.11,.1:3 '''.,•" - . " • -•„I=; s : I NA.,.4 4..- .....-,?t, * r 44,A.''''..• -)1 ,,, ,,,...„. ,,•„,-,, 4.,„ , • „It 33.-„,4.,1 i al,34131,49.1`,4k"T;,'..tat:,4"' .. ,:4,'Wtt't...rAd Lyc„ttl 4,3:4141 1 ' , 4,1 nt.:4-TO 1 .'''11:411, 4==V=t,„.=•',31,(1 ' •• ' t r.t4t1'142'17;HOTIlb is ''''S411(''.; -:.',1'101°0-`1„'4. f.../t1 k .....-1 ‘...A..`.. . -, .,. , 1, r:•:-,.-4 i-•r .., , .•••••-.f.; . • As.f.....,tom,34 • • 0,iv 13.11.Ak&II&,•,- , .„ ....; -...:, 0.tili. 8 f' j f?" 4 ' : ,•.-r v,"\.,34,-.44,,z....., ,. 1:11111111111111111P1/1:111 ' ''r17'- 4 l' 's1:-;.„.3 ...„-:_•;i1.0„. , ' q ; i --- •17.,:,.. ,- --,-,t--- ----,,,=1,,r,-:-±r•-,---=---,-.-1m. , , • A, 1'-i0jcitiff, ::MITi'll,' -1::1 1,11 il Ii 1 21,!:),4;;;;17::-;•:-...t, _,„q4,4;I) t%1114 t 1,1All A5'q111.4 E.1 '1;,I 11.1:-,V if••'•=i -=;."'4-51',,,er ;;,', -.-fr,LI.A., ........:1 , , _,...6.:3- 1 .,--•=. ,,vr.. ..,,,,-. '\ ,*---.7-iitq., `:,lipr.k,"? -..-....4-..!.t.z,1 '-,.--,;, , ..„- --:.. ,-,- ,• , .N. -----y-..:-.,..,_--,- ;,... 0 .-. 1:,-,';'0 .?''.. .4., tit, , ..f`,.t*"._,-.•-, - i,::-?,.....z,.st,'- t,,,• 4 eT•14'., :1'. '4 ' Vt*,1'1-.1 5'...r.7,:,:.... 1.1.?4i i. 4''.''-'71.P.,\1:1'=-'.••i' ...1.4344,3:.:,,A..,.... .".,;(0.1"t."Nv;1••':', II.:it.-- --v•iiit_\-...4!,r.,t,( '?„ 1 \ 1 - . 1, ,.3.,, = ••.:; , -. , -., , , ,.V • :.,,,.,.•..i4, t,' . • ' ' ' . , • ...-,41.r'1,Ft'' TV .4.'''..Ws2ir*'Itk,1 ile.%1Nm•lit,'‘ - ' V. ,..;:g...... ::,.."*......,V.:" 4"...,k.;'...4" IP:: :41,0,,,,F. ,f4,,,,,,,ZE.',77::.;‘,,r. ‘:: .., ..•,1‘0,W, 1-Nsf, -1,-,---,, ---. - -• I" 41:01i1,7:34,. : 337 2000 Main Street. Huntington Beach. CA 92648 9 City of Huntington Beach Appxc l/6D 7 -0 File #: 21-845 MEETING DATE: 12/21/2021 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Oliver Chi, City Manager PREPARED BY: Sean Crumby, Director of Public Works Subject: Approve and authorize execution of Professional Services Contracts for On-Call Materials Testing and Engineering Services with AESCO, Inc., GMU Geotechnical, Inc., Leighton Consulting, Inc., Ninyo & Moore Geotechnical & Environmental Sciences Consultants, and Twining, Inc. Statement of Issue: The Public Works Department requires professional materials testing, inspection, and engineering services on an on-call or as needed basis to support staff for construction of capital improvement projects. Financial Impact: The City's adopted FY 2021/22 Capital Improvement Program (CIP) Budget totals $39.3 million for approved projects citywide Each approved CIP project has a budget containing sufficient funding for design, environmental, engineering, construction, project management and other required costs. The five (5) recommended materials testing contracts. totaling $3.0 million, will be funded within each project's individual CIP budget, as needed. As such, no additional funding is required by this action. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute $600,000 "Professional Services Contract Between the City of Huntington Beach and AESCO, Inc., for On-Call Material Testing and Engineering Services:" and, B) Approve and authorize the Mayor and City Clerk to execute $600,000 "Professional Services Contract Between the City of Huntington Beach and GMU Geotechnical, Inc. for On-Call Material Testing and Engineering Services:" and, C) Approve and authorize the Mayor and City Clerk to execute S600,000 "Professional Services Contract Between the City of Huntington Beach and Leighton Consulting. Inc.. for On-Call Material Testing and Engineering Services and, City of Huntington Beach Page 1 cf 3 Pnnted on 12,15 2021 83 File #: 21-845 MEETING DATE: 12/21/2021 D) Approve and authorize the Mayor and City Clerk to execute $600,000 "Professional Services Contract Between the City of Huntington Beach and Ninyo & Moore for On-Call Material Testing and Engineering Services;" and, �E E) Approve and authorize the Mayor and City Clerk to execute $600,000 "Professional Services Contract Between the City of Huntington Beach and Twining, Inc., for On-Call Material Testing and Engineering Services." Alternative Action(s): Do not authorize the contracts and direct staff with an alternate action. Construction of budgeted Capital Projects could be delayed until new contracts are approved. Analysis: On July 12, 2021, the City advertised a Request for Proposal ("RFP") for On-Call Construction Material Testing Services. Proposals were requested and submitted in compliance with Chapter 3.03 of the Huntington Beach Municipal Code. Twenty (20) proposals were received for On-Call Construction Material Testing Services. In accordance with qualifications-based selected procurement per the Federal "Brooks Act," State SB 419, and the City of Huntington Beach Municipal Code Section 3.03 "Professional Services," the Public Works Department established a review board. Each firm stated their engineering category of expertise with their proposal. Proposals were then evaluated and ranked by a review board established by the Public Works Department. The top five (5) firms were selected in each category to increase opportunity for competitive proposals for future projects from qualified on-call consultants. The five (5) contracts recommended in this request for council action (RCA) are for support staff for the construction of a wide variety of non-State/Federally-funded capital improvement projects. These services have historically been utilized to supplement City staff to meet annual CIP goals, as an extension of staff, and/or to provide required expertise for unique projects. It is anticipated that these services will be required based on past years. Each project is evaluated on a case by case basis to determine if these as-needed contract services are necessary. The City's Capital Improvement Program ("CIP") in Fiscal Year 2021/22 totals $39.3 million in new projects. Typical design and construction support cost from the use of consultants on a CIP project can vary between ten to twenty percent (10-20%) of total costs for a CIP project. Therefore, it is practical to conservatively assume minimum annual construction consultant costs would be around $3 million to the City for total CIP projects or approximately $9 million over the next three (3) years. Professional construction materials testing and engineering services are typically required for most CIP projects, including streets and transportation, water, sewer, stormwater, parks and beaches, and facility improvement projects. Therefore, these consultants were selected to meet projected workload over the next three years with a total contract limit of$3 million. The proposed contract amounts are a not-to-exceed amount for a three-year term, with no guarantee of work. Funding for any and all of these contract services is only through City Council authorization in the budget approval process. Environmental Status: City of Huntington Beach Page 2 of 3 Pnnted on 1 2/1 512 02 1 File #: 21-845 MEETING DATE: 12/21/2021 Not applicable Strategic Plan Goal: Infrastructure & Parks Attachment(s): 1. Professional Services Contract between the City of Huntington Beach and AESCO, Inc., for On-Call Materials Testing and Engineering Services. 2. Professional Services Contract between the City of Huntington Beach and GMU Geotechnical, Inc., for On-Call Materials Testing and Engineering Services. 3. Professional Services Contract between the City of Huntington Beach and Leighton Consulting, Inc., for On-Call Materials Testing and Engineering Services. 4. Professional Services Contract between the City of Huntington Beach and Ninyo & Moore for On-Call Materials Testing and Engineering Services. 5. Professional Services Contract between the City of Huntington Beach and Twining, Inc., for On-Call Materials Testing and Engineering Services. 6. Professional Services Award Analysis City of Huntington Beach Page 3 of 3 Printed on 12/15/2021 DOwereca5 LegistarfP PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND AESCO, INC. FOR ON CALL MATERIAL TESTING AND ENGINEERING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and AESCO, INC., hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide On-Call Material Testing and Engineering Services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW,THEREFORE, it is agreed by CITY and CONSULTANT as follows: I. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Kay Alabed., who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 21-10613270338 1 of 11 5/19-204082 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to I commence on December 21 20 21 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than (3) three years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed Six Hundred Thousand Dollars ($600,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 21-10613270338 2 of 11 5/19-204082 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT s counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: 21-10613270338 3 of 11 5119-204082 "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance 21-10613/270339 4 of 11 5/19-204092 policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and 21-106131270338 5 of 11 5/19-204082 C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the 21-10613270338 6 of 11 5/19-204082 event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT- shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-retum receipt requested: 21-106131270338 7 of 11 5/19-204082 TO CITY: TO CONSULTANT: City of Huntington Beach AESCO, Inc. ATTN: Joseph Dale ATM: Kay Alabed 2000 Main Street 17782 Georgetown Lane Huntington Beach, CA 92648 Huntington Beach, CA 92647 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or 21-10613270738 8 of 11 5/19-204082 neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attomey is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 21-10613270339 9 of 11 5/19-204082 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27, SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this 21-10613270338 10 of 11 5/19-204082 Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a AESCO, INC. municipal corporation of the State of Calif rnia By: W7r ay a e rest ant � / print namc �^ ITS: (circ an ChaimlaNPrmidcnlNice President City Clerk NU INITI D APP By: Ada amaa, Chief Financial Officer f Public Work print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Tres_surcr Director o IE PROVED: City Manager APPROVED City Attorney ill 21-10601270338 11 of 11 5119-204082 EXHIBIT "A" A. STATFMF-.NT OF WORK: (Narrative of work to be performed) CONSULTANT shall provide consulting services on an "as-needed" basis for projects to be determined during the term of the agreement. During the term of the agreement, CITY may elect to solicit proposals from CONSULTANT. CITY shall issue task order for each project based upon the scope of services, work schedule, and fee proposal submitted to CITY for its review and approval. 13. CONSULTANT'S DUTIES AND RESPONSIBILITIES: CONSULTAN"f'S duties and responsibilities shall be per CONSULTANT'S Statement of Qualification (Exhibit A). consistent with the City of f-luntington Beach Request for Qualifications for On Call Materials Testing and Eneineering Consulting Services. Upon award. and the contract period. the CONSULTANT can choose to assign different personnel to the project. CONSULTANT must submit the names and qualifications ofthese staffto CITY for approval before commencing work. C. CITY'S DUTIFS AND RESPONSIBILITIES: I. Furnish scope of work request for each project. 2. Furnish construction plans and specifications to the CONSULTANT D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by CITY. EXI-IIBIT A EXHIBIT A �tao Statement of Qualifications AESCO Proposal No. P6996 August 17,2021 City of Huntington Beach Department of Public Works 2000 Main Street Huntington Beach, CA 92648 Subject: Statement of Qualifications On-Call Materials Testing and Inspection Services City of Huntington Beach AESCO Proposal No. P6996 Dear Sirs/Madam: AESCO is pleased to present this Statement of Qualifications to provide the City of Huntington Beach On-Call Materials Testing and Inspection Services. AESCO learned of this RFP while visiting the City in regard to another project. AESCO is known for providing personalized service and rapid deployment to the City of Huntington Beach for the past 18 years. The project consists of providing consulting service on an "on-call" basis for up to 3 years. AESCO is comprised of four divisions: Construction Materials Testing and Inspections, Construction Management, Geotechnical Engineering and Environmental Engineering. Founded in 1993, AESCO, a small business enterprise, has provided Construction Materials Testing and Inspection Services as well as Geotechnical and Environmental Engineering and Construction Management services on both small and large municipal capital improvement and commercial projects in Los Angeles, San Bernardino, Riverside, and Orange Counties. Over the past 28 years AESCO has provided Construction Management Services on various infrastructure and facilities projects and has held a City of Huntington Beach Business License since 2003. Construction Material Testing/Inspection Emironmental and Geotechnical Engineering Services P a 4 c F m t t d c.q �1.., c x[c a w .AescoTech.com 'q x e.x 7 L c C x e a w .! 2!p w[rttgo Sratcmcat of Qtuti6ocoos AESCO Plopoeal No.P6996 AESCO currently has 35 employees, with 4 registered engineers and geologists and over 20 soil technicians, deputy inspectors, building inspectors, lead inspectors and agency certified inspectors for Caltrans, County of Orange, etc. All materials testing and special inspections will be provided under the technical direction of a full-time registered professional engineer with a minini nn of thirty-rive years' experience in construction materials testing and inspection. AESCO will respond within 24-hours upon request by the City. All testing will be performed in AESCO's Caltrans, ARML, CCRL, City of Los Angeles, and DSA approved laboratory and all work will be in compliance with applicable governing local, State and Federal agencies and laws. AESCO has used cloud computing and other forms of technology to streamline client communication, improve the documentation process and provide technicians an efficient way to record results, allowing, clients and team members the ability to verify and track the status of our field, shop and lab work. This method has improved project tracking, collaborating on solutions and ensuring projects are inspected in accordance with contract documents and intent of the design professionals. Mr. Adam Chamaa, PE, GE will be the project manager and point of contact to provide the project deliverables to the City. He can be reached at 714-375-3930 (o) or 714-2704KM (c) and is located at our office at 17782 Georgetown Lane, Huntington Beach, CA 92647. Ms. Kay Alabed has authority to contractually bind the firm and represent the company during any negotiations. If you need further assistance regarding this matter, please give feel free to call either myself or Ms. Debra Perez. We look forward to hearing from you. Very lyyours, A C ec m Charl MSCE_r_&i G.E. Debri Perez nginccring Manager Project Manager Construction Material Testing/Inspection Environmental and Geotechmcal Engineering Services f a g s ff u , !d i,g ,d..e., e a www.AescoTech.com ;??a. 74 e l x e..d V p A Statcmcat of Qualifications AFSCO Proposal No. P69% Statement of Qualifications Table of Contents SectionA Cover Letter......................................................................................................... Section B Vendor Application Form.................................................................................... Section C Pre-Qualification Form (Exhibit B)..................................................................... Section D Firm Qualifications ...........................................................................................I ServiceCategory ...............................................................................................I Materials Testing and Inspection Services OrganizationChart ............................................................................................4 Staffing ..............................................................................................................5 Local Presence and Experience ........................................................................8 Understanding and Methodology ....................................................................12 Appendix A Resumes Appendix B Certifications Appendix C Additional References Appendix D Related Project Experience Appendix E Letters of Recommendation Construction Material Testing/Inspection 9 Environmental and Geotechnical Engineering Services �+ • 4 w e s t c a w AescoTech.com g c e s 7 f c C e s a a[ WA REQUEST FOR PROPOSAL VENDOR APPLICATION FORNI TYPL OI' APPLICANT: ❑ NI---W ❑x CURRLN'I' VENDOR Legal Contractual Name of Corporation: AEsco, Inc. Contact Person for Aarccment: Kay Alabed Corporate Mailing Address: 17782 Georgetown mane City, State and Zip Code: Huntington Beach, CA 92647 [---Mail Address: kay.alabed©aescotech.com Ph011c: 714-375-3830 17a\: 714-375-3831 Contact Person for Proposals: Adam Chamaa Title: Project Manager E-Mail Address: adam.chamaa@aescotech.com Business T elephone: 714-375-3830 BUSilleSS Fax: 714-375-3631 IS your business: (check one) ❑ NON PROFIT CORPORATION Q FOR PROI-IT CORPORATION Is your business: (check one) Fj CORPORATION ❑ I-HMIT6D L,IABILTI-Y PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNL16I-111' ❑ UNINCORPORA"fL'D ASSOCIATION I of_ Names & Titles of Corporate Board Members (Also list Names &Titles of persons with written authorizationh-esolution to si'_'n contracts) Namcs Title Phone Kay Alabed President 714-375-3830 Adam Chamaa, PE, GE Vice-President 714-375-3830 Federal Tax Identification Number: 721253956 City of Fluntington Reach Business License Number: A199958 (If none, y011 must obtain a Fluntineton Beach Business License upon award of contract.) City ol'Fluntinuton Beach Business License Expiration Date: 9-30-21 2 of'_ PRE-QUALIFICATION FORM ON-CALL MATERIAL TESTING& INSPECTION SERVICES rATEGORMLn- PROPOSING? Y/N FAON-CALL MATERIAL TESTING& INSPECTION �Y s/No X (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). X (Initial)Consultant is able to provide the insurance as required(See Appendix Q. Firm Name: AESCO Firm Address: 17782 Georgetown Lane, Huntington Beach, CA 92647 Signature: Date: 8-17-21 Statement of Qualificwtiom AESCO Proposal No.P69% Section D Firm Qualifications AESCO has been providing services similar to those requested since 1993, a total of 28 years. AESCO has been retained as the geotechnical, construction material testing and inspection and environmental engineering firm for the City of Huntington Beach for the past 18 years. Therefore, we are very familiar with working with the City,and in particular, the Department of Public Works. AESCO is known for responding to requests in a very timely manner and providing excellent service to the City. AESCO provides a budget to the City for each project prior to the start of work. Projects have included lift stations, roadway improvements, reservoirs, water facilities, bridges, water and sewer installations, new structures and additions, storm drainage systems, seismic retrofits, and solar panels. AESCO currently holds the on-call contract for testing and inspection services for the City of Huntington Beach. As a small local firm AESCO has the ability to respond to requests immediately and can devote more attention to each project. AESCO is SBE, DBE/UDBE, WBE, and CBE certified. AESCO's laboratory is certified by DSA, Caltrans and City of Los Angeles. AESCO has been performing material testing services for various clients including the Cities of Los Angeles, Costa Mesa, Inglewood, Long Beach, Diamond Bar, Lakewood, Huntington Beach, Lynwood, Riverside, Buena Park, Irvine, Santa Ana; the Los Angeles Unified School District; Alhambra School District: SANBAG; Caltrans; Los Angeles Metropolitan Transit Authority (MTA); and the Orange County Transportation Authority (OCTA). Service Category Materials Testing and Inspection Services AESCO operates a construction materials engineering (CME) laboratory in Huntington Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I Pa I'c va t t L c.9 '4"c'a c 4 w AescoTech.com 57 s 4.. 7 f e ! 's e a.! a!p �wOD SGtemant of Qi�om AESCO Proposal No.P6996 Beach, California, and is capable of performing in-house or on-site testing and inspection services. Our laboratory produces thousands of reports annually involving concrete, aggregates, soils in-place, and bituminous materials. AESCO also regularly tests and inspects brick, granite, stone masonry, mortar, reinforcing steel, and manufactured elements such as pre-stressed beams and pre-cast panels. Our sub-consultant Foresight Engineering has been performing land surveying throughout California since 1994. Engineering consultation and inspection services are available for each phase of construction including: • Aggregate Evaluation • Concrete Mixtures-Design, Inspection,and Testing • Bituminous Materials Testing • Up to 600,000-Pound Universal Tension and Compression Test Machines • Charpy V Notch Test Apparatus • Rockwell Hardness Test Machines • Refractory Testing • Concrete Masonry Block • Roof Inspection and Testing • Geotechnical and Subsurface Investigation and Testing • Soils Compaction and Stabilization Tests and Inspection • Structural Steel Fabrication and Erection Inspection and Testing • Qualification of Welders and Procedures • Welding Inspection • Rebar Inspection and Testing • NDT Testing and Inspection AESCO provides full grading inspection services during construction. Our inspectors are capable of performing field inspection and testing of fill materials, excavations, foundations, and shoring and are trained to perform compaction testing with the nuclear density gauge test methods based on ASTM or Caltrans procedures and are licensed/certified to operate nuclear density gauges. While working on the City of Huntington Beach Projects, each team member is responsible to a registered Engineer who is available to assist inspection personnel on interpretation of test requirements, plans and specifications interpretation and Building Code matters of Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services P a K �V'*e•(c a viww.AescoTech.com '�e a.a '�.f a Cf•a•a l *.4 •Il�oo Statement of Qualificatiom AESCO Proposal No.P6996 compliance. AESCO generates thousands of material testing reports for soils, concrete, steel and other building materials from our Huntington Beach laboratory. The Huntington Beach facility comprises of over 6,000 square feet laboratory equipment with state-of-the-art testing equipment. AESCO's testing equipment is fully computerized and connected to our main server and is calibrated yearly. AESCO's reports are digitalized and maintained on AESCO's main frame server and on the web for immediate access for our engineers and clients. Geotechnical Engineering Services AESCO's geotechnical investigations have included: foundation and pavement design, settlement problems, compaction monitoring and testing, shallow and deepened foundations, pressure injected footings, earth retaining structures, landslide analysis and control, expansive/collapsing soils, underpinning and special foundations, construction dewatering and drainage, pipelines and utilities, liquefaction analyses, and fault evaluation. Laboratory testing is performed using ASTM, AASHTO, and other applicable specifications and guidelines. Environmental Engineering AESCO can provide a full range of Environmental Engineering services that are vertically integrated to deliver a complete "turnkey" package including: Phase I-Initial Environmental Site Assessment (ESA), the Phase !I-Investigation, Phase III-Remediation and Mitigation Design, and Final Close Out Report. In addition, AESCO provides a range of Regulatory Compliance services. Project Management AESCO has provided comprehensive project management services including contract administration, constructability reviews, project engineering, change order management, labor compliance,and document control. AESCO has NEVER had any OSHA citations. AESCO has never had any outstanding or pending complaints through the Better Business Bureau, State of California Department of Consumer Affairs. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services Pa g c $a C l d L a y As e s i e a w .AescoTech.com 570ei 7(e 7saaaL *A ataaoo Statemcut of QuIldiotwm AESCO Proposal No. P6996 Statement of Qualifications On-Call Materials Testing and Inspection Services City of Huntington Beach AESCO Proposal No. P6996 City of Huntington Beach H u�itd7'O Senior Project Manager (Primary Point of Contact) Adam Chamaa, P.E., G.E. *(35+) Quality Control Director/Senior Geotechnical Materials Testine and Eneineer Inspection Personnel Russell Scharlin, P.E., G.E.(40+) Giovanni Michael (15+) Christopher J. Sobek(17+) Ouality Control Manager Michael Kopenski (20+) Dave Ryan, P.E. (40+) Jarrod Martin (17+) Darryl Falustick(16+) Ouality Control Coordinator Ben P. Graubard(14+) Kay Alabed (28) Greg Astran (20+) Daniel Jimenez,Jr. (18+) Project Manaeer Dustin Sexton(25+) Debra Perez (40+) Laboratory Technician Inspection Manaeer Tariy Abdullah (15+) Omar Chamaa, EIT (14) Laboratory Manaeer Steve Crumb(12) Survey (sub-consultant) Foresight Engineering *(35+) =Years of Experience Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services w AescoTech.com 57 s e a. 7 L c rj s e a l WA A�00 Statement of Qualifications AESCO Proposal No. P69% Staffing A brief overview of key personnel is presented below. AESCO currently has 35 employees, with a total of 4 professional engineers and geologists; 2 registered geotechnical engineers, one registered civil engineer and one registered engineering geologist. Resumes are provided in the Appendix. Name Role Education/Credentials AESCO Adam Senior B.S.Civil Engineering Chamaa,PE, Project M.S.Civil Engineering GE Manager Licensed California Engineer(P.E.) Licensed California Geotechnical Engineer(G.E.) Nuclear Density Machine Operator Russell J. Quality B.S.Civil Engineering Scharlin,PE, Control M.S.Civil Engineering GE Director Licensed California Engineer(P.E.) Licensed California Geotechnical Engineer G.E. David J. Ryan, Quality B.S.Civil Engineering P.E. Control Licensed California Engineer,P.E. Manager Omar Chamaa, Inspection B.S.,Civil Engineering EIT Manager E.I.T.Certificate No. 135299 Hazardous Materials 40-hour Training ICC,Caltrans,Registered Deputy Inspector,ACI TWIG Nuclear Gage Debra Perez Project B.S. Renewable Natural Resources Manager Nuclear Density Machine Operator Kay .Alabed Quality B.S., Dental !Medicine Control Coordinator Steve Crumb Laboratory B.S. Civil Engineering(in progress) Manager California State University.Long Beach Civil Engineering Cerritos College 4CI: Concrete laboratory Testing Concrete Field Testing Concrete Strength Caltrans Calculations Grading Agg.Sampling Sample Prep. Soil and Agg. Sieve Analysis Percent Crushed Particles Relative Compaction Sand Equivalent Construction Material Testing/Inspection Environmental and Geotechnical Engineering services l " 6 u` ` v ° '� c s` c a v .AescoTech.com O+ e,. 774c �rea, C 4fA noco Statement of Qualdcadons AESC O Proposal No.P6996 Moisture Content Cleanness Durability Compressive Strength Flexural Strength Flexural Strength-PCC Sampling Fresh Concrete AASHTO: Sieve.Analysis Fine Sieve Analysis-Coarse and Fine Reducing Samples of HMA Reducing Samples of Agg. Sand Equivalent Evaporable Moisture Content Moisture Content-HMA Percent Gicnanni Inspector B.A.,Business,Devry University, in progress Mikhail County of Los Angeles Certified Deputy Inspector Masonry Inspector County of Los Angeles Certified Deputy Inspector Concrete ICC Structural Masonry Certified Inspector ICC Reinforced Concrete Certified Inspector ACI Certified,Concrete Field Testing Technician Certified Radiation Safety and Nuclear Gage Operator Caltrans Certificate of Proficiency for:Air Content,Freshly Mixed Concrete, Pressure,Density of Fresh Concrete,Flexural Strength of PCC (Fabrication only), Ball Penetration in Fresh Portlagd Cement Concrete.Sampling Freshly Mixed Concrete.PCC Cylinder Fabrication,Slump of Fresh Portland Cement Concrete, Temperature of Freshly Mixed Portland Cement Concrete TWIC Card Christopher 1. Inspector Coastline Community College,Orange Coast College,Orange County Sobek Inspection Certificate: Building Inspection, Concrcte/Masonry Blueprint Reading, Wood/Steel Framing, Fire & Life Safety, Welding Technology, Electrical, Plumbing, Coastline Community College, Orange Coast College,Orange County ICBO(ICC-Reinforced Concrete, Prestress Concrete, Structural Steel/Welding, Structural Mas, Fireproofing, Building Inspection and Plumbing ACI Laboratory Testing-Grade I and Grade 11.Transportation Radiation Safety and Use of Nuclear Gage Competent Person Training Post-Tensioning Institute in Unbonded Tendons Asphalt Institute in Mix Design Technology DSA Class 1 OSHPD Class A AWS-CWI NICET Level II Highway Construction Materials 30-hour Hazardous Waste 'Michael Inspector Certified Welding Inspector kopenski ICC Reinforced Concrete ICC Masonry Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services 1 .1 R` Fr`t["9 .4.a t' e a wsvw.AescoTech.com 57ea. 74e qtn..[ 4[F .ono Statement of Qualifications AESCO Proposal No.P6996 ICC Spray Allied Fireproofing ICC Welding(S2) ICC Structural Welding&Bolting(S 1) ACI Certification Non-destructive testing LADBS City of Los Angeles Registered Steel Inspector(Welding) PCI Level I Lead Hazard Awareness Concrete Paving Inspection Hot Mix Asphalt Master Inspector Sampling Techniques Structure Construction Inspection Landscape Inspection SWPP and Water Pollution Control Programs Advances Construction Site Best Management Practices(BMPS) Field Applications Water Pollution Administration Inspection and Maintenance of Construction Sites Management of Construction Site Dewatering Operations Water Quality Sampling and Analysis on Construction Sites Traffic Control Management Jwrod Martin Inspector ICC— Master of Special Inspection, Structural Steel and Bolting Special Inspector, Spray Applied Fire Proofing Special Inspector, Structural Welding Special Inspector, Reinforced Concrete Special Inspector, Structural Masonry Special Inspector, Structural Steel& Welding Special Inspector; ACI Concrete Field Testing Technician Grade-1; AWS CWI; City of Los Angeles Deputy Building Inspector Darryl Inspector ICC Certified in Prestressed Concrete,Reinforced Concrete Faulstick ACI Concrete Field Testing Technician Grade I Ben P. Inspector B.A.,California State University Fullerton Graubard 10-hour OSHA Health and Safety Course ICC Reinforced Special Inspector ICC Prestressed Concrete Special Inspector ACI Concrete Field Testing Technician Grade I ACI Aggregate Testing Technician—Level 1 ACI Concrete Laboratory Testing Technician—Level 1 ACI Concrete Testing Technician—Level 2 Cal Trans Quality Control Manager California Test Methods: CT105,CT125,201,,217,226,227,504,518,521,523,524,533,539, 540,556 and 557 Registered Special Inspector,County of Orange Greg Astran Inspector B.A. Political Science California State University San Bernardino Certified Nuclear Gauge Operator American Concrete Institute Field Technician Grade 1 Caltrans Certifications: CA 125AGG,CA I25PCC,CA 216,CA 231 Operating Engineers Local 12 6000 Hour Apprenticeship Program—State of CA Certified Public Works Inspection Coursework 15 Units Rancho Santiago Colleke Daniel Inspector ACI—Field Technician; Jimenez,Jr. ICC Reinforced Concrete, Structural Welding,Master of Special Inspection,Structural Steel&Welding,Structural Steel and Bolting, Spray Applied Fire Proofing,Structural Masonry; AWS-CWI;NDT Ultrasound Testing Level It Magnetic Particle Level 11 Ultrasonic Phased Construction Material Testing/Inspection r Environmental and Geotechnical Engineering Services P a g e a n e l d e e g t!s e:e e a www.AescoTech.com 5770. I k e C:e u K d up statement of C21111ific72tiom AESCO Proposal No.P6996 Array Level II,San Diego City Cent Concrete/Masonry/Welding/Fireproofing:CT 504.518,539,540,543, 556,557 OSHA 10hr Fall protection Scaffold Hazard Awareness _ Confined Spaces Dustin ticxton Inspector AWS/CWICMification Riverside Community College AWS Welding Inspector City of Long Beach Structural Steel and Welding County of Los Angeles Structural Steel and Concrete ICC Master of Structural Inspection ICC Structural Steel and Concrete ICC Structural Welding ICC Structural Steel and Bolting ICC Spray-Applied Fireproofing CWI Welding City of Los Angeles Welding Tariq Laboratory B.S.,Geology Abdullah %tanager Caltrans Certificate of Proficiency for:Calculations for Gradings& SpG, Soil& Aggregate Prep.,Sieve Analysis of Fine&coarse .Aggregates. Percentage of Crushed Panicles,Specific Gravity & Absorption of Fine and coarse Aggregate Sand Equivalent,Moisture content,Cleanness of Coarse Aggregate,Durability Index,R-Value Soils and Bases, Preparation of Bituminous Mixtures for Testing,Bulk Secific Gravity& Deniity of Bituminous:Mixtures,Theoretic Max Specific Gravity& Density of Bituminous Paving Mixtures,Stabilometer Value,Moisture Content using Microwave, Asphalt Content of Bituminous Mixes,Ignition Method NICET Level 11 for: Asphalt.Concrete,Soil Radiation Safety and Use of Nuclear Gage Local Presence and Experience [ D MLL NO 9 H.womaawreapa tuournar .atrnaaawaaare► iota wtwtlt101MiC'►Of 7Nft"MR :Y _ i J 'r inn nur+rovan rrn,a,m H[tlI M)MIGL.IYM IIpI(1 aaa arrw+eoacra net rcu AESCO has been performing materials testing, construction inspection, geotechnical Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services Pa G r G a i e[t s g ,d..e r[e a www.AewoTech.com 57 s a.v 7 4 e rl i a a s d %(p •..00 statement of Qualifications AESCO Proposal No.P6996 engineering, and environmental engineering for the City of Huntington Beach for the past 18 years. We have performed construction materials testing and inspections, geotechnical and environmental engineering for projects ranging from street rehabilitation to lift stations and new structures. AESCO's location within the City makes AESCO an ideal candidate to perform the required scope of services in a very timely manner. We have always provided immediate response to all requests and have worked around the clock on emergency projects, as needed. Other cities and agencies that AESCO has held on-call contracts for materials testing and inspections in Orange and Los Angeles Counties include the Cities of Santa Ana, Costa Mesa, South El Monte, West Hollywood, Anaheim, San Clemente, Villa Park; the County of Orange; LA Unified School District; Orange County Transit Authority; Caltrans; and LA Metro Transportation Authority. A description of recent, relevant projects with references are provided below. Additional references are included within the Appendix. 405 Freeway Widening JBetween SR-73 and I-605 Freeway, Orange County) Caltrans AESCO performed the testing and inspection which include review of the concrete mix for pavement, caissons, below groundwater structures, etc. and testing and inspections for concrete, concrete batch plant, rebar, aggregate, welding, steel tubing, compaction, base material evaluation and testing, and asphaltic concrete. AESCO is coordinating and managing all of the construction materials testing and inspections services. AESCO also prepared the Quality Manual for the project including all of the digital forms for widening of the 405 Freeway between Euclid Street and the 605 Freeway, a total of 16 miles. Start Date: 2018 Completion Date: 2023 (Projected) Total Cost: $1.9 billion Client: OC 405 Partners Key Personnel Involved: Adam Chamaa, P.E., G.E., Russ Scharlin, P.E., G.E., Omar Chamaa, EIT, Kay Alabed, Debra Perez, David Ryan, P.E., Giovanni Michael, Michael Kopenski, Ben P. Graubard, larrod Martin Reference: Reem Hashem, Principal Contracts Administrator) OCTA 11 Phone: (714) 560-5446 1 E-mail: Rhashem(docta.net Construction Material Testing/Inspection ,. Environmental and Geotechnical Engineering Services l r K c �•[l L l a �4.s s s l e a w .AescoTechxom Gatenie r of Quaffi aucim ALWO Prop.n.No.P69% On-Call A&E Construction Testing and Inspection Servicesl Co un of Orange AESCO has held the on-call contract with the County of Orange to perform construction materials testing and inspections for the past 6 years. The project has included site liquefaction mitigation, subgrade stabilizations, foundation, concrete, grout mix design; observe and document formwork construction; observe and document placement of reinforcing steel; slump, temperature, and air entrainment tests of fresh concrete; cast, cure and test concrete cylinders for compressive strength; observation of post tensioned concrete; gamma and X-ray radiographic inspection; and hardness testing. Projects have included parks, parking structures, remodels, etc. Start Date: 2015 Completion Date: On-Going Total Cost: $500.000 Client: County of Orange Key Personnel Involved: Adam Chamaa, P.E., G.E., Russ Scharlin, P.E., G.E., Omar Chamaa, David Ryan, P.E., Kay Alabed Reference: Eric Nelson, Project Mgr. 1111 Orange County I Phone: (657) 247-12981F.-mail: erik.nelson@ocow.ocRov.com Relocation of West Orange County Water Board Feeder No. 2 Huntington Beach and Westminster AESCO worked during the design stage with GHD on WOCWB Feeder No. 2, a 30-inch diameter waterline relocation installed beneath the SR 405. During construction AESCO worked directly for the City of Huntington Beach and included roadway settlement monitoring and evaluation. engineering oversight; observation of test pits for groundwater; and inspections and testing of casing grout injection, welding; and trench excavation, shoring and backfill. Our engineers monitored the dewatering system and shoring of the receiving and sending pits. Start Date: 2016 Completion Date: 2019 Total Cost: $3M (estimated) Client: City of Huntington Beach Key Personnel Involved: Adam Chamaa, P.E., G.E., Russ Scharlin, P.E., G.E., Omar Chamaa, David Ryan, P.E., Kay Alabed Reference: Andrew Ferrigno, P.E., Senior Civil Engineer I City of Huntington Beach I Phone: (714)536-52911 AFeMano@surfcity-hb.or¢ Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services 1'a 4 v V•!r L e•! .4w e s e e• v vvw.AescoTech.com is•+i 744 �rre'o Statement of Qualilixations AFSCO Proposal No. P69% Main Street, Talbert Street and Heil Street Pavement Rehabilitation I Huntington Beach AESCO performed the construction materials testing and inspections for rehabilitation of the pavement on Main Street, T Heil Avenue and Talbert Avenue including reconstruction of curb and gutters, sidewalks and retaining wall improvements and asphalt paving removal and replacement. Testing and inspections included excavation bottoms, placement of all structural fill, concrete, rehar, crushed miscellaneous base. asphalt paving including hase and surface layers. Start Date: 2016 Completion Date: 2016 Total Cost: $3M (estimated) Client: City of Huntington Beach Key Personnel Involved: Adam Chamaa, P.E., G.E., Russ Scharlin, P.E., G.E., Omar Chamaa, Debra Perez, Giovanni Michael Reference: Joe Dale. Senior Contract Administrator) Huntington Beach I Phone: (714) 334-0118 JE-mail: JDale/dsurfcity-Wore Construction Material Testing/Inspection l Environmental and Geotechnical Engineering Services w .AescoTech.com 5710. ?4 e y s s a a L VA nFsca Statcmcnt of qualifications AESCO Proposal No. P69% Understanding and Methodology \1,SCO is known for responding to requests by the City of Huntington Beach in a very timely manner and providing excellent service to the City. AESCO provides a budget to the City for each project prior to the start of work. Every project has its own unique scheduling and construction challenges; therefore, AESCO's methodology is intended to be flexible and allows input from the City to guarantee smooth completion of the project. AESCO's team is comprised of some of the most experienced professionals in the industry. The overall project team is always available for discussions regarding the project in order to craft solutions. Each inspector has multiple licenses that allow them to perform various inspection duties simultaneously, thus creating an efficient budget for the City. AESCO will provide qualified soil technicians and deputy inspectors with extensive public facility, utility and roadway site grading experience. AESCO's method of operation is the following: • Prior to the start of any project AESCO will become familiar with the contract documents, project plans, technical specification,etc. and existing site(s)and conditions,and other pertinent project documents and meet with the City to review staffing, project needs, coordinate inspections and testing, and will also attend the pre-construction meeting(s) if requested. • AESCO provides a 24-hour on-call staff and one of our Project Engineers is always available to answer any technical or scheduling issues. Technicians will be available upon 24-hour notice,or less, and for night work. • AESCO digitally controls all assigned tasks and each unit of service is closely watched by our project manager. • The inspector (or inspectors) then arrives at the site to perform the required testing and inspections. The technician will arrive at the site with the correct equipment, calibrated to existing standards with documentation. Equipment calibration will be performed prior to the start of work and costs are included in the total hourly rate for field services. All samples will be transported from the project site to the laboratory for testing as required. • All breaks and other laboratory testing are scheduled through our electronic scheduling system where notification is automatically issued to the laboratory manager to perform specific tests, such as: breaks of concrete cylinders at a schedule of 7, 14 and 29-day Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services P a 4 c F a e ii d e a g ,d.e s, e a vnviv AescoTech.com 57 s e. 7 f e l x •a a d WA •moo Statement of.,r.auul2lXon1 AESCO Pn)posal No. P6996 breaks; beam, masonry, prism breaks; aggregate testing; etc. • Daily field reports and test results are created digitally in a standard report format and emailed within 24 hours of completion of the test or inspection to the City. Failed test results, if any, are immediately reported to the City. All our reports and test results are confidential to the client, unless otherwise directed. Field testing/compaction results of subgrade or asphalt concrete shall be communicated to the Cityas soon as the tests have been completed, on same day of testing, with hard copy to follow. • Any test or inspection deficiencies, such as; failing compaction, concrete not reaching the required strength, concrete with high slump, cleanness of rebar, cleanness of footings, etc., will be discussed immediately with the City Inspector. Our professionals will provide practical solutions to critical issues encountered in the field, considering both cost and technical implications. • A draft report summarizing test results and raw data will be submitted for review following completion of construction which will summarize all failed and passing tests. The report will include the tests performed, testing dates and test standard used. After written approval, copies of the final certification report of all inspection services performed for specific projects will be completed within 10 working days. All laboratory reports and inspection reports are supervised, reviewed and signed by a California Licensed Professional Engineer/Geotechnical Engineer. • AESCO will comply with OSHA requirements Safety Standards. On occasion, technicians are required to enter confined spaces to perform work and will have completed confined space training and have proof of training upon arrival to do confined space work. • All inspectors are required to communicate on a daily basis with our Quality Control Manager who ensures that all work is being performed in accordance with the Quality Control Manual. AESCO has been successful in consistently completing its projects within the assigned budget and schedule. We thoroughly evaluate our task and scope of work and build an efficient budget for our work. Therefore, we seldom exceed the budget or schedule. AESCO has a practice of obtaining advance approval from clients prior to initiating any work which will add costs to the originally approved budget. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I P a K s i£.c/d r'9 �4r e I. c a www.AescoTech.com 5710. '7 f e CJ s• ... C 'let Art70 Stitement of Qualificatiom AESCO Proposd No,P6996 AESCO maintains a strict Quality Control Program (QAP). AESCO is a member of, and certified by several independent certification agencies, such as DSA, AMRL, CCRL, Caltrans. and the City of Los Angeles. AESCO is also part of the yearly reference sampling program for these agencies. These involvements ensure rigorous education and in-house training of AESCO's technicians and test method verifications. Test results and field reports are reviewed by AESCO's project manager and quality control engineer, each of whom has 30 years of experience. INNOVATIVE and FLEXIBLE APPROACHES AESCO has used various approaches to save clients time and money as shown below: • AESCO can provide immediate response to short notice requests • AESCO is available to work around the clock, when needed • AESCO has a Geotechnical Engineer/Project Engineer available at all times to respond to emergency needs • AESCO can provide a fully equipped concrete mobile laboratory to assist in immediate on-site testing • An example of our approach is the emergency response AESCO provided to the City of Huntington Beach when a large sinkhole developed in the middle of one of the major thoroughfares; Warner Avenue. AESCO personnel were on-site around the clock to assist in the repair and to devise a dewatering system to be used during construction. The project was completed approximately 20 percent earlier than was anticipated. • AESCO also provided emergency response to the Alhambra Unified School District when an excavation flooded at night due to broken water line at Garfield Elementary School. AESCO's Geotechnical Engineer was on-site at 7:00 A.M. on a Saturday to assist the District in mitigation of the problem and to stabilize the subgrade. • As part of AESCO's innovative approach to testing and inspection AESCO monitored the contractor's curing procedures and modified as necessary to protect the concrete from extreme hot and cold weather conditions during the construction of the Whitegates Reservoirs for the City of Riverside. Daily inspections were required to monitor the concrete temperature and humidity to prevent micro-cracking of the concrete due to shrinkage and expansion. AESCO also instructed the contractor to provide heat blankets to Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services a e •i r d e.9 4. e s c e a w .AescoTech.com 74, g s a.a d VA AwOo Statement of Qualifications AESCO P oposat No.P6996 maintain the curing temperature of the concrete as concrete placement was performed during cold weather during construction of the Brea-Olinda Landfill Gas-to Energy Facilities for the County of Orange. AESCO also provided special soil stabilization and subgrade enhancement recommendations to mitigate the wet, fine soil during construction of Northrup Elementary School for the City of Alhambra. AESCO also evaluated the effects of the existing trees on the new construction and provided recommendations to mitigate distress due to roots and landscaping. • AESCO has performed construction materials testing and inspection services on several Federally funded projects including several roadway rehabilitation projects for the City of Huntington Beach and Pomona and several grade separation and freeway widening projects for Caltrans which were all partially state and federally funded. • AESCO has a strong financial base, and has never experienced any bankruptcy, pending litigation, office closure, nor has any impending merger in the near future. AESCO is able to complete projects within the established schedule and does not add on additional work without prior authorization. • AESCO's commitment to quality assurance extends to field and laboratory staff that is certified in various technical disciplines by multiple agencies such as Caltrans, ACI, NICET, and ICC. AESCO's accredited materials testing laboratory and collection of resourceful field and laboratory equipment enable our professionals to efficiently determine precise methods for qualifying construction materials. Construction Material Testing/Inspection , Environmental and Geotechnical Engineering Services I . g c B a t t w t.r g r4 ..a s t c a w .AescoTechxom 720. 7.f r Cf s e a.d VA Swa cnt of QuaLficanow AFSCO Proposal No.P69% APPENDIX A Resumes Construction Material Testing/Inspection Environmental and Geotechn¢al Engineering Services G r t[l i r g ,d w a s[e a w .AescoTech.com 57s°. 7fr s°a'! %rp aEsco Setcmcot of Q alifsc abom AESCO Proposal No.P6996 Adam Chamaa, PE, GE ,--------------- , Education: Senior Project and Engineering Manager i SLS. Civil Registered civil and geotechnical engineer with over 35 years of Lnginrc•ring, , Georechnic•al and experience as geotechnical engineer and quality control/quality Highw•gi Dtaign; assurance (QC/QA) manager. Responsible for QC/QA engineering for Louisiana Technical new construction, foundations, sewer installations, roadway surfaces f nn•enit . Ruston.LA during and after installation, design of de-watering systems, pump R.S., ('i ril stations, and assessment of soil-related environmental contamination. Engineering. Provided geotechnical design recommendations for new construction Louisiana Technical for municipal, governmental and commercial projects throughout L'n6•ersin% Rusnnr. i Louisiana , California. Registrations: Specific Project Experience California Na. C53992 (Civil) Widening of the 405 Freeway, Euclid St. to 1-605-Orange County California No. C2784 Engineering Manager: Mr. Chamaa is the Engineering Manager for the (Georechnical) , Nes•adu%o. 022245 , widening of the 405 Freeway for a total of 16 miles for Caltrans and OCTA. , rCiviD ' The project includes construction of new lanes on the southbound and c------- --- - --- northbound sides, retaining walls, bridges, etc. Mr. Chamaa is also supervising the testing and inspection services which include a review of concrete mix designs, concrete testing and inspection, concrete batch plant inspection, pile inspection and logging, rebar inspection, aggregate testing, welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection, and asphaltic concrete testing. He is working closely with the contractor to ensure that the project proceeds in a timely manner and that all testing meets required project plans and specifications. On-Call Soils and Materials Testing and Inspection Services-Orange County Transportation Authority Engineering Manager: Mr. Chamaa was the Engineering Manager for the soil and material testing and inspection services on an on-call basis for any OCTA owned facilities. Various projects were performed at the five maintenance and operations facilities, various transportation centers and park-and-ride facilities owned by the OCTA. AESCO also provided all labor, materials, equipment, and facilities to perform soils and materials testing and inspection services during construction of the various projects. The services included performing required testing of soils, asphalt concrete, masonry, Portland cement concrete, reinforcing steel, and structural steel. In addition, special deputy inspection services for welding, reinforcing steel, masonry, concrete placement, and roofing installation inspection were also performed. Lenain Water Treatment Plant Modifications-City of Anaheim Engineering Manager: Mr. Chamaa was the Engineering Manager for the geotechnical engineering for various improvements to upgrade the existing water treatment facility for CHID for the City of Anaheim. As part of the upgrade, it is proposed to construct a new chemical feed system structure, install a new 36-inch diameter pipeline between the Reservoir and the Parkview Pump Station and widen the delivery truck road. Various new retaining walls will also be constructed. Several borings Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I' G u c!f l a g >♦.r r+i c a www.AescoTech.com >,e wr 7 4 e ...00 Statcmcnt of OuaGSations AESCO Proposal No. P6996 were performed as well as potholing to locate utilities throughout the site. Extensive slope stability analyses and retaining wall design were performed to determine the optimal design for widening of the roadway. Mr. Chamaa also supervised the construction materials testing and inspections for the improvements which included: evaluation and testing of backfill for MSE retaining walls; compaction; concrete; grout; fill stockpile evaluation; welding; review and evaluation of retaining wall plans and foundation plans. Sewer Lift Station Replacement Project, Algonquin Lift Station No. 10 —City of Huntington Beach Engineering Manager: Mr. Chamaa was the Engineering Manager for a geotechnical investigation for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Liquefaction analysis was performed. Recommendations were provided for shoring during construction, dewatering, sewer line installation using trenching methods, bedding materials, mat foundation including bearing pressures, lateral earth pressures, and wall backfill. AESCO performed the testing and inspection during construction of the lift station and the associating piping, trench shoring, backfill, vibration monitoring review, concrete, and pipe encasement from Algonquin to Heil in Huntington Beach. Expansion of 12kV Power System —Disneyland Resort,Anaheim Engineering Manager. Mr. Chamaa was the Engineering Manager for the performed construction materials testing and inspection for construction of the electrical infrastructure to support expansion additions to the existing 12kV power system network in Disneyland and extending into the City of Anaheim. Three new switching stations were installed with electrical ducts running through the Disneyland Resort facilities including through the Sumba parking lot, the Timon parking lot, the Back-Of-House, and through Disneyland Drive. The project included demolition, removal, or reinstallation of existing facilities, refinishing of all surfaces within the work areas, restoring the existing plumbing system and equipment to operational conditions, restoring the existing electrical system and equipment to operational condition. On-Call Geotechnical and Material Testing and Inspection Services-Los Angeles International Airport- Los Angeles Engineering Manager: Mr. Chamaa was the Engineering Manager for the on-call specialty and materials testing services during the installation of shoring and excavation for the piling platform during construction of the new RX-S Facility at LAX. The new facility will provide new electrical distribution feeders for the airport. AESCO reviewed the shoring plans, sheet pile driving procedures and the existing geotechnical report. Mr. Chamaa supervised the sheet pile installation including the depth, logging resistance and provided mitigations when refusal was encountered during the driving operations. Also inspected and performed testing of compaction of the backfill and performed classification testing of the backfill material for the new structure. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services P" ` G.,t d,a g ,d.e.t e a w AescoTech com 710. 7 4 e l s a..d VA nEsco Statement of QuaLfiations AESCO Proposal No.P6996 ----- --- -- - -- --- Russell Scharlin, PE, GE i education: Quality Control Director 91 SLS.Civil ' Engineering ' Russell Scharlin is the Quality Control Director and Senior ; (Georechnical). Geotechnical Engineer with over 40 years of experience in civil and Cnivenip of geotechnical engineering. Primary responsibilities include California at Daris performing all aspects of construction management, geotechnical B.S., Civil engineering and environmental studies. Mr. Scharlin has provided Engineering. design and construction management services related to L'nivenip of pavements and foundations for numerous structures, bridges, California at Davis pump stations, freeways, tanks, communication towers and other ; 40-hour Health and structures. ; Safety Training i Registrations: Specific Project Experience Geotechnical Engineer,.State of Seismic Remediation-Elevated Roadway-John Wayne Airport, Santa Ana California Quality Control Director. Mr. Scharlin was the Senior Quality Control i Civil Engineer,State of Director aor for the seismic retrofit of the bridge structure located at the John �- - - - - . . . . . . . . Wayne Airport. The project was for the County of Orange and Caltrans. The project consisted of installation of 64 steel column casings at select concrete column locations, enlargement of selected foundation pile caps, installation of new expansion joints at terminal vehicle ramps and walkways, detensioning and retensioning of slab tendons and miscellaneous pavement and sidewalk improvements. Also prepared the Construction Quality Control Plan and the Welding Quality Control Plan. Mr. Scharlin ensured that the project was completed on schedule and under budget. Main Street,Talbert Street and Heil Street Pavement Rehabilitation-City of Huntington Beach Quality Control Director: Mr. Scharlin was the Senior Quality Control Director for rehabilitation of the pavement on Main Street (between Garfield Avenue and Delaware Street), Talbert Avenue (between Gothard Street and Newland Street) and Heil Avenue (between Edwards Street and Goldenwest Street), including reconstruction of curb and gutters, sidewalks and retaining wall improvements and asphalt paving removal and replacement. Testing and inspections included excavation bottoms, placement of all structural fill, concrete, rebar, crushed miscellaneous base, asphalt paving including base and surface layers. Mr. Scharlin worked closely with the contractor to ensure that the project was completed on schedule and under budget. Springdale Reservoir—City of Huntington Beach Quality Control Director: Mr. Scharlin was the Senior Quality Control Director and Senior Geotechnical during construction of the 150-million-gallon capacity reservoir which is partially below ground. The project also included a new electrical building and a combination pump station/control and security building at the existing reservoir facility. Mr. Scharlin worked closely with the City of Huntington Beach and the contractor to ensure that the project was completed on schedule and under budget. Algonquin Lift Station No. 10, Huntington Beach Quality Control Director: Mr. Scharlin was the Senior Quality Control Director for the geotechnical Construction Material Testing/Inspection Environmental and Geotechnical Engineering services www.Aescc,Tech.com f14 . 7�e .oaro Statcmcut of Qualifiotiom AFSCO Proposal No.P6996 investigation and construction materials testing and inspections for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station for the City of Huntington Beach. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Olinda Landfill-Gas to Energy Facilities—City of yorba Linda Quality Control Director: Mr. Scharlin was the Senior Quality Control Director for construction materials testing and inspection services during construction of the gas to energy facilities at the Brea-Olinda landfill for the City of Yorba Linda and the County of Orange. The facilities included the installation of gas turbines mounted on concrete slabs, a combustion turbine generator, chilled water systems, polishing systems, compressed air systems, a step-up transformer, switch gears, axillary transformers, a main building and control room, trenching and piping, and miscellaneous structures. New access roads were also constructed. Warner Avenue Gravity Sewer Lift Station C—City of Huntington Beach Quality Control Director: Mr. Scharlin was the Senior Quality Control Director for the construction materials testing and inspection and for the geotechnical and environmental Phase II investigations for a new lift station facility. The project consisted of the replacement of the existing Lift Stations B and C and the Sunset Beach Sanitary Lift Station with a new Lift Station C. The submersible lift station incorporated a 14 foot by 26 foot by 22 foot deep wet well. The bottom of the well foundation was approximately 26 to 27 feet below existing grade. The new lift station also included an 8-foot deep valve vault which was 15 feet by 10 feet in plan dimension, a 60 kW outdoor generator, and electrical panels. State College Boulevard Grade Separation-Fullerton Quality Control Director: Mr. Scharlin was the Senior Quality Control Director for replacement of the at-grade railroad crossing by construction an underpass for State College Boulevard beneath the existing BNSF railroad. The City of Fullerton and the Orange County Transportation Authority (OCTA) constructed a vehicle undercrossing at the intersection of State College Boulevard and the Burlington Northern Santa Fe Railway. The roadway will be lowered between Santa Fe Avenue to the north to approximately 500 feet south of Valencia Drive to the south. Construction consisted of a temporary railroad shoo-fly, a railroad bridge, retaining walls, a pump station, pavement and utilities reconstruction. AESCO performed CIA inspection and testing for earthwork, foundation installation, concrete, reinforcing steel and pavement reconstruction. Sand Canyon Grade Separation-Irvine Quality Control Manager: Mr. Scharlin was the Quality Control Manager for the materials testing and inspections for the Sand Canyon Grade Separation project at the 5 Freeway in Irvine. The project includes the construction of a rail underpass, retaining walls, railroad relocation, storm drains, utility relocations, Sand Canyon Avenue relocation, and a new pump station. Third parties involved in the project include the City of Irvine, the Southern California Regional Rail Authority, Caltrans, and the Irvine Ranch Water District. Construction Material Testing/Inspection Environmental and Geotechnical Engineering services I .i G r $•i!d i 4 q '4W e e i e a w .AescoTech.conn 7 2 e+r 7 1 a Cf s e a d *A aEsco Statement of Qtuli(xatious AESCO Proposal No. P6996 David J. Ryan, PE Quality Control Manager 0,1 ; ; Mr. Ryan is a registered civil engineer and Quality Control Manager with B.S.,Engineering, over 40 years of experience in civil engineering. Primary responsibilities i Univemiti-of/Ilinois, include daily administration, record keeping, cost and schedule control, ; Champaign-t rhana, progress reporting, and working closely with the client to ensure that i 1973 the project is completed on schedule and under budget. Registrations: California,Vo. C49661 Specific Project Experience (civil) -- --- --------' Beach Boulevard Water Main Extension Project-City of Huntington Beach and Caltrans Quality Control Manager: Mr. Ryan was the Quality Control Manger for a 1500-foot extension of a water main on Eastbound Beach Boulevard between South Warner Avenue and Robidoux Drive and West Beach Boulevard to East Beach Boulevard at Holt in the Caltrans right-of-way. The testing and inspections included the placement of all structural fill and backfill, concrete testing and inspection, subgrade and aggregate base placement and compaction, asphalt paving construction (base and surface layers), rubber asphaltic concrete, slurry backfill, and inspection of ductile iron and pvc water lines,valves, fittings and the existing lines connections. Village at Westfield/Topanga Retail Mall, Canoga Park Quality Control Manager: Mr. Ryan was the Quality Control Manager for materials testing and inspection during expansion of the existing mall for Westfield Property LLC. The project included a parking garage, a new Costco Retail store and a tri-level mall retail area. Testing and inspection included concrete batch plant, concrete piles and logging, rebar, structural steel, masonry, fireproofing high strength bolting, aggregate, welding, mass grading, utility excavations, footing inspections, subgrade, base material evaluation, compaction, and asphaltic concrete. Long Beach Main Pumping Plant,Los Angeles County Sanitation District, Long Beach Quality Control Manager: Mr. Ryan was the Quality Control Manager for the quality control inspection and materials testing and geotechnical engineering services for the contractor for the Los Angeles County Sanitation District for the New Main Pumping Plant. The project involved a 50-foot wet well next to the existing plant along the 710 Freeway, adjacent to the Port of Long Beach. Forty separate structural concrete pours were performed below grade which required mass concrete- thermal control. Gerald Desmond Bridge Replacement, Port of Long Beach Quality Control Manager: Mr. Ryan was the Quality Control Manger for production testing of all reinforcing steel splices in accordance with Caltrans procedures for the replacement of the existing bridge. Sampling and testing were performed for rebar welded hoops, couplers, and reinforcing bars during construction of the foundations for the new bridge. Lakeview Avenue Grade Separation,Anaheim and Yorba Linda Quality Control Manager: Mr. Ryan was the Quality Control Manager for preparation of the QC/QA manual and supervised materials testing and inspection during construction of a new railroad grade Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I '' G• !L i.9 rfr..c s[c a www.AescoTech.com lo a d,. %f c 57%e r.d WA aeseo Statement of(.�nlifiatiom AESCO Proposal No.P6996 separation at the BNSF track. The project included railroad bridges, retaining walls, depressed roadways, utility relocations, roadway bridges,channel walls and drainage ditches. Design/Build Modernization for Terminal 1, Redevelopment Program for Terminal 7 and Modernization of Terminal 6, Los Angeles World Airport for the City of Los Angeles Quality Control Manager. Mr. Ryan was the Quality Control Manager for the special inspection and testing for three design/build projects at terminals 1, 6 and 7 for Southwest and United Airlines and for Westfield Properties. The scope of work included testing of the subgrade, base and concrete pavement for aprons, and asphaltic concrete tests on the areas between taxiways and utility trenches on the operation areas of the airport. Inside the terminals, concrete, masonry, fireproofing, structural steel with high strength bolting and welding special inspections were provided on a 24/7 basis during construction to seismically upgrade the 45 year old structures. Supervised a work force of eight inspectors working 2 shifts per day which was required to complete the project while keeping the terminals open. Indian Springs Athletic Complex,San Bernardino County Quality Control Manager: Mr. Ryan was the Quality Control Manger and supervised and reviewed the geotechnical recommendations for foundation design for the proposed stadium, running track, field and aquatics center structures and masonry side walls for the San Bernardino Unified School District. Mr. Ryan also supervised the caisson and footing installations, offsite fabrication of the stadium and construction of the pools. Construction Material Testing/Inspection �. 9 Environmental and Geotechnical Engineering services P., S a.i l4 i. �1..e+i c a v .AescoTech.com 9+6. 71e y+e.r,{ VA aeaeo Statement of Qua�om AFSCO Proposal No.P6996 Kay Alabed Project Coordinator Kay is the founder and president of AESCO Inc. She established the ; Education: company in 1994 in Baton Rouge, Louisiana as a drilling company, which R.S., Dental grew to a full-scale construction management and engineering firm. Kay Medicine. Dumaxas serves as Project Coordinator, payroll manager and is also the ('nirersin. 1990. administration of all of AESCO's projects. Ms. Alabed is also office Professional manager and is in charge of the company's daily operations, project Certifications: scheduling, client relationships, and accounting. She has written Operations waste perwions OSI/A's numerous computer software programs for the organization and Standard Training operation of the firm. Kay also has a medical degree in Dentistry and her Certificate medical knowledge and experience enables her to serve as the company's Radiation Safety health and safety officer. Kay prepared AESCO's Health and Safety officer and NuclearGaugeCertifred Manual, Quality Assurance Program, and oversees the operating I-______-_ ---------- --- procedures for AESCO's nuclear density gauges. She also schedules and budgets many of AESCO's projects. She has been responsible for coordinating and scheduling a variety of projects such as: freeway, grade separations, commercial, dam sites, gasoline service stations, and solid waste sanitary landfill sites. Specific Project Experience Sand Canyon Grade Separation-Irvine Project Coordinator. Ms. Alabed was the Project Coordinator for the Sand Canyon Grade Separation project in Irvine for the Orange County Transportation Authority/Caltrans. The project included a railroad shoo-fly and new railroad bridge and CIDH foundations, retaining walls, shoring, pavement, utility installation, a pump station and building construction. Perris Valley Line Commuter Rail Extension Project-Perris Project Coordinator. Ms. Alabed was the Project Coordinator for the Perris Valley Line Extension Rail Project for the Riverside County Transportation Commission. The project involved a 22-mile extension of the existing 512-mile Metrolink commuter rail system and stations. Soundwalls for the 210 Freeway-Los Angeles County Project Coordinator: Ms. Alabed was the Project Coordinator for the new soundwalls on the 210 Freeway for Caltrans. The project included bridge and retaining structures and soundwalls. Construction Material Testing/Inspection Environmental and Geotechrncal Engineering services I w .AescoTech.com =+Y St e=cut of Oualificatiow AFSCO Proposal No.P6996 Debra Perez Project Manager Debra Perez has been a Project manager for various geotechnical and -- ----------------- environmental engineering projects for over 35 years. Ms. Perez has Education: been project manager for a variety of projects including construction of Civil Engineering, new above ground oil storage tanks for ARCO, City of Lynwood Senior GraduateSrudies Center, new natural gas pipelines and steam generating facilities for i Program, Southern California Edison, several freeway and road projects including California'Slate CniversiA.. Long new embankment fills, new bridges, grade separations, pavement Beach. C'aBjnrniu design and survey of existing road conditions, and new telecommunications facilities throughout California. Ms. Perez' B. S., ReneK•ahle experience includes hazardous waste investigations, supervision of the Vmural Resources, ["nirersin•of soils laboratory and preparing reports for compaction, preliminary soil C•alijornia.Davis, 1978 investigation, distress investigation, and slope repair projects. Specific Project Experience IL --- --- -- --- ---- Sewer Lift Station Replacement Project-Algonquin Lift Station No. 10, Huntington Beach Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation and construction materials testing and inspections for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Ranger Sewer Lift Station No. 16-City of Huntington Beach Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation and the materials testing and inspection for construction of Ranger Sewer Lift Station No. 16 for the City of Huntington Beach. The new lift station was 24 feet by 24 feet in plan dimension and was placed at a depth of 18 feet below the existing ground surface. Recommendations were made for a mat foundation, dewatering during construction, waterproofing, pipe bedding, lateral pressures, and shoring. Auto Center Drive/BNSF Railroad Grade Separation, Corona Project Manager: Ms. Perez was the Project Manager for the geotechnical and materials testing and inspections for the Auto Center Drive grade separation project for the City of Corona and Riverside County Transportation Commission. The project consisted of constructing a four-lane overcrossing at Auto Center/BNSF railroad tracks. Construction required a bypass roadway, other roadway improvements, retaining walls, utilities and CIDH piling foundations. Construction Material Testing/Inspection Environmental and Geotechnical Engineering services I V e r e d t.9 4. e e a www.AescoTech.mm 7100 7 L r s s v w d Zl a n®r� Shatcment of Qualifcabom AESCO Proposal No. P6996 On-Ramp Widening, Eastbound SR-91 Freeway at Beach Boulevard, Buena Park Project Manager: Ms. Perez was the Project Manager for the geotechnical investigation and materials testing and inspection services for the widening of the Eastbound SR-91 Freeway On-Ramp at Beach Boulevard for the City of Buena Park, a Caltrans oversight project. An environmental investigation and Aerially Deposited Lead study was also performed. State College Boulevard Grade Separation, Fullerton Project Manager: Ms. Perez was the Project Manager for the replacement of the at-grade railroad crossing by construction an underpass at State College Boulevard beneath the existing BNSF railroad for the City of Fullerton. Construction consists of a temporary railroad shoofly, a railroad bridge, retaining walls, a pump station, pavement and utilities reconstruction. Lambert Park—City of Huntington Beach, Department of Public Works Project Manager: Ms. Perez was the Project Manager for a geotechnical investigation for a repair of a failing slope at the existing park. The slope is 40 feet high and inclined at 1.5:1 (H:V). The investigation included logging and sampling of several borings, laboratory testing, slope stability analyses, and a seismic and geologic review. AESCO provided recommendations for slope repair including reconstructing the base of the slope in 10-foot wide sections. A buttressing wedge was placed at the toe of the slope using compacted crushed aggregate base and keyed 3 feet into the underlying native soils. Above the wedge, horizontal geotextile strips were placed at the surface of the existing slope to reinforce the surficial soils. AESCO monitored the construction activities during the slope repair. Warner Avenue Gravity Sewer Lift Station C, Huntington Beach Project Manager: Ms. Perez was the Project Manager for the construction materials testing and inspection and the geotechnical and environmental Phase II investigations for a new lift station facility for the City of Huntington Beach. The project consisted of the replacement of the existing Lift Stations B and C and the Sunset Beach Sanitary Lift Station with a new Lift Station C. The submersible lift station incorporated a 14 foot by 26 foot by 22 foot deep wet well. The bottom of the well foundation was approximately 26 to 27 feet below existing grade. The new lift station also included an 8-foot deep valve vault which was 15 feet by 10 feet in plan dimension, a 60 kW outdoor generator, and electrical panels. The sewer installation was installed over a distance of 1 mile. Olinda Landfill-Gas to Energy Facilities—Yorba Linda Project Manager: Ms. Perez was the Project Manager for construction materials testing and inspection services during construction of the gas to energy facilities at the Brea-Olinda landfill for the City of Yorba Linda and the County of Orange. The facilities included the installation of gas turbines mounted on concrete slabs, a combustion turbine generator, chilled water systems, polishing systems, compressed air systems, a step-up transformer, switch gears, axillary transformers, a main building and control room, trenching and piping, and miscellaneous structures. New access roads were also constructed. Mr. Chamaa performed the special materials inspection and testing services during construction. Services include grading and fill inspection/testing (fill acceptance, compaction tests, classification tests, and excavation inspections), foundation inspections, rebar, high strength bolts,grout, asphalt, etc. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services w .Aescc,Tech.conn �:e. '74e eaad ?fp nEeeo Statement of Quali6cabous AE.SCO Proposal No. P6996 Omar Chamaa, EIT .-------------, Inspection Manager Education:orn i Mr. Omar Chamaa has over 14 years o experience as inspection manager ; (•alivenin- Sane , ('nA•enin•, Lang � supervising inspection of construction materials such as concrete, steel, Beach. B.S. Civil anchors, soils, and grading. Mr. Chamaa has multiple Caltrans certificates Engineering,2009. and has been the inspection manager for several City of Huntington Beach, Caltrans and OCTA projects which included CMU walls, bridges, roadways, Professional Certifications: , utilities, foundations, pipeline installations, lift stations, and retaining wall EIT construction. Mr. Chamaa was responsible for construction material ; /CC Certified approval, such as: select fill, foundation excavation, slope cut, steel Concretelnspeclor Cal Trans installation, and concrete mix design for various projects. He attended C'erllJJcure nj construction meetings to discuss material approvals, deficiencies, prafcienc;s', modifications, as well as providing final observation reports to the client. F7erural Strength of PCC. Grading. Specific Project Experience i Compressive Strengrh, Concrete Widening of the 1-405 Freeway,Euclid St.to 1-605-Orange County Curing. Making Inspection Manager: Mr. Chamaa is the Inspection Manager for the Quality Beams.Concrete, tic. .tieq t7r. Verification materials testing and inspection during widening of the 1-405 C'in of .Ynspor/ ; Freeway between Euclid Street and the 1-605 Freeway, a total of 16 miles, for Beach Registered OCTA and Caltrans. The widening project includes construction of new lanes on ; Depun' Building the southbound and northbound sides, retaining walls, bridges, etc. Testing and lnspectr,r inspection services include a review of concrete mix designs, concrete, concrete C'in' of (;order# Grove Registered batch plant inspection, pile inspection and logging, rebar inspection, aggregate , Depum Building ; testing, welding inspection, subgrade, base material evaluation and testing, Inspector compaction, and asphaltic concrete. Mr. Chamaa has also coordinated the MCI Certified, scheduling of inspections, supervised safety compliance, traffic control, lane Concrete field ; closures, and the Stormwater Pollution prevention Plan (SWPPP). i Testing Technician ' AC1 Certified. , Concrete ' Warner Avenue GravitySewer Lift Station C, Huntington Beach ' g , Lulwruton' Testing � Inspection Manager: Mr. Chamaa was the Inspection Manager for the Technician construction materials testing and inspection and the geotechnical and Cin' of Long environmental Phase 11 investigations for a new lift station facility for the City of ; Beach Registered Huntington Beach. The project consisted of the replacement of the existing Lift ; nepun' building , Stations B and C and the Sunset Beach Sanitary Lift Station with a new Lift Station ; Inspector • C. The submersible lift station incorporated a 14 foot by 26 foot by 22 foot deep fin of Rirerside i, Registered Depots- wet well. The bottom of the well foundation was approximately 26 to 27 feet ; Inspector below existing grade. The new lift station also included an 8-foot deep valve Certified Radiation vault which was 15 feet by 10 feet in plan dimension, a 60 kW outdoor generator, I Safen and Auclear and electrical panels. The sewer installation was installed over a distance of 1 Gage Operator - ------------ mile. Sand Canyon Grade Separation, Irvine Inspection Manager: Mr. Chamaa is the Inspection Manager for the materials testing and inspections for the Sand Canyon Grade Separation project at the 5 Freeway in Irvine. The project Construction Material Testing/Inspection Environmental and Geotechnical Engineering services II'.: , G.e!d e.q ,-sr.e s e e a wsvw.AescoTech.com 7 s a. 7 f e !r e n d Z!p A..00 Swcmcut of Qualific2tiom AESCO Proposal No.P6996 includes the construction of a rail underpass, retaining walls, railroad relocation, storm drains, utility relocations, Sand Canyon Avenue relocation, and a new pump station. Third parties involved in the project include the City of Irvine, the Southern California Regional Rail Authority, Caltrans, and the Irvine Ranch Water District. First Street Bridge Replacement, City of Santa Ana Inspection Manager: Mr. Chamaa is the Inspection Manager for the construction materials testing and inspections during the replacement of the bridge. Geotechnical services consisted of pile driving parameters evaluation and selection of fill materials. Testing and inspections were conducted on piles,welding, structural steel, precast concrete, concrete, asphalt, mix designs, etc. State College Boulevard Grade Separation, Fullerton Inspection Manager: Mr. Chamaa is the Inspection Manager for the replacement of the at-grade railroad crossing by construction an underpass for State College Boulevard beneath the existing BNSF railroad. The City of Fullerton and the Orange County Transportation Authority (OCTA) are constructing a vehicle undercrossing at the intersection of State College Boulevard and the Burlington Northern Santa Fe Railway. The roadway will be lowered between Santa Fe Avenue to the north to approximately 500 feet south of Valencia Drive to the south. Construction consists of a temporary railroad shoo-fly, a railroad bridge, retaining walls, a pump station, pavement and utilities reconstruction. AESCO has performed CIA inspection and testing for earthwork, foundation installation, concrete, reinforcing steel and pavement reconstruction. Sewer Lift Station Replacement Project,Algonquin Lift Station No. 10, Huntington Beach Inspector: Mr. Chamaa was the Inspector for the geotechnical investigation and construction materials testing and inspections for the demolition and replacement of an existing lift station and some of the associated piping with a new lift station located approximately 50 feet south of the existing station. The new lift station consisted of a concrete vault with a footprint area of approximately 10 feet by 10 feet and about 30 feet to 35 feet in depth. Broadcom Headquarters-Irvine Inspection Manager: Mr. Chamaa is the Inspection Manager for the two bridge structures during the first phase of construction. One bridge on the north side has two lanes, two sidewalks and planters and is for access to the new structures. This bridge is approximately 180 feet by 90 feet in plan dimension. The second bridge consists of a pedestrian plaza with a fire lane access and is approximately 450 feet by 150 feet in plan dimension. Marine Way will extend beneath the bridge allowing access to the Great Park in Irvine. Materials testing and inspections consisted of reinforcing steel and concrete for footings, columns, retaining walls, bridge deck, approach slabs, wing walls, Caltrans barrier rails, and Caltrans sidewalks. Pile caps, post-tensioning for the foundations and slabs were also inspected as well as the electrical layouts, falsework for the bridge deck and concrete forms. Construction Material Testing/Inspection Environmental and Geotechnical Engineering services I' '4 r c s c c a www.AescoTech.com 57 s e.. 7.(r Cj s e r.L %(/ nF�eo Statement of Qualifications AESCO Proposal No.P6996 Steven Crumb Laboratory Manager --------- - ----------- Education: ' Mr. Steven Crumb has over 12 years of experience in laboratory testing B.S. Cirif Engineering(in ' and materials testing such as concrete, steel, bolts, CIVIL) walls, soils and progress) aggregate. He is experienced in performing materials and geotechnical California Statel'niversin. Long Beach ' testing. Mr. Crumb supervises the quality control for laboratory , operations and audits, has implemented new laboratory testing including i Civil Engineering creation of fixtures, protocols and reporting, and trained staff on ('erritosCollege concrete, aggregate, soils, steel, rebar and cement products. , Professional � Specific Project Experience Certifications: ' Los Angeles Regional Interoperative Communications Systems-Los AC( ' i Angeles County Concrete Laboratory Laboratory Manager: Mr. Crumb is the Laboratory Manager during , Testing construction of the new emergency communications system for Los ' Concrete Field Testing 8 y y ' Concrete Strength , Angeles County. The system is composed of over 100 monopoles, three- ; Caltrans legged and four-legged self-supported towers, support slabs for Calculations equipment and generators, and rooftop antennae placed throughout the Grading County. The system will cover 88 cities and the unincorporated areas of ' Agg--Sampling Soul and Agg Sample Prep. . i Los Angeles County and will cover 4,084 square miles. The towers range , in height from 50 feet to over 180 feet. The purpose of the system is to .SfeveAnalvsis Percent Crushed Particles provide improved radio and broadband communication for public safety Relative Compaction providers. Mr. Crumb is supervising the materials testing which includes Sand Equivalent concrete, rebar, soil, masonry, epoxy, structural steel, asphalt, etc. ; Moisture Content � Cleanness , Durahilip, Metrolink Parking Structure—Orange ' Laboratory Manager: Mr. Crumb was the Laboratory Manager for the new ; CompraiSte.ngth di Flerurul.Strength , Metrolink parking structure at the Orange Transportation Center. The Flevura(Strength-PCC new structure is 5 stories high with 2 subterranean levels and provides Sampling Fresh Concrete parking for 611 vehicles. Mr. Crumb supervised the materials testing AASHTO ; which included reinforced concrete, rebar, mortar, soils, epoxy dowels, Sieve Analysis-Fine prestressed concrete,grout. i Sieve Analtsis-Coarse and Fine Reducing.Samples of H.NA On-Call Construction Inspection and Materials Testing-LAUSD-Los Reducing Samples ofAg& Angeles .Sand Equivalent � Laboratory Manager: Mr. Crumb is the Laboratory Manager for the i Evaporahle.tloisture ' materials testing for various projects for Los Angeles Unified School Content District. The materials testing included asphaltic concrete, concrete, HoistureContent-H.tIA reinforcing steel, masonry, structural steel, high strength bolts, soils, etc. Percent ` -------------------' Construction Material Testing/Inspection , Environmental and Geotechnical Engineering Services w .AescoTech.com *e w 7 f c l z e a K G 2!F n,esc-.o Statement of Qualif'eeatiosus AFSCO Proposal No. P6996 Giovanni Mikhail ---------------------- In.spector Education: Mr. Mikhail has over 15 years of experience in the field and in construction R.A., Business. Derry materials testing and inspection services for concrete, masonry, steel, anchors, L'niversin•,in progress soils, and grading. He is experienced in performing compaction testing, Professional foundation inspections and subgrade inspection and testing. Certifications: Comm,of Las Specific Project Experience Angeles Certified Bristol Street Slope Stabilization—John Wayne Airport,City of Santa Ana Depu(s•Inspector mosonn' Inspector: Mr. Mikhail is the Inspector for the materials testing and inspection C'ounn afLos during construction of upper and lower Mechanically Stabilized Earth (MSE) ,dngelesCertifted Retaining Walls and associated drainage facilities and appurtenances along the Depun'Inspector north side of North Bristol Street and at the south end of the John Wayne concrete Airport. Mr. Mikhael performed concrete batch plant inspection; the grading ICCSrruc•tural and earthwork inspection and testing; retaining wall backfill; foundation Masonry Certified inspection; concrete structure inspection and testing; and masonry inspection Inspector ICC Reinforced and testing. Inspection of the geosynthetic fabric was also performed. Concrete Certified Inspector Widening of the 91 Freeway-Orange and Riverside Counties ACI Certified, Inspector: Mr. Mikhail was the Inspector for the materials testing and inspection Concrete Field during the widening of the 91 Freeway. The widening project includes the Testing Technician Certified Radiation construction of new lanes on the east and westbound sides, new retaining walls, Safen•and Auclear bridges, etc. The testing and inspection services included a review of the Cage Operator concrete mix designs, concrete testing and inspection, concrete batch plant C'altransC'ertffic•ateof inspection, pile inspection and logging, rebar inspection, aggregate testing, Profic•iencyfor.*Air welding inspection, subgrade testing and inspection, base material evaluation ; Content, Fresh r and testing, compaction testing and inspection, retaining wall footings, rapid set Mired Concrete, concrete, masonry, MSE backfill, and asphaltic concrete testing. ; Pressure.Dentin nj Frnh Concrete, Flevural Strength of Perris Valley Line Commuter Rail Extension Project-AMES Construction for ; PCC(Fabrication Riverside County Transportation Commission on/s•/, Inspector: Mr. Mikhail was the Inspector for the quality control inspection and ; Ball Penetration in materials testing services for the Perris Valley Line Extension Rail Project in Fresh Portland Riverside County, CA. The project involves a 22-mile extension of the existing Cement Concrete. Fre%he. .Sampling I-res/rlr 512-mile Metrolink commuter rail system. Testing and Inspection services ; Mired including compaction, asphalt, structural backfill, concrete batch plant Concrete. PCC inspection are being provided for the track, grade crossings, structures, railroad ; Crlinder Fabrication. stations (Riverside Hunter Park Station, Moreno Valley/March Field Station, Slamp(if Fr^h Downtown Perris Station and South Perris Station) and the layover facility. Mr. Portland Cement Mikhael performed inspection and testing of compaction, asphalt, structural Concrete. Temperature of backfill, and concrete batch plant inspection. Freshls• 1/ised Portland Cement Concrete TH'IC Card --------------------- Construction Material Testing/Inspection I� , Environmental and Geotechnical Engineering Services $s a[des 9 rfrw r s e c a w .Aescc,Tech.com 57 s e w 7 4 e l/e e a s d Zt p neaco Statement of Qualifications AESCO Proposal No.P6996 -- - -- --- ------• i Education: Christopher J. Sobek Coastline ' Communin. Senior Inspector ' Mr. Christopher J. Sobek has over 17 years of experience in the field ; College, Orange i Coast College, I performing testing and inspection of construction materials such as OrangeC'ounry concrete, steel, anchors, soils and grading. Mr. Sobek performed ; Inspection ' construction materials testing and inspections for multiple Caltrans projects ; Certificate: i which included bridges, roadways, utilities, foundations, pipeline Buildmg i installations, and retaining wall construction. ' Inspection. Conerete/Nasnnrr i Blueprint Reading, Specific Project Experience WomrU.Stee! ' Fireproofing of High Bay Hanger-Los Angeles International Airport Framing. Fire A Inspector: Mr. Sobek was the Inspector for the fireproofing of the High Bay ; Life ScrfM, Hanger for American Airlines. ; If'elding ' TecbnoloXv. Terminal 2 and Terminal 4-Ontario International Airport Electrical, Inspector: Mr. Sobek was the Inspector during construction of the two new PIlrnrhirtg terminals. Testing and inspections consisted of concrete, foundations, Professional rebar, welding, compaction, etc. Certifications: I(CB("CC- ' Gerald Desmond Bridge Replacement- Long Beach Reinforced Inspector: Mr. Sobek was the Inspector for replacement of the existing Concrete.Prestress Concrete..Vtrutlural bridge for the Port of Long Beach. Testing and inspections were performed Sleel7Weldin g. for concrete, rebar, couplers, asphaltic concrete, welding, soil, compaction, Srructural.tlas. base, foundation, paint and batch plant inspection. Fireproofing, ' Building Inspection ' I-605/I1-10 Connector- El Monte and Plumbing, � Inspector: Mr. Sobek was the Inspector for flyover connector from `tClLuboraton' Testing-Grade I and i southbound 1-605 to the eastbound 1-10 for Caltrans. The proposed fly-over Grade If. direct connector (southbound 1-605 to eastbound 1-10) would replace the Transportation existing shared at-grade connector. Testing and inspections were Radiation.Vafetr performed for concrete, subgrade compaction, asphalt, rebar, etc. I and( se of Ps'uclear Gage Alondra Park Pool/Skate Park- Los Angeles County ' Competent Person Inspector: Mr. Sobek was the Inspector for the construction materials Training � Pmt-Tensioning testing and inspections for the construction of the Pool and Skate Park at Institute in Alondra Park near Lawndale. The new pool is 25 meters by 25 meters in Cnbrmded Tendons ' plan dimension and the skate park is 14,000 square feet. Testing and Asphalt Institute in inspections were performed for compaction, concrete, rebar, epoxy, etc. tli-r Design TechnoloXy ' DSA Class I i OSHPD Class.4 AWS-CW I ' NICET Level II i llighw•gs• ' Construction ' Sluh•rio/s i 30-hourIla:urdous B usle -------------- Construction Material Testing/Inspection h 9 Environmental and Geotechnical Engineering Services r�• l L!+ ,d.. t, . c a w .AescoTech.com 71e.. 71e C.a.. G 2tp .nrsaera Statement of Quaffint;ons AESCO PropoW No.P6996 Michael Kopenski Senior Inspector ---------------------- Mr. Michael Kopenski has over 20 years of experience for a variety of projects for certifications: Airport, Caltrans, Public Works and Public Schools throughout Southern Certified Welding California. Inspector lCC Reinforced Concrete Specific Project Experience /CC3fasonrr Gerald Desmond Bridge Replacement Project-CALTRANS ICC Spray Allied Quality Control Inspector: Mr. Kopenski was the Quality Validation Structure Fireproofing ; lCC Welding(.32) Inspector for the construction of Gerald Desmond Bridge. Mr. Kopenski ICC Structural performed shop and field inspection and nondestructive testing of structural steel Welding& Bolting weldments. Mr. Kopenski performed final inspections and testing of all material (SI) per the plans and specifications. ACl Certification A'on-destructive testing Widening of the 1-405 Freeway-Orange County LADBS City of Los Angeles Registered Inspector. Mr. Faulstick is the Inspector for the Quality Verification materials Steel Inspector testing and inspection during widening of the 1-405 Freeway between Euclid (Welding) Street and the 1-605 Freeway, a total of 16 miles, for OCTA and Caltrans. The PCI Level I widening project includes construction of new lanes on the southbound and northbound sides, retaining walls, bridges, etc. The testing and inspection services include a review of concrete mix designs, concrete testing and inspection, concrete batch plant inspection, pile inspection and logging, rebar inspection, aggregate testing, welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection, and asphaltic concrete testing. Crenshaw/LAX Transit Corridor-Metrolink Quality Control Inspector: Mr. Kopenski was the Quality Inspector for placement of reinforcing steel along the transit corridor daily for compliance. Kept daily testing logs of welding and nondestructive testing. SR-91 Express Lanes Project—OCTA Quality Control Inspector: Mr. Kopenski was the Quality Inspector for the quality assurance inspection and testing for the SR-91 Express Lanes Project Interchange improvements new ramps and loops, widening of highway and street improvements. Project took over 3 1/2 years to complete. 2014-2018 Tom Bradley International Terminal (TBIT)—LAX Quality Control Inspector: Mr. Kopenski was the Quality Inspector for the new 110ft-tall (3-story) Great Hall at the upgraded terminal, part of the $509.8 million project. The new Great Hall was approximately 150,000 square feet. Mr. Kopenski performed inspection of all structural weldments. Construction Material Testing/Inspection , Environmental and Geotechnical Engineering services l i g c B a 1 e e e a g 4 s e t e c 4 w .AescoTech.com 7 s o.. 74 a lj t o a a G if p Statement of Qualifiauom AESCO Proposal No. P6W. i Jarrod Martin Leadlnspector ----------------- certifications: i 1(-(' — Master of Spacial 1 Mr. Jarrod Martin is a highly experienced lead inspector with over 17 years of inspection, Structural extensive experience doing grading, earthwork, structures, utilities and Steel and Bolting Special asphalt concrete placement for roads, highways, and bridges. His strengths Inspector. .Sprgr applied ' include, but are not limited to, highway and roadway testing and inspection fire Proofing Special Structural ' of soil, Portland cement concrete, asphalt concrete, and aggregate base for inspector. i If gilding Special i new construction and rehabilitation projects. Additional experience includes � Inspector, Reinforced � coordinating or directing other filed inspectors and technicians as needed, Concrete Special review of daily test reports, and monitoring of testing frequencies in Inspector, Structural i accordance with the project specification. He can recognize unstable flawar' Special subgrades and provide on-site mitigation alternatives including Inspector, Structural overexcavation and installation of many geo-fabrics. He is also extremely Steel & Welding .Special � proficient at inspecting and reporting on all structures. He started working InspectortA('I Concrete i Field Testing Technician with structures as a carpenter and moved directly, swiftly, and successfully (;rude-1:.4HSC4ItCh), ; into the inspection industry performing as a lead inspector since 2012 . of Los Angeles Deput). i Building Inspector ---------- Specific Project Experience Union Patsaouras Bus Depot-Los Angeles leod Inspector: Mr. Martin was the Lead Inspector for the contractor as well as Metro and CalTrans for the new bus platform. Performing inspections on a daily basis and coordinating various inspectors and technicians for the testing and inspections that were required. Performed inspections and testing of the overexcavation and backfill of subgrade, installation of CIDH piles, micropiles, footings, columns, caps for the overpass, a pedestrian stairway, and two elevators. Widening of the 1-405 Freeway-Orange County Inspector: Mr. Martin is the Inspector for the Quality Verification materials testing and inspection during widening of the 1-405 Freeway between Euclid Street and the 1-605 Freeway, a total of 16 miles, for OCTA and Caltrans. The widening project includes construction of new lanes on the southbound and northbound sides, retaining walls, bridges, etc. The testing and inspection services include a review of concrete mix designs, concrete testing and inspection, concrete batch plant inspection, pile inspection and logging, rebar inspection, aggregate testing, welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection, and asphaltic concrete testing. 3'd Street and Broadway Cycle Track-Long Beach Inspector: Mr. Martin was the Lead Inspector performed QC inspection and testing in City of Long Beach for roadway modifications to include a bike lane along 3rd Street and along Broadway. The project included relocating utilities, HMA grind and overlay, and installation of the new concrete bus pad. Mr. Martin inspected and tested the placement of base and HMA. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I' www.AescoTech.com l e e. '7 4 c g e s r a d V p aeacn Statement of Qu>V ciw AESCO Proposal No. P6996 Four Seasons Wetherly-Los Angeles Lead inspector: Mr. Martin was the Lead Inspector for a new 12-story tower which included 59 luxury condos, 3 pools, and a 3-story parking garage as its base. The $250 million project consisted of soldier pile shoring, grading, export of soils, concrete, and post tension construction. Due to the expeditious and high-profile nature of this project the contractor made a valiant effort to place concrete every working day. Therefore, the contractor's questions needed expeditious answers and inspections needed to be completed as swiftly and accurately as possible to keep the project on time and under budget. Mr. Martin coordinated the inspections, sampling, and testing of the construction materials and craftsmanship of the work performed and installed by the contractor and subcontractors to ensure compliance with project plans and specifications. 241 Toll Road-Orange County Civil Inspector: Mr. Martin was the Civil Inspector during excavation of the sloughing slope during the and toll road expansion. Mr. Martin was responsible for the inspection of the craftmanship and documentation of compliance with the approved slope and shoring plans. Inspected the excavation for unstable and unsuitable material. Observed placement of the repaired slope and drainage culverts, placement of rock materials, concrete, and structures. Performed testing and inspection of compaction of all soils and aggregate used to reconstruct the slope. Verified the bottoms of the overexcavation and the keyways prior to the placement of fill. Also verified bench cutting into suitable material on a continuous basis to ensure the stability of the slope when complete. Construction included placement of fill for widening of the roadbed, MSE walls, backfill operations abutments, placement of all concrete/aggregate products, pipe, conduit, RCP, PVC, and corrugated pipe, soil nail walls and tie back walls. Paving materials included lean concrete base, jointed plain concrete pavement and asphalt concrete. State Route 125 Design-Build Project-Chula Vista Inspector: Mr. Martin was the Inspector during the$775 million design-build project which consisted of a new 12-mile toll road from SR-905 to the SR-54 and the gap/connectors to SR-54, which included 23 bridge structures. Provided comprehensive quality control services including materials handling, testing, source inspection, structural inspection, and sampling. Performed materials laboratory testing in mobile laboratories on-site Construction Material Testing/Inspection ` 9 Environmental and Geotechnical Engineering Services h, r`r `w 4.e r`c a w .AescoTech.com T e e m '7 f e 5 s e..A VA aaeaea Statement of Qualifications AESCO PropoW No.P6996 Darryl Faulstick Inspector i---------------+ Mr. Darryl Faulstick has more than 16 ears of experience in construction ICCClcaHons: ry y p � ICC Certified in i quality management, QA/QC inspection and testing that spans a variety of Prestressed Concrete, project types including Caltrans, Metro, design builds, transportation, Reinforced Concrete education, renewable energy, residential and commercial development. I have in-depth knowledge of codes, specifications and the standard tools and aCI Concrete Field equipment utilized in construction, sampling and testing of construction ; Testing Technician materials. I have knowledge of mathematics and the methods used for Grade 1 computation of construction items. I have progressively increased my level of ---------------- responsibilities throughout my career. The past 4 projects have extensive experience working as lead QA/QC inspector. Specific Project Experience Widening of the 1-405 Freeway-Orange County Inspector: Mr. Faulstick is the Inspector for the Quality Verification materials testing and inspection during widening of the 1-405 Freeway between Euclid Street and the 1-605 Freeway, a total of 16 miles, for OCTA and Caltrans. The widening project includes construction of new lanes on the southbound and northbound sides, retaining walls, bridges, etc. The testing and inspection services include a review of concrete mix designs, concrete testing and inspection, concrete batch plant inspection, pile inspection and logging, rebar inspection, aggregate testing, welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection, and asphaltic concrete testing. AES Huntington Beach Energy Project-Kiewit, Huntington Beach Lead Special Inspector: Mr. Faulstick was the Inspector during construction of the new power plant in Huntington Beach. Responsibilities included ensuring that the inspections and testing for the project were completed in accordance with CBC, ASTM and Kiewit project specifications, testing frequencies, overseeing day to day construction quality and daily reports. Professional working relationships with Kiewit, AES, NV5 and GPI. Specific inspection tasks included ACIP, pile caps, utilities, mass grading, concrete placement, grout placement, reinforcement and managing technicians. SFI Gerald Desmond Bridge Replacement Project-Long Beach Lead QA Inspector: Mr. Faulstick was the Lead Inspector during replacement of the existing bridge. Responsibilities included ensuring that the inspection and testing for the project were completed in accordance with Caltrans and POLB specifications, testing frequencies, overseeing the day to day construction quality and providing testing documentation, daily reports. Professional working relationships with Caltrans, POLB, SFI staff. Specific inspection tasks included roadway, hollow/solid columns, CIDH, MSE walls, abutments, approach slabs, retaining walls, barrier slabs, barrier walls, pile caps, MBGR, mass grading, roadway grading, storm drains, utilities, concrete placement, reinforcement, asphalt paving, managing technicians. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I P a g t Fa l t d e a g �4.+e s e c a v .AescoTech.com 9 s e W 7 f e Cl e e a a d ?C,o wr�oo Statement of Qualifications AESCO Proposal No.P6996 Devote 1-15/1-215 Interchange Project-Devore Lead QA Inspector: Mr. Faulstick was the Lead Inspector during improvements to the interchange through adding one new lane and two miles of truck bypass lanes in each direction and building a new 1-15 mainline northbound connector. Responsibilities included ensuring that the inspection and testing for the project were completed in accordance with Caltrans specifications, testing frequencies, overseeing the day to day construction quality and providing testing documentation, daily reports. Professional working relationships with Caltrans and Atkinson staff. Specific inspection tasks included roadway, solid columns, CIDH, MSE walls, bridge abutments, tieback/soil nail walls, approach slabs, retaining walls, barrier slabs, barrier walls, MBGR, mass grading, roadway grading, storm drains, utilities, street improvements, reinforcement, concrete placement, shotcrete placement,grout placement,asphalt paving, managing technicians. 1-405 Sepulveda Pass Widening Project-Los Angeles Lead QA Inspector: Mr. Faulstick was the Lead Inspector during the widening of the 1-405 Freeway. Responsibilities included ensuring that the inspection and testing for the project were completed in accordance with Caltrans and LA City specifications, testing frequencies, overseeing the day to day construction quality and providing testing documentation, daily reports. Professional working relationships with Caltrans, LA City, Kiewit staff. Specific inspection tasks included roadway, MSE walls, CIDH, solid columns, bridge abutments, approach slabs, barrier slabs, barrier walls, retaining walls, sound walls, mass grading, roadway grading, tieback/soil nail walls, MBGR, storm drains, utilities, reinforcement, concrete placement, shotcrete placement, grout placement, street improvements,asphalt paving, managing technicians. Pine Tree Wind Turbine Project-LADWP,Mojave Lead QA Inspector. Mr. Faulstick was the Lead Inspector during construction of the wind turbine project. Responsibilities included ensuring that the inspection and testing were completed in accordance with LADWP specifications, testing frequencies, overseeing the day to day construction quality and providing testing documentation, daily reports. Professional working relationships with LADWP, Kiewit staff. Specific inspection tasks included concrete foundations, rock anchors, CIDH, bridge deck, mass grading, roadway grading, storm drains, utilities, reinforcement, concrete placement,grout placement,concrete and grout sampling,soils testing. Construction Material Testing/Inspection Pa i Environmental and Geotechnical Engineering Services a[L L[a As e s[e a w .AescoTech.com 5l's e wr 7 4 e asYaCp Statemcni of Q ualificaticros AESCO Proposal No.P6996 Ben P. Graubard Senior Inspector ------------------------ Mr. Ben Graubard has a total of 14 years of construction and B. L. CaliforniaB..L. Caifor Slulc• infrastructure experience on various airport and roadway projects Iniveni(ir Fullerton throughout California. His experience ranges from Quality Control, (various districts), to Quality Assurance Representing the California 10-hourOS11Allealth Department of Transportation in District 8. Ben's responsibilities have and Safe)).Cone ranged from the testing and inspection of concrete. Inspection of grade, Certifications: installation of reinforcement, and the placement of concrete. 1CC Reinforced Special Inspector 5 Specific Project Experience ICC Prestressed Concrete P 1 P Special Inspector South Airfield Improvement Project-Los Angeles World Airports, Taxiway ACI Conc•rele Field S, Cross Field Taxiway project and Runway 7R-25L. T Technician Senior Inspector: Mr. Graubard was the Inspector for the new 75-foot wide Grr adeade 1 center taxiway, Runway 7R-25L The AChnician-L -el Ing y project included the replacement of the ; Technician-Lere! / runway pavement, navigational and visual aids, and other associated site work ACI Concrete Luhoraton• such as utilities, lighting, signage, grading, drainage and structural improvements ; Testing Technician- over the Sepulveda Tunnel. Mr. Graubard performed Quality Control Inspection Level 1 ACI Concrete in all aspects of demolition, sub grade preparation, underground utility TestingTechnician- Level , installation, lane preparation of PCP paving, lane reinforcement inspection, ; Cal Trans Qualin. airfield stripping and batch plant inspection. Control.Nanager California Test.tlethodw John Wayne Airport Taxiway Resurfacing-County of Orange (7105.C•T125.101,,117, Inspector: Mr. Graubard was the Inspector for the resurfacing of the most heavily ; 226,227,504.518, used onion of Runway 19R/1L. A 54-foot section in the middle of the runway 540.556 and.5J1,539, P y y 540,556 and.557 was resurfaced. Mr. Graubard inspected and testing concrete placement, fabrication, testing, and stripping. Register Special Inspector.Counn•of Big Bear Airport-Big Bear City Grange Inspector: Mr. Graubard was the Inspector for the resurfacing of a portion of Big Bear Airport. Mr. Graubard performed reinforcement inspection and concrete ; sampling of the Portland Cement Concrete. ' Santa Monica Airport-Santa Monica Inspector: Mr. Graubard was the Inspector for the resurfacing of a portion of Santa Monica Airport. Mr. Graubard performed reinforcement inspection and concrete sampling of the Portland Cement Concrete. Airfield Improvements-Naval Airstation, North Island Coronado Senior Inspector Mr. Graubard was the Senior Inspector for the improvements to the Airfield at the Naval Base in Coronado. Mr. Graubard performed reinforcement inspection and concrete sampling of the Portland Cement Concrete. Construction Material Testing/Inspection Environmental and Geotechnical Engineering services www.AescoTech.com '�s a w 'I f r l i e a w l VA M AEr Statement of(Jaalfficauow AESCO Propo l No. P6996 Widening of the 1-405 Freeway-Orange County Senior Inspector: Mr. Graubard is a Senior Inspector for the Quality Verification materials testing and inspection during widening of the 1-405 Freeway between Euclid Street and the 1-605 Freeway, a total of 16 miles,for OCTA and Caltrans. The widening project includes construction of new lanes on the souhbound and northbound sides, retaining walls, bridges, etc. The testing and inspection services include a review of concrete mix designs, concrete testing and inspection, concrete batch plant inspection, pile inspection and logging, rebar inspection, aggregate testing, welding inspection, subgrade testing and inspection, base material evaluation and testing, compaction testing and inspection, and asphaltic concrete testing. 1-5 Castaic Rehabilitation Project-Castaic to Palomas Bridge Wash, Santa Clarita Senior Inspector.: Mr. Graubard was a Senior Inspector for the removal and replacement of the existing pavement from the 1-5/SR 14 Interchange north for 15.8 miles. This 15.8-mile Caltrans project consisted of constructing new north and south lanes. Testing and inspections included roadway/concrete excavation, aggregate base, lean concrete, base, asphalt, concrete paving, rapid set lean concrete base, precast concrete panels. Interstate 10 Carpool Lane-Puente Ave to Route 57-Los Angeles County Senior Inspector Mr. Graubard was a Senior Inspector for the 9-mile extension (both directions), a total of 18 miles, of the existing I-10 High Occupancy Vehicle (HOV) lanes from SR 605 to SR 57 in Los Angeles County. Mr. Graubard coordinated the concrete testing and sampling for this project. LA Stadium Performance Venue-Inglewood Senior Inspector Mr. Graubard was a Senior Inspector for the 70,000-seat open-air SoFi Stadium and measures 3.1 million square feet. Mr. Graubard performed inspection on reinforcement inspection on the stadium and on the surrounding perimeter walls. He also verified materials used and the sampled of concrete for testing. Construction Material Testing/Inspection , Environmental and Geotechnical Engineering services I a G c $r t!4 i•y '4 w e s,e a w .AescoTechxom '�s e,., 7 4 e C 1 e a w .e ?f A j+eseo statement of Qualifications AESCO Proposal No.P6996 Greg Astran Irnl,rrrur ,----------- ------ Education: , B. 1. Polirical.Science i Mr. Greg Astran has over 20 years of experience in the construction California State industry, including 9 years of inspection experience. His experience Inicer,itl'.San includes both laboratory and field testing of concrete, rebar, soils and Bernardino concrete asphalt. Mr. Astran is proficient with ASTM, Cal Trans, Certifications: California Department of Water Resources, San Diego County Water , Certified Nuclear Authority, OSHPD, and various other public agencies' testing and Gauge Operator project specifications. ; American Concrete Institute Field , , Technician Grade I , Specific Project Experience CaltransCertifications: CA 125AGG,CA Widening of the 1-405 Freeway-Orange County ; 125PCC,CA 216,CA Inspector: Mr. Astran is an inspector during widening of the 1-405 Freeway ; 231 between Euclid Street and the 1-605 Freeway, a total of 16 miles, for OCTA Operating li-ngineen and Caltrans. The widening project includes construction of new lanes on the Local 13 hUOU!lour apprenticeship Program i southbound and northbound sides, retaining walls, bridges, etc. Mr. Astran _State ojC'ACenifed performs inspection and testing of soils and grading, foundations, subgrade, Public Works lnspection and concrete. Coane«•ork 15 Units Rancho Santiago Westchester High School-Los Angeles i College Inspector. Mr. Astran was the Inspector for the ADA Upgrades at Westchester ---------------- High School for LAUSD. Testing and inspections included welding inspections and shop welding. Desalinization Plant and Pipelines-Carlsbad Lead Inspector: Mr. Astran was the inspector during construction of the largest desalinization plant in the United States. The plant and associate piping were to enhance the water supply for San Diego County. Mr. Astran performed materials testing and inspection for soils, compaction, concrete and verified the line and grade of the pipeline during installation. Kaiser Permanente Fontana Replacement Hospital-Fontana Lead Inspector: Mr. Astran was the inspector during construction of the 490,000 square foot hospital which included the main hospital, tower building, central chiller plant, medical office building, SCE substation, and parking. Mr. Astran performed materials testing and inspection for soils, grading, fine grading, utilities, asphaltic concrete, permeable concrete parking, and retaining walls. Construction Material Testing/Inspection Environmental and Geotechnical Engineering services 1'., G ` S'«i l l t«9 A. r s<r a ~iv AescoTech.com 57 s e w 7 4 r 5F s e«« d VA aE: Staumeat or Qu�oos AESCO Proposal No.P6996 Daniel Jimenez, Jr. Lead Inspector --------------- Certifications: --' Mr. Jimenez is a special inspector with the ability to coordinate multiple tasks - FildTec aC!- Field Technician; , and inspections at the same time. He has many years of experience with on- ' ' 1CC' Reinforced , site inspecting, having over 18 years of experience. He has worked as a Concrete. Structural Senior Inspector coordinating inspections on major projects and specializes in Welding. %lower of welding inspection and steel fabrication for structural elements, high pressure .Special Inspection, vessels and piping. Mr. Jimenez is also certified level II Ultrasound Testing Structural Steel & and Magnetic Particle Level II for full penetration welding. It elding.Structural Steel , and Bolting. Sprat, , Specific Project Experience applied lire Prruifing. Structural ifasonn'1 i .a NS-CH 1; \pT Widening of the 1-405 Freeway-Orange County I'lfrasound Testing Ln•el Lead Inspector: Mr. Jimenez is the senior welding inspector during widening 11. Magnetic Particle of the 1-405 Freeway between Euclid Street and the 1-605 Freeway, a total of ' Level I/. I hrosonic• 16 miles, for OCTA and Caltrans. The widening project includes construction San Diego Phased e Les el ❑, Ciry• Cert , of new lanes on the southbound and northbound sides, retaining walls, C•oncretel3fasonn'nf'eldi bridges, etc. Performing all the welding inspection for the underground water ng/Fireproofing; CT 1 ties and rerouting and for the water lines in the cities of Huntington Beach, 504. 518. 539, 540. 543. ; Westminster, Fountain Valley, and Costa Mesa. , 556, 557 ' OSHA 10hr University of California-Irvine Fa!/protection Lead Inspector: Mr. Jimenez was the senior welding inspector during Scaffold llazard .4 arenes.s , underground pipe replacements on the Irvine Campus. The pipe installation i Confined Spaces Included new chilled and hot water lines for numerous UCI buildings such as -----------------' the Student Center, Cogent, Art, Stem Cell, etc. The pipe diameters ranged from 8 inches to 36 inches in diameter and were welded with Butt Welds 60-degree single vee open root. Nondestructive testing was also performed for all hot high-pressure pipes. Lane Field-San Diego Lead Inspector: Mr. Jimenez was the lead inspector during construction of a new 22-story hotel resort and retail center as part of the redevelopment of Lane Field. Performed inspection of welding, bolting, reinforced concrete, and fireproofing. Mr. Jimenez has also performed nondestructive testing for this project. University Town Center Westfield Mall-La Jolla Lead Inspector: Mr. Jimenez was the lead inspector during construction of a remodeled shopping mall, anew trolley line, and new office space and parking structure. Mr. Jimenez was responsible for coordinating and assigning tasks, elevating issues, and communicating with contractor. Performed inspection of welding, reinforced concrete, masonry, bolting, fireproofing and also performed nondestructive testing. Construction Material Testing/Inspection Environmental and Geotechnical Engineering services I' www.AescoTech.com 9•a. 7 6 e 11 s e a a G ?f p nesco Statement of Qualifications AESCO Proposal No.P6996 Dustin Sexton Special Inspector --------- - - - - - - - - - - -- Mr. Dustin Sexton has over 25 years of experience as a welding ; Education: inspector for multiple projects throughout California- His experience , 1f45 cN'!certification includes school projects, lift stations and telecommunications RieeniJeComnnmiq College facilities. Professional Certifications: ' Specific Project Experience III S Welding lip Spector i Ciq•of Long Beach Structural MacClay Wellness Center,Charles MacClay Middle School, Pacoima Steel and fielding ' Inspector: Mr. Sexton was the inspector for the new single-story steel f g ' P P g ry Counp�n Los An eles � frame building with concrete foundations. Mr. Sexton performed Structural Steel and concrete inspection and testing and inspections at the batch plant. ; Concrete ' ICCSlaster of Structural i BHS, Los Angeles Inter Inspectionoperative Regional Communications Systems- ICC Structural Steel and South LaBrea Avenue, Los Angeles County I Concrete ; Inspector: Mr. Sexton was the inspector during construction of a 120-foot ; ICC Structural If elating ' high three-legged tower, and concrete support slabs for equipment 147CStructural Steel and cabinets, a generator and fuel tank which was part of the new emergency ' Bolting i communications system for Los Angeles County. Mr. Sexton performed ICCSprut•-.Ipplied inspections and materials testing for grading, soils, foundations, concrete, i Fireproofing C•W'1 Welding and steel fabrication. Ciq•ofLos.-Ingeles It San Lorenzo Lift Station-Santa Ana Inspector: Mr. Sexton was the inspector during construction of the new lift --------------------- station for the City of Santa Ana. Mr. Sexton performed inspections and materials testing for grading, soils, aggregate sampling, and batch plant inspections. UCLA Factor Building, Los Angeles Interoperative Regional Communications Systems-Tiverton Avenue, Los Angeles County Inspector: Mr. Sexton was the inspector during placement of new telecommunications antennae mounted on the existing structure and a new equipment shelter on a concrete support slab which was part of the new emergency communications system for Los Angeles County. Mr. Sexton performed inspections and materials testing for welding, concrete, bolts, and anchors. Second Street Elementary School Upgrades-Los Angeles Inspector.: Mr. Sexton was the inspector during upgrades of the existing school campus. Mr. Sexton performed inspections of the rebar during construction. Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services www.AescoTech.com 57+a. 74 c l s e a a.( V'e .uesco Sutcmrnt of Oualdkw+ w AESC O Proposal No.P6996 Tariq Abdullah Senior!-aborawrt' Technician Mr. Tariq Abdullah has over 20 years of experience in the field and in laboratory testing of construction materials such as concrete, steel, asphalt, and soils. Tariq is ;' -------- Eaucation: experienced in conduction testing in accordance with ASTM, AASHTO and Karachi C'nirersiq•. Caltrans. Mr. Abdullah is proficient in conducting sieve analysis, testing of Pakistan. B.S. asphalt concrete using Marshall Max, specific gravity (Rice), ignition method Geologic Science. for extraction/gradation, flow stability and moisture content from IvgR. microwave oven methods. He is adept in the use of Hveem method for Professional stability and paraffin max density for specific gravity at 25 degrees Celsius. Certifications: Tariq has also tested and fabricated concrete cylinders, mortars, prisms, ; ,aCI masonry cores and grout samples to determine concrete strength through Caltrans use of the compressive strength machine, and is proficient in the laboratory NICET ---------------------= testing of soil including moisture content, plasticity index, expansion, particle size analysis, R-Value, direct shear, consolidation, etc. Mr. Abdullah is also experienced in the testing and inspection of soil and asphalt during grading. Specific Project Experience Roadway Construction at Pacific Coast Highway and Alameda-Long Beach Laboratory Supervisor: Mr. Abdullah performed laboratory testing including wet density tests in accordance with Caltrans 216 test for roadway construction at Pacific Coast Highway and Alameda in Long Beach (Alameda Grade Separation). Widening of Taxiway D, Bob Hope Airport-Burbank Laboratory Technician: Mr. Abdullah performed laboratory testing for the widening of Taxiway D at Bob Hope Airport, Burbank. Testing included asphalt flow and stability (Marshall and Hveem), maximum specific gravity (Rice), bitumen extraction, bulk specific gravity, percent air voids, core density, asphalt extraction, R-value. Street Rehabilitation-Anaheim Laboratory Supervisor: Mr. Abdullah performed laboratory testing of asphalt, base and Portland cement concrete for City of Anaheim street projects in accordance with Caltrans procedures. Repavement of the 710 Freeway-Los Angeles County Laboratory Supervisor: Mr. Abdullah performed laboratory testing of asphalt for the 1-710 repaving project in accordance with Caltrans procedures. Testing included asphalt flow and stability (Marshall and Hveem), maximum specific gravity (Rice), bitumen extraction, bulk specific gravity, percent air voids, core density, asphalt extraction, R-value. 1-5 Freeway Widening-Los Angeles County Laboratory Supervisor: Mr. Abdullah performed laboratory testing of asphalt, concrete, and backfill for the 1-5 Freeway widening and relocation at Alondra for Caltrans. Construction Material Testing/Inspection $a[[l t<g »r.e r i e a Environmental and Geotechnical Engineering services www.AescoTech.com 57•e m 7 4 r l s e a w d ^U p wrCn Statement of QtuliScatioos AFSCO Proposal No.P6996 APPENDIX B Certifications Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services P'' w AescoTech.com 'Ise. 74c lseu"d VA wroo Slattmcxrt of(2ualificatioxn AESCO Proposal No.P6996 vt- r.b r• l:t9rre17i L i :1 . ' W - ►..9ai,ls c.WrD..u~ I. M OMtrrw aYiYs. 4 t+.i Saul. e. .y +.fytMrc.:. 1 is�ftY'�y.u`.e:.Ll t79MA. aw a9-ma ,WWiw � a 1 R r D D T A T r�•Yw9.4 a rr....... ,//.r rr �nrl.W /v.r..» r s.w.p.r x.vrrur���rr..y rr•w CIVU MINEER ADAN CNANAA 6661 ALAMIT0S CA n UNTINGI0. DEACN CA 92641 r�l. fd.,Y. I 4 ..... .IIJVJ• IJ•l..V � 1`w. .swvJ ,u. ►/wJ nwJrc row..w. IP�rww•a . wm guove your now recaipt Lertif ..b?'Pgk .iAte.lweZI 7*'IJtIi&T a59fi t'+ri101 p.6. D '�JI: • • from the receipt portion ud'[.rrl+ t•xr•m•na. u .us.-srs � : •-- it wital you at .tt timi... !,r t.t-aan . n./.n lO. rA01CAFlln1 COOlN6ia{ an .. ure nanraT .v►mowcl I N P 0 p T A N 1 ��ryr�t q�y t A.lis r• 9.•••N p wr•r.I,r.r wy N-.I, ,r,.,.7--•""'1CAL INGIN6E!< Amara x. ......a r...l Yr awwv.r,nry �...ulu r M w�• Cc xn� rb91/N i r.,.«dp.nA um u rr.«bol.w.•Ir tk FDAN 6ALE4 CNANAA 6661 ALAMITOS CIR . ewu.PlnY/W a.ur.r .ww•eu..u...0 NLNTINGTCN REACH CA 92648 w.w we.,..... iwrvw i� Construction Material Testing/Inspection 1,a 4., G a!!d c w g r!w r r e e a Environmental and Geotechnical Engineering Services www.AescoTech.com .eeco SmOemmt or Qualifications AESCO Proposal No.P6996 amignissiggi Jna trwan.w t.(t - ,wqp+M Kin tJ qw a Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services www.AescoTech.com 57 t e r 7 4 t C r a w.i! Zl,` .Deco statement or Qualifications AISCO Proposal No. P6996 ,_IOIYttMx[ vw .w.� s ww, Y{1RY 1. IbHtO Ott! YOHHYr lYt twn Y,N You tl ILU Construction Material Testing/Inspection Environmental and Geotechnlcal Engineering Services w .AescoTech.com ' tar 7 4 e 5;t e a a,! VA nEaco Statement of Qrua�iow AESCO Proposal No. P6996 + v + cM Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services �r'� ` �`` /`�`"9 "�"`c`` ` a www.AescoTech.com '7 s e. 7 F r l s o u R 4 %e p w..00 statcmc0[a(cAoW AISCO Proposal No. P6996 Subjw Omer Coifrmaoon Re:e.p!.LY 1 00(n jot From wppW03600mnngc3m TO: . WrlrryariOf9np0:On. Dale wed.Sep 2 2020 at 5 22 PM 0SH • Online OSHA Traimig (ri..ao-+.wr errew n.•.yv.r man ....+�.r.n..r OYM m.. Qr ma.n.-a..prn nv s ew.t.u��w•.nr r.r near n n,..�n....�-.,.... • :w arw.r•a ora�-ZQ Oww Mwrr:••n.�n purer. an.:art�so o.nw.wmrwl•i ++rwox•.i.� �a rr rr..y cer++a.•mn re.p.ruvm c,..� a..•.�wr.rr.r.uw Construction Material Testing/Inspection 1, Environmental and Geotechnical Engineering Services www.AescoTech-com n�co Statement of Qualifcatiom AESCO Proposal No. P6996 Pwt I.lyre w..--- IC C a BOARD FOR PROFESSIONAL --�---- -- ENGINEERS AND LAND SURVEYORS ' no I.TeC f'Th.l P. t T.TV Pre.rr.d C4Pt..rr Di.Ybe]at TY Nwirw.ea Pmfe.iae.Ce4 Mmar # Iutab Mumma :S DUY COTIPM AS AY E NG I NEER-IN-TRAINING G TE.At.,.d CW M:.a ":Ud T.All T"Aiilt..ad Pnnlge.Coe:crxd Le S.:A Cei !i 4 w. N. OJa BAND ANn SUL L Cerunf�l.llo aT:3u99 1){[I o YA::J CNLI.3BnlYSSlON Il LCS.YSGR%6 DNTAINW DCARD FOR PROYMCKAL ?t DRUNISSRS AND LAND SURYIYDRS c U /arr .e Inc eefdeve eewnvreweeew•Kew�si�wuwew�.emt.w•w .a��rtesreee�r- --- -- Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services w .AescoTech.com 57 t e w 7 L c C t e u.4 VA M AE. eo statement of( u;l 5cations ABCO Proposal No. P6996 aAmerican Concrete Institute I publications Certification Education Committees Events Chapters Topics in Concrete ACI Store Verify A Certification Xmd Help' 1Shp.4CJ CertBcatlon Q P� I Email Support SEARCH RESULTS Verify a certification Same:chamaa Certification programs Your search returned 1 record. NEWS Testing Locations Clumaa,Omar ua,_' 1019 Certification FAQS ACI CONCRETE FIELD TESTING TECHNICIAN-GRADE I Sew AC]CensDcate program Eltprres I,lat 13 2022 Packages Sponsoring Group AnaheimCA 92go4-3981 Unled States Concrete FootWlls Dnw a Resources Results Per Page io crowd Americansssith 1,13, Disabilities.Act(ADA) Yi rmoute Lhdreruty Hints info First Concrere competition m !orlon Ala,n '019 ACI Foundation Fur& Research Prowu Construction Material Testing/Inspection ` Environmental and Geotechnical Engineering Services �' �'a e!l t.9 "��`e 1. c a w AescoTech.com ire.. 7 L e l t e...I uA w�D Shltmcnt of Qualifications AESCO Prolx)sal No. P6996 Classroom Online Certificate of Coutsc Completion Omar Chamaa 401IrIIAZVOiCn 10.'0W011 "'7.1CST Smdanl's Nix r Cmw Tidr Ce.rse Compklion Dw zaE- 2107177 40 e off...... Online Institute of America IgreCy.rt.r tfnt I trv.coin,knW tl.seov.nr..d A I non of U imv om Jnte.M.1wdk S.I.ty.0 1'..w ...wruh do.t al gultltlms Fu.c.ed fry ldpl..ry J.nwd by Gl.ssco ONIn.. 501 HMIng CY.Cn = acl.ww.cdge l I cemumed am lnfennanon and took ll..wsy IX 16134 u P.r~11 QIIl2.a andler enY tests. 1-3./.2514381 1011 rF" Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services P.1 g` • L .q '4..e.t e d w .AescoTech.com 7*e w 7 f e 5710.0d WA FAA Statement of Qualifwc )w AFSCO Proposal No. P6996 �. N! 4Sf49 G Certifiratt Of �p' ._ °�GTJ1faitwau!9 nvat+n wr Rrairtien takty and 11.t uj h'rk'ltar Gq,gai% k6d tbi _:: lay of � +e gars .e Ow 6lty,j, ar.ctwr.e.. 5rerr d to —4v CPV ln1inp!{4e I rrf.auro uas �,:. r, r s Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services Pa d` G 4<!d t R g ,a.t+[e 4 www.AescoTech.com 57 e e.. 7 4 t lie 4.d VA oem Statement or Qnahf6 atiow AESCO Proposal No.P6996 rw.r is nm o s wu... Bt!iaGP[CP FW TMy Iir CA LIM ■Y' ftii, YLlp{'.OIQI6TC YfG YYCC N Tlli C1gwYYnv Vr rn n wtWM r r ICC P-"I Carnrlr ls.wi Ywrm.�amMr.vru crrYbY Y wcMea W Ce wY Yw qI+W w[n�[ MrYrM1 stir snbm FIiNMP'M r ooYN P ti r.YwIr we1Me w P MrCY1�e[IPv r6E[LL Iii YrY�rrr CM roP onlw YW eM.wAPY yw�Y/MP rabewl ti nPaY1m� IPY.P p Pr rwu.Yma.N Yir wlMre M�C,rYr w CWNGf a W DPt3a Oe1>. VrW Mere .tea,w�rY rr e�P.P rw�Ybi mYi s v�Y Mire rr✓GN[s�Yn nprm aw.Tlr n aYY w 4 n rrYa Yww w we Y MY Mulf rN IYw1111�Ynr Y em�w M rrrrrr CaFePp[dubn Uan(CEUI tYMw'✓wRMm/(�[�✓Iari�UamHY1 FMw1.aY�rn Id Yr YYt a11m mw�k wII41 CJ1MM w/J011ll{, [ r rr PPAlr✓Y!�Y naC rc OewCY! 0� fY/ .YwY r1.�w. ri CnV r�c< iN cwlM W sJt•1 nn n tr�E P M UC �!r w tilt yq�y;U ww Crn[YYw[*ewr�[ b✓ersw Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services www.AescoTech.com Statement of Qlulificanow AESCO Proposal No.P6996 • WJtT, C6CiPl'J.Trb. CALIFORNIA DEPARTMENT OF TRANSPORTATION ::eserts thle CERTIFICATE to b. Omar Chamaa who is cenmea to perform the rdlowng tests TNIMawa aassivisso esr w 1lrreraY Mr1<rra t�Orrerr M la NAM =MV Frmrb.orri W• C IMxG11 xm :�is E ere sr.atlrn� ue C?lpall Iafa IF➢ Frc�..rdrr� W 0'125'I111111 xm w E-r.m r-� lee• M lsa A 111111 Y Is sores str errs lsa, c1 Al =a w Fr�+eprt W, CTw ss ll F~aeraary. W, erns xmxma Bern Decker l'x to, CTw =2J 2 rare..ols. W? Man xmx:>:x e'..�-....�• u� Mar xmx-0Y11 seen arserr..r W, n,1b >mrrti,x r ere wreax..w W Mon xme ex➢ Mrr tires II1 MW 20[1Ifb13 tssh" Mass xmx<o-ix rers V.lrerre W, Mw Los' C1aY 1.OMlr ti.w� �r Ur, KaCf.� ,>rp topes r.ryara.�0� 1Fr a I�vaiYrW w11MOMla�d>=NrcNrMrt'e 1r,M.Y Ix1lM �M'fl..a'_e wtrl yl • r0yt� ry h.ury M� nn o we 1t�:11yxpTaNy M ere r vq a�Y-es. erYr.lewM�r+s+�r.CWr. cr M tr s1s.�y,yaas aw.r..r+rrwr r��. r.r.xr Construction Material Testing/Inspection x Environmental and Geotechnical Engineering Services I i S t' G a[(C e.y 11✓.a r t x c a wvrw.AescoTech.com 571o. 7 4 e CJ t e a.d 1!p ��1 Statcmcut of(uuGfiations AFSCO Proposal No.P6996 ruG nJl ll:RD•feapaaaY CALIFORNIA DEPARTMENT OF TRANSPORTATION Presents this CERTIFICATE to Steven Crumb who is certified to perform the following tests: Tom Ila11as6 fyYati Data IA aeapama be Areclaaad laboratory CT 105 20214127 1161Moacwya tab 1 - Cr 125 AGG 202104 27 64piab 61MGac"s tab I CT 201 202106 27 ll w 61 at,I CT 202 2021 Oa-21 li N.Ktb&Ago tab 1 Cr 205 2021-0427 Bpab lnaOacrMrta W I CT 216 202104 27 Bow 6MItaclMcte tab 1 CT 217 202144 21 Bow owmaoai tab 1 CT 226 20214427 Bp.w lMDamarya tab 1 R 227 2021-04-27 Was,lWtactarya Lab R 226 2WI-0427 6041,ab4112401i two twl :ab 1 AESCO TW OD94 Mc T46 Bfr..a:ury Bj wnc:wJ. W12S COMAed oWpeMere A arc*IAI Dace or download OWWO16 Mate TM cerolkale A rand as bnb as the fester ,dn web AWKa le r(ppeTtlea n Cabam' MepN Us aoce erobram Manua; pw w Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services P., ` �a<!d c•q ,d.r c s c a a www.AescoTech.com 7+a.. 74c q"a.d VA Statement of Quali ications AF'SCO Proposal No.P6996 (C/�' American Concrete Institute *� Alwoys odvoncing Publications Certification Education Committees Events Chapters Why ACI Certfication Verify A Certification I SEARCH RESULTS Verify a Certification Name: milchail Certification Programs your search returned 2 records. Testing Locations Mikhail, Bassem Certification FAQs ACI CONCRETE FIELD TESTING TECHNICIAN - GRADE I Expires. December 16. 2022 Sponsoring Group VICTORVILLE. CA 92392 United States Resources Mikhail, Giovanni ACI CONCRETE FIELD TESTING TECHNICIAN - GRADE I Americans t%rith Expires February 27 2021 Disabilities Act (ADA) Anaheim. CA 928024015 United States Info Results Per Page to Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services w .AescoTech.com 57 s e o 7 4 e l s e a K d VA n�eeo Statement of Qualificatiow AESCO Proposal No.P6996 at Fw ' ,,��rofeson Fri The KC Certi&aem Search contains mfomutw on indmduals who may be currently certified with the International Code AA Co Councd,but is not the official record Certificate•,should be verified through wewng the original certificate issued by KC to the odr dual m by using the search furscbon below.To maintain the currency of ICC certificates,indivduals must renew these every two to three years though retesting or professional devebprent activities.Fun detmis on certificate renewal requinements are found n the ereiMnn�,..?.n.+•I weby,•_ This registry also contains certificates of state,regional,and affiliated ass ,sticns which we sponsored by KC. KC policy rs to mantmn the pmary requests of its member and con:htuent If your listed mfomwbon is incorrect please notify KC N you prefer that detailed address and telephone information be inchded in your hating,please po,nde ICC with written Igl%e which authores this MKM Terms of the:This listing is pnvvnded as a service to the constituents of KC for the purposes of locating a certified pofen,onal or contractor in your aiea,a confrmrg status for vrdwduals Any Wier use,vie,transfer,or reproduction in any form without the expess written consent of KC is stnctty prohdxted.ICC reserves the right to incorporate some fape names to detect improper use of this senvrce. Fit Name: Lect Nu, City- ,•ate Certification Type. Reset PLEASE NOTE:Search..return a maximurn of 500 records,aid rs Irneted to that wif Lion on record as povded by candidates. Search Result: I records found. Certified under this rune city State Certificates Govan.Mikhail P.nsheim CA Structural Masonry Special Inspector(expires 04119M22) Reinforced Concrete Spend Impectn(empires 06119y2071) Cc 6lvirpn wr rrJ7 Statement of QualiCicatiow AE:SCO Proposal No. P69% Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services V �'` ��`c l(c"9 ``c` www.AescoTech.com I a.. 7fr qT a a ad VA Statement of Qualiscanom AESCO rnopoW No. P6996 I N O 01 Cn 7r U, S W (n Ol rn 3 L- w 0 :3 w D m O >- OD ca rY) m 7• o � n N S r_ _ r n = � m T D min 2 a c� mm 0 z ro � m � O D C -i Dz � 0 -a0 O�14 Z -� n NOTrT— CA D D rn2CA m — m � � Dz fTl (-) 0 2 OM p C� f 0 (nor^ N O Z In O � N Q O � (D Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services r " e` i i!d i.q 4.w e e d www.AescoTech.com 770. 74 a !sew•d VA neE3co Statement of Qtulficanom AESCO Pnoposal No.P6996 CALIFORNIA DEPARTMENT 0 OF TRANSPORTATION PrewnIS IMM Z:E"FI•;ATE:o Giovanni Mikhail v f•o is c Mfied to pertarm Me labxing tests TM tftt EW.IbI D.Y u1►.enn AuccUm3 L.bur"V CT w =I 522T ew.3va._• L.b t CT SIe 2M14"T Dow vlawl.n. Lao i C.T FYI IVI-b>JT t CT W 2a11-0 47 Li I CT 543 2b.'1J2-21 BN.E 3•t+b.:•rT. iTb 4b1 Cr w 3N.Ywri. LO I CT e>1 Te.'t-p2-11 enYO 3�:.ti♦• LC I lr I EEJCO.R TITQ Oa9.Ian U M'.i9>'N.n IYl.b lbblrMy.�.¢Ibe..r+M MYan.rc•�dec•o o.M1nn 1•.r.rv.+a eY./Y Tn...1 n.w1 d nM/YY1e.f e Y Yae{e�M Y/Is''�e�r CYM.a F1�YY•. s �N d.rs0p116:019 na. r,.a•Itln.W.�4gwfv"..�• m—�.ntl a�uW.o3..mrb n:;.Ib.r1 SIAC.r.bnr nbw'�.axu e.e Construction Material Testing/Inspection l� Environmental and Geotechnical Engineering Services I ` ``a 9 fin.e``a a v AescoTechxom 57 e s r 74 a 57,e r a l VA ntttttoo Statement of Quabfiations AESCO Proposal No.P6996 rj j ell 9 Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services t '' 4 c Bate ['g ,4..e t t e a v .AescoTech.com 57 t s.e 7 f e Jj s e w s d ?ebb w�ro Setcmciat or Qualifications AESCO Proposal No. P6996 u..qr..sae., w�g�w ca N.,«.,w re�..n.hea MRd rgnl•w.N s..a axnraoxu sV N�n'r"in hd1 sad�INTr%01/l)11031] su,a...l sr.l s+'NYy sw`ar Iwir I..P.. uinT=u FMN9 eeearb MAN OLS)1J01u +�+wi^^rr so,n+�sNr MPn 4VA7 Ru ,..aa��.s[aN.r se.ea UANd sRNI MpT ays 7=11 AraMq wgNb uK MP^Ot rfXru Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I'a G o G a!C G t s q ,4-e,t e a www.AescoTech.com *a r 7�F r e e u.G %(A 40 nFscn Statement of Qualifications AESCO Proposal No.P6996 JL Christopher J Sobek OWL 11+s .olrjslied with the requal wU of 1N.S tit I. 11Vonlard for.i Of WeldiAY /AsyrBun �A �S AWS lreudent p4121211 Exp DocioL2022 With Correction AWS Q&C Commmee ctulr Not Color Wind Construction Material Testing/Inspection I P:� G 6 a 1(G i•g �i.�,e e e c a Environmental and Gectechnical Engineering Services viww.AescoTech.com 710. 74 c r1 s a a"1 VA I� Statcmcnt of Qualifications AFSCO Proposal No. P6996 American Concrete Institute a' d 1 Alwoys advancing Publications Certification Education Committees Events Chapters Verify A Certification Why ACI Cer[fication I SEARCH RESULTS Verify a Certification Name: kopenski Certification Programs Your search returned 1 record. Testing Locations Michael J Kopenski Certification FAQs Aci Concrete Field Testing Technician - Grade 1 Expires. December 12. 2020 Sponsoring Group Riverside, CA 92503 United States Resources Results Per Page to Americans with Disabilities act GILDA) Info Construction Material Testing/Inspection r Environmental and Geotechnical Engineering Services w .AescoTech.com :e.k 7 k c Cj s e a K d VA e..co Swerocat of Quaffkabous AkSCO Proposal No.P6996 OSwa3r43 h., AWS's Free Online Certification Veritication Service qlij i1HETI0N pUIKL'HECK� NY..iV�C..Ob•\/W YY..td�N�N Y M.YN MYi6>tiM tN M[rn M3IM MGM��.IIYr ea>rrnrru aorinNYw•/ ASSw,wr wb�Nawrrr� .vM'w..0..i�a+OW b IC•wRYlsw M/ly hl w/w1/ Michael J KWaski w r. ww ers rr rw rwr. wr.3r� y.r� �w +n .�.an bw u+rwN wtin w1a,3 ml .r.a cwi te.n..or. 1.1P •S�wr M'S.aw3 tiy/I..r r.wus.�Aa+.J.�n.r.+ww w�n� V.Cw.ur.lwYlr.��.1'.ISN/F1Yf •s a�>•rC�..��a.v.a n s.w�.�VwMSM3�n 99010228 .....wi. ws.r� AS ww31L __ irrw.gsr. i Construction Material Testing/Inspection 1 Environmental and Geotechnical Engineering Services l '� ` �"`r'r`•9 "'��"r 3`r a v .AescoTech.com 7 3 a w ?f c jj S e w w f '/(p n6soo Statement of Qualifications AFSCO Proposal No.P6996 t.rr..ww� VY sw a.iw .Mrlleqs 4r�ue. G yyueuYwWlrq SyoVFpawYpe0LV1,'.WL S.uv+a SM na\aeyipml Fpam'epe uFOVlaml 1/y yOW Y.wml.q Sp�.tl F.pror hp�a V0/1yT yNUI V�p Syo.l Npaw Ype01{5/!yT Il�.bue(nnvvi yar Filer f4w TA VASl1 wv a�r Fprnn h.�.nna�i SNNV V srn Car;Ta OIA YAID MMva(amV(a0e:4e OW UlNT M6.ua(nnea.r.YyeeOq/AtT SNmia V"�Y Ib.4�01/lYiro11 Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services f 41 g C d a i t d i a g 4.s e r i c a w .AescoTech.com 57 y o.a 74 a Cf y o a a d %(R wdra Statement of Qralifiatiom AFSCO Proposal No.P6996 Construction Material Testing/Inspection r Environmental and Geotechnical Engineering Services I a G G a c[d l.r g 4/ e.e e a svww.AescoTech.com '�s a wr 'I f e l r a v w d N p sbac>nent of Q�m 2Esco Pmposal No. P6996 4noa A4nn 4u�q,m U Mr tend Sp,W1—pe.eon(e.prr:OV1412022) 9rr n Sb,cMal$tel rnp Bo,pry Sp W in:pe (,gyp O IVM2) Spry 4Pq Fe prOO"SPe �iel r OVIV2022) SWcerJ WKnq Sp.W tiyecmr(nprr.OVIV2022) sp. Irnpra,w Ir.pm OV I V20221 perao CpR Sp,rW Mnpe le,p .OV1V2022) Sbu ,W Pil p spe `rp wIe.Pe:011111V2024 sm w stet a VAA"siw k s -Le le.paes ONIVZO22) r�w�rrrww�r�� r Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services w .AescoTech.com ?tar 7 4 e J.O x.r L VA quo Swirmcot of QualiscaUcim AESCO Proposal No.P6996 '.� c •• CT cca noli CALIFORNIA DEPARTMENT OF TRANSPORTATION Presents IW CERTIFICATE to r Jarrod Martin 1N%1 Is celtlhed to perlorm Rle k*owwig tests Tel TllMa Aw2p riY MfeswaLiwrwy CT" LAG I CT Sla maaot-lp S~n li I CT Sy E1p 1-10 SrE/Gnw+ Li 1 CT w m]I AG S y1 I CT M3 ID 1-I0 Srg1(:w� IM iI CT" a -lp SrU116err li I CT W IDMO, Ip ^yrpl,(i��l li l li, I SCO.Y .,7-/R GOIPs�In.Hierptn Bl Y� 1bli.Lmba wmrJ�nrO�b� I" T� a�wwra���m�aYa�vaby .r,-,me'-t4- M,7 or...re.oa--,T mm r.,r.o am ru. TIr arbl n�rla a nv..N Ta mMra�/I glir��+.�ur..pMlpw�n Aewe wry rs. ,�.d/+�^0N 51An�wrlplhumn�+ Construction Material Testing/Inspection I tl. 4 9 Environmental and Geotechnlcal Engineering Services �'•a[l l s .4 w e T l a a w .Aescc,Tech.com '�:e w l i e C/l e r a( 4f A FAA ncrcc� swerr nt of Qualifications AFSCO Proposal No.P6996 orwr aci C. Oa r.!d Teo;ns rs.n,k: 1ARROD 1 MARTIN �d:wMv,..m.Ao �Ywr,n e���Ywrr T_M I� / • ?ram' r Yr� I INTERNATIONA, INTERNATIONAL 103D! CD II NUI. . COOE COUNCIL .� Construction Material Testing/Inspection EmAronmental and Geotechnical Engineering Services f'a q r 1S•[C [ A.s s C e a. w .AescoTech.com Awco Statement of Qualiftcatiotts AF.SCO Proposal No. P6996 American Concrete Institute AWws cdvysurg bills CeniLcaLiou EduLatluss Cur lnaineea Ecenu C:Myxn Tutaics its Cuttcrrte ACI SL ACICertficatlon Verify A Certification 0.4 .eedHelp'; Email So:port SEARCH RESULTS a rwiflrarinn Tame:fa ils;ic F. 9ation Progrnals ;c1:r sear:.`,rerarned t resrd MEWS tg Locations faulWt:k,Darryl T hacon FAQ5 A•-1 GONCRE TE MELD-ES-ING TEChNCInN-GRADE I ::rts•Ail_ermine Fvg FrMres .Apr/-9 )1)n ea-kapes spring Grecp Cosa mesa CA 92526.2919 Lin led Mares var 11 ::1v 1Ces u COOM14 roolDalb Draw Ro. is For Pago so Ctm.d 'icansY.1th N." i719 rC:ycs Act IAD.S; T1.1011otsk L''_.atlrl llos Ftrtt C:tKTwe CCMPI Y Nar E.2p1L ACI Fmndarkn FLvids tglea:[.t Yr:)KA Construction Material Testing/Inspection t Environmental and Geotechnical Engineering Services www.AescoTech.com j t e.. 1 4 e l-. .. d V A FAI nr_r;=o Statement of Qualifications AESCO Proposal No.P6996 .s... seem w a.uria r>ra..a�-cc r f0,% ofeson The ICC Certification Search ,ontams mformatwn on ndnduals who may be currently certified vnth the 4Renutipwl Code aAA Cc unol,but is not the official record.Cemficates should be verified though wewing the ongrsal cerhfcate issued by ICC to the Mw dual or by using the seardn function below.To marrrtarn the currency of ICC certificates,indrvduals must renew these every two to three years trough retesting or professional development aclnntim Full dew!,on certificate renewal requrement- are found n the nest.,R�a1 w „'- This registry also contains certificates of state,regional,and affiliated associations which are sponsored by]CC- ICC policy r to marntain the privacy requests of it members and conan.ent If your listed information is ncorwt please notify KC If you prefer that detailed address and telephone information be inckded in your ksbM please provide KC with wntlen notice which audgrue.the action Terms of Use.This listing is pronded as a senrce to the constituents of ICC for the purposes of locating a certified professional or contractor in your area.or confimkng status for indr d &Any other use,sale.transfer.or reproduction in any form without the express written consort of KC is stnctly prohibited.ICC reserve;the right to imorporate some false tannin,to detect amproper use of this service. Forst Naar: last Name City aatc Certification Type: Gies.+k<' nes Ret GI EASE NOTE.Search will return a maximum of 500 records,and is Invited to that informal bon on record as provided by cand,dates Search Result: tuecord,found. Certified undn this name City State Certificates Darryl FauFuck Costa Mesa CA prestressed Concrete Special Inspector(expres 06R2IM20) Renforced Concrete Special Inspects(expm 06r22R020) Car Emiron Statement of Qualifications AESCO Proposal No.P6996 Gse,w C A ,aa ArnerCMConcrete InStnUte 41'Grl�l'�lrYYe Veri!y A Certification nr.nen nuuu 41Y1M r �I �onrratrt r+,0 2•nn ttawtrra.cav FYaw Ybc,tt:01' R.LFMTNGl1llt vwl i,n blwrlM r �.ryl.�w rr M=CVM'J 1lt•L JrIY�• YOV It Owl M r rn'�+Y�,Tr,nlr.rn�rr 11T IY1N RA�61iR JVA)C lwC SrY• tlYRI�C/1),OY YlYr� Y✓1N.M r irI tl RafN. �.uaz� hw.Yll nliO GrOr.. LPw LW OY•]AYJ Arr.rrYRrAN�II rttibliq GOlbn ,•4)Y•ti •wYNY�b dWlMr �W�• /Y:UIO,LT[UIOUiOT'�ES'bG,lr��"aiFly� Lww ba.ti b A�r )MY.n4 AIr R XIY'M G➢Ain lr�rU fdw Fw4 r4 rq m Y)r! wY dLLla{IWYIe, Y:.LLs)1:Lsrtt .YLirlrl� 4..NiY rMRYW yt114A0YYY 4utWmr,Ylu /� 1L Watd tmrr WM1Y1 Y r.r r.• aa.rr.,rYr. Construction Material Testing/Inspection I,, r; $q[[d i•g ,d w r.t r a Environmental and Geotechnical Engineering Services www.AescoTech.com aEsco Statement of Qualifications AFSCO Proposal No.P6996 6 j c oil31 h e a � g� C l i 1 u o , 4' Construction Material Testing/Inspection Environmental and Geotechn¢al Engineering Services P.i 4° 6 r e C l e.9 14.e:c e a www AescoTech.com 571er 74e VA Statement 4Quakficabo_ AE<o Proposal No. wa 6Z § § w � § _ . � . | ! \ \ \ \ . � ! § a.U) CF) t z ] § i � � ■ ; ■ , l ■ � , • | | Construction Material Testing/Inspection p Twee ¥.tee . Environmental and__a Engineering Services ___. arco Statement of Q alif bons AESCO Pmposal No. P6996 U0133dSNI 9NIG13MI � 4 J ; J t i t � y � �S F � a i N v o Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services S` ��`«e a 9 4+e s`e a w AescoTech.com 57 s 7 d e Cj 1 8 a a l *A .nEaeo Statement or Qualiscatiom AESCO PTopoml No.P6996 CITY of ANAIIBM S1R102-006-N PLANNING DEPARTMENT BUILDING DIVISION RECEIVED FED 16 7® SPECIAL INSPEC'OR ANNJAL REGI4TRATioN FORM BUILDING D1 ION W1C Arr1A,Ar Fa$0 00 &PECULL IN SPeCTOR N141F YWT1ON _ — NtIRr' qrf piiii ppNr. AE-4(:4 /vft:O !At AObwa: EfpbN/a 2 f7Crr N1r�0ar aY: E111M APb/1C RI011/N11t16Pr - LN oa/LMIa1P aim 111bw and to aAE wid voK call cmWs)11aaY be drdW 11 M wE1111i brJl1�0 A Ul lria 0rkw's IIim OISCIPUNG ICC LA OM ORUM 011IIIIIIIII COILIW OOnaPY FoU Tom, aimso CPrrr�ae• FVmomdbw HEM 001a Ind'Ift Elim AnaM• I hweW a&*trr I am pw1/W b1 rwq N eiGc.h Dabm ft rrpedam fa ,!, Jh I Wd In•.bow aaba spscW Irlagca'I cwwl .m I N umr 0111111 M I.b m101twu"n wcbimNcr nM 1n+Paow6 OWN wN pb a9106crona. P r any twWi. apB+la brd.m irm Pb",Udo my mww," tN 1w1w cry anwaa0pa a apaorr, a 4 I W� *mN rw10.a br me awproG OW bl my li A r aly.I of ala.raonMV^o.M ban M CW argwnwrnv/ will M CaT r Arrn.m&**Ip nM n•+" A r.cord A rtry lar*a nppctara a.cYPlaO Ib Prl mm wi y 1• npiio la tlu wo"vat I n.w4n0 r ed ar by ft 0 w A Vo1>aa r N1al laps a1mlRp.wr lay wrylwcr.�u+ParWd b1a1 I anal G ampbNVP PNY W 011 Oww.ArdwaC a FnQAwr of 9aNr4 I alawabrp Mt 4■.'/1eaPaabNtl'm wow M m.n DA M hmw P.n+1 .rim al ucr.xwF b tiw 44heo"Bull DI11a1Pn O1a w aP.dr wapaawN. • Ph". 7147656136ea0 • FQ 714-7864607 1 E 1 d /p/pnp0w1rWrinr / 2 Z4 s'4�ap 6PECI )N PE 1 SIONATUREBUILIDI FOG.DIVISON SNG%TLM DATE MC M 1Wf MVtlr M.Y•1M Mww.Cr4•.are .'M�1011wr. llMpPfYaFa 0'1M Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services www.AescoTech.com Statement of Ou2hfintiow AFSCO Proposal No. P6996 rye:�a uv rkr er.a� Yso rar CSFini cATes MW YOY R��a Y •iV.fiv ti Y�V:•4.�_�v 1 Y�Yr s�...ryYrr a -aria f_f..+Yw��Urti bM yr • Ii.m aF�YN1n•_n��r' Y � SAY ��"pl/eV�•�Y•'i r p1f1� f�Il, Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services Pa S,- G r[(G i.y ,/.w e e d www.AescoTech.com '�s e.. 7 L c lj t e.w( ?(A FAA Swrment of Qualifcatiow AFsco Proptnal No. P6996 .5 sn na+n.tt cEFtrsrwrlo. CALIFORNIA DEPARTMENT OF TRANSPORTATION Presents the CERTIFICATE to Daniel Jimenez vt10 is cerl+fled to perform the 101110 tg tests Tat WOWd Esll.M nate IA Iteslp 1r /u. L Mary CT 504 20190&14 fEdad tttlnrtl I�t CT51e 20190&14 F♦td+.d FlpCptd tA01 CT 539 M1906.14 fOduld FIOOetd Lb i Cr 5E0 2019,W14 Rdwd F11i Lw 1 CT$43 20191W 14 Porlad HOOnd (tb b ) cr 5% 201906.14 FOdrd IIEErd L 1 CT 557 201906-14 FOA+.d Id3bw L I Lab 1 AESCO Tedn kc,17M1(.eorq.o.n Ln U0.0. Barb No Lab lACapby smeled+lr d+e lrEv a M emedtd b perlvm h bl n.Ev1 ideT+Eed Teflve r.M be atlrYld nM w wooliled Ybwabry C�irMed bd1V.d.�Aau.pe(LA) 1lrmao+e Fbe Th.o.Nc!a rrC a bq a ee Tin corpa+rE+tpgn repvengO nCJbsn WOViii+dent Afwrsre Pre V.n Wmr vye tl1 / J , Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services fir a g` 8.`!d i.g "4"`c`r e A ww AescoTech.com 57•e. 7 L a '7s a..[ WA IYJYI.VIW ' OVN ICt California : k; �I■pNp�RM4.■� ACI Cnnnrlr Eivid Imling icchnlclan- Grade I DUSTIN L SEXTON C.nik.liUi NaWaura{ Iya.�a 11711r1071 vnYtr(.IrrNCUra u•_I Constructlor Material Testing/Impectior EmAri n entai and Ce techmi:al Engineenng Services [t.' ,I.• w .AescoTechxiwn .a+. •7 f e !�e•r•/ Z(•, wrGo Statement of Qualifications AFSCO Proposal No.P69% APPENDIX C Additional References Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I h" 4` G m e l d e e g �1.k e s<e n w .AescoTech.com 57 s o w 7 4 e lj s o u K d VA •�po Statement of QxAlificatkow AFSCO PmpoW No.P6996 Client: City of Santa Ana Contact: Mr. Tyrone Chesanek, Senior Civil Engineer Address; Phone No.: 20 Civic Center Plaza, Santa Ana, CA 92702; (714)647-5045 Email: TChesanek(a,santa-ana.ore Services: On-Call Contract for Materials Testing and Inspection; Adam Chamaa, P.E., G.E. Project Manager Dates: 2011-present Client: Fountain Valley Unified School District Contact: Mr. Joe Hastie, Director of Maintenance and Operations Address; Phone No.: 10055 Slater Avenue, Fountain Valley,CA 92708; (714) 231-2229 Email: hastieja fvsd.us Services: Geotechnical Engineering; Materials Testing and Inspection; Adam Chamaa, P.E., G.E. Project Manager Dates: 2018-present Client: Orange County Transportation Authority Contact: Ms. Rose Casey, Program Manager Address; Phone No.: 550 South Main Street, Orange,CA 92693; (714)560-5729 Email: rcasey(aa).octa.net Services: Materials Testing and Inspection; Environmental Engineering; Adam Chamaa, P.E., G.E., Project Manager Dates: 2017-2019 Client: Caltrans Contact: Mr. Kausi Amuth, Senior Transportation Engineer Address; Phone No.: 3100 West Lake Center Drive, First Floor, Santa Ana, CA 92704; (949)279-8688 Email: kausi.amuth/aidot.ca.gov Services: QV Inspection: Scheduling, Geotechnical and Environmental Engineering; Adam Chamaa, P.E.,G.E., Project Manager Dates: 2019-2023 (projected) Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I''' ° g ,a..e : r e A w AescoTech.com 7..., 7,(e !....G V p •moo Statement of Qualifiotions AFSCO Proposal No. P6996 APPENDIX D RELATED PROJECT EXPERIENCE A partial listing of related projects for the City of Huntington Beach is provided below. Lambert Park Slope Failure Beach Gun Range Huntington Beach City School District Solar Panel Installations Roadway Improvements (Heil, Nichols, Talbert, Main, Warner, Slater, Yorktown, Garfield, Gothard, Magnolia, Graham, Newland, Slater, Atlanta, Brookhurst. Edinger) Newland Street Bridge Central Net Fire Training Facility Pavement Design Warner Avenue Eastbound Sinkhole Emergency Response Overmyer Reservoir Springdale Reservoir Utility Operations Yard Van's Skate Park and Retail Structure Geotechnical Lift Station 4 Lift Station D Trinidad Lift Station Ranger Lift Station Atlanta and Beach Lift Station Oceanhill Sewer Replacement Sewer Siphon Remediation, Brookhurst Street Lift Station #26 Beach Boulevard Water Main Extension Warner Avenue Gravity Sewer Lift Station C Algonquin Lift Station 410 14-Inch Water Line Installation, Huntington Harbor Water Line Garfield Avenue Main Street Parking Garage Traffic Signal Modifications, Brookhurst and Yorktown,Newland and Atlanta, Magnolia and Atlanta Yorktown Transmission Rehab Downtown Water Main Replacement Bracing Sewer Pump Station # I Drainage Improvements Beacon, Heil and Trudy Brookhurst Bridge Renovation Feeder WOCWB Water Line #2 Realignment Well #9 GAC Filtration System Magnolia Street Bridge Preventive Maintenance Brookhurst Street Bridge Preventive Maintenance Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services Pa g r G a e l,d e a g Awes<e a v .AescoTech.com ?sow '7 4 e J s a a a[ '/!f $mlcmC¢t of Q�d AESCO Proposal No.P6996 Edgewater Sewer Lift Station #6 Bolsa Chica Signal Modifications Main Promenade Parking Structure Improvements Talbert Lake Modifications Water Damage Main Street Parking Garage Sewerline Beach and Slater Structural Wall Repair Main Street Parking Garage Heil Fire Station Tenant Improvements Main Street Library ADA Restroom Upgrades Electrical Upgrades Peck Reservoir South Beach Phase 11 Storm Drain Seapoint and Garfield Storm Drain 7`^ Street and Goldenwest Solar Panel Installation Central Park Solar Panel Installation Civic Center Brookhurst Street Renovation West Orange County Water Board Feeder Line#2 Water Well IA Van's Skate Park Testing and Inspection Saybrook Lift Station Cascade Sewer Line Repair Arterial Rehabilitation Graham, Newland and Atlanta Graham Alley Library Lift Station Arterial Rehabilitation Slater Westbound Warner Ave. Sinkhole Emergency Response Admiralty Bridge Asbestos Survey Humboldt Bridge Asbestos Survey Central Library Fountains Asbestos Abatement Sewer Lining Project 2021 Humboldt Lift Station Banning Storm Water Lift Station Gothard Street Helipad Construction Material Testing/Inspection Environmental and Geotechnical Engineering Services I a g r G r i!l i s q r/w e s,e a w .AescoTech.com 7 s e w '7/e 57,amad VA A�oo statement of Quabf auons AESCO Proposal No.P69% APPENDIX E Letters of Recommendation Construction Material Testing/Inspection r Environmental and Geotechnical Engineering Services 1 " G` i4r[[[[s y A.a t[e w AescoTech.com 57 t e r 7,f a 5Ft#wae *A Los Angeles Unified School District "V ° Facilities Services Division 101 �41N! �tirw rpi4Y�f OwVY OFFICE OF THE St PERINTENDLN I FACILITIES SER\'K V%DIVISION 03-20-2014 To Whom It May Concern. Los Angeles Unified School District has worked with AESCO since 2008, and have found principal Adam Chamaa and his associates to be highly professional and competent in providing a variety of construction related support services AE5CO has been a valuable resource for the Los Angeles Unified School District in completing a large number of new construction and modernization projects. They have provided soils and geotechnical engineering reports and pavement design for almost every campus within the District. In addition, they have provided material testing and inspection services both in- state and out-of state when necessary Timely reporting and accurate documentation of their work is one of their strengths. We feel comfortable in recommending Adam Chamaa and AESCO for infrastructure support services. If you have any questions please feel free to contact me at (213) 241-4702 Tha 0 5 Elfarra t,r 'LfARfF O R LAU5D Project Execution Department (213) 241-4702 La Aw♦Ia Uaftl laed Diesv.Frin.Sawn u..ve. I)1 S Bleuby Ave.1lN Fbu,la Agdn fA 9W I] hybrl!I11:11-YI I•in I:UI NIi1N ALHAMBRA UNIFIED SCHOOL DISTRICT 1515 West Mission Road. Alhambra, Ca.91803 (626)943-6500 February 22, 2019 To Whom It May Concern: Alhambra Unified School District has had the pleasure of working directly with AESCO, Geotechnical/Environmental Engineering since 2008 on a multitude of project throughout the various school sites. Adam Chamaa, Principal, and his associates have provided highly professional and competent construction related support services. AESCO has taken part in projects from playground installations to new construction and modernization. They have provided excellent soils and geotechnical engineering reports, timely and accurately documented. I am confident in recommending Adam Chamaa and AESCO for Infrastructure and Geotechnical support services. L Eric Espin sa Facilities & Construction Manager espinosa_eric@ausd.us M EXPERIENCE/PERFORMANCE FORM V1.0 QUESTIONNAIRE RFPNO. P Page ageI 1 of 3 Los Angeles County Metropolitan Transportation Authority ---- Questionnaire Purpose/ Introduction THIS PERFORMANCE QUESTIONNAIRE IS TO ASSIST THE MTA IN ITS ASSESSMENT OF THE GENERAL PAST EXPERIENCEIPERFORMANCE OF A PROPOSER,SUBCONSULTANT OR OTHER ENTITY THAT WILL BE RESPONSIBLE FOR PERFORMING WORK. PROPOSER (IDENTIFIED CONSULTANT IN SECTION 1 BELOW) HAS IDENTIFIED YOUR ORGANIZATION AS A REFERENCE FOR PAST EXPERIENCEMERFORMANCE. SECTION 1 PROPOSERICONSULTANT IDENTIFICATION(COMPLETED BY EVALUATOR) AESCO Name of Proposer/Subconsultant/Other Entity SECTION 2. IDENTIFICATION OF RESPONDING FIRM(COMPLETED BY EVALUATOR) 1. Azzam Saad,PE,Esq.-Contracts Manager Name&Title of Responding Firm(s)Representative 2 OHL USA Exact Name of Responding Firm 3. 3100 West Lake Center Drive,2nd Floor Physical/Mailing Address Santa Ana CA USA 92704 City State Country Zip Code 4. 714-318-3902 Primary/Main Telephone No. Primary I Main Fax No. & Brief Description of Work Performed for Responding firm Perform Quality Control materials testing and inspection for the widening of the 1405 Freeway between SR 73 and the 1 605 Freeway through Orange County. AESCO prepared the Quality Control Manual. AESCO also performed the Aerial Deposited Lead testing for the project. X QEXPERIENCE/PERFORMANCE FORM V1.0 UESTIONNAIRE RFP No P`: - Page 2 of 3 Los Angeles County Metropolitan Transportation Authority SECTION 3: OVERALL PROJECT EXPERIENCEiPERFORMANCE IN THIS SECTION, PLEASE INDICATE YOUR ORGANIZATIONS SATISFACTION WITH THE PAST OR CURRENT OVERALL PERFORANCE OF THE CONSULTANT IDENTIFIED IN SECTION 1 ABOVE THE CONSULTANT IN QUESTION IS TO BE ASSESSED ON THE BASIS OF YOUR ORGANIZATION FIRST-HANDIDIRECT EXPERIENCE WITH THE CONSULTANT ONLY PLEASE PLACE AN'X'IN THE APPROPRIATE BOX.INDICATING YOUR ORGANIZATION LEVEL OF SATISFACTION WITH THE CONSULTANT IN QUESTION THE SCALE IS DEFINED AS FOLLOWS • U-UNSATMFACTORY: CONSULTANT IS OR WAS IN DANGER OF NOT BEING ABLE TO SATISFY CONTRACTUAL REQUIREMENTS AND RECOVERY WAS OR IS NOT LIKELY IN A TIMELY MANNER. AREA OF EVALUATION CONTAINS SERIOUS PROBLEMS FOR WHICH THE CORRECTIVE ACTIONS APPEAR INEFFECTIVE • S-SATISFACTORY: PERFORMANCE MEETS CONTRACTUAL REQUIREMENTS AREA OF EVALUATION CONTAINS SOME PROBLEMS FOR WHICH CORRECTIVE ACTIONS HAVE YET TO TAKEN.OR HAS NOT BEEN FULLY IMPLEMENTED.BUT APPEAR ONLY SATISFACTORY • G-GOOD: PERFORMANCE CLEARLY MEETS CONTRACTUAL REQUIREMENTS AREA OF EVALUATION CONTAINS SOME MINOR PROBLEMS FOR WHICH CORRECTIVE ACTIONS APPEAR EFFECTIVE • E-EXCEPTIONAL: PERFORMANCE CLEARLY EXCEEDS CONTRACTUAL REQUIREMENTS AREA OF EVALUATION CONTAINS FEW MINOR PROBLEMS FOR WHICH CORRECTIVE ACTION APPEAR HIGHLY EFFECTIVE. Fall Pass U 8 G E Ni 1 Consultant accomplished/performed work being evaluated ❑ ❑ ❑ In ❑ 2 Consultant provided experienced design and/or project ❑ ❑ ❑ © ❑ managers with abilities needed to meet contract requirements 3 Consultant demonstrated ability to hire, maintain, and replace ❑ ❑ ® ❑ ❑ rf necessary) qualified personnel duringthe contract period. 4 Consultant provided a timely response to nonconformance ❑ ❑ ❑ © ❑ Issues 5 Consultant exercised initiative to solve problems. ❑ ❑ ® ❑ ❑ 6 Consultant provided timely resolution of design defects ❑ ❑ ® ❑ ❑ 7 Consultant developed and met established project schedules. ❑ Cl ❑ EI ❑ 8 Contractor provided timely cost proposals for changed work. ❑ ❑ ❑ ❑ 9 Consultant paid subcontractors/suppliers in a timely manner ❑ ❑ ❑ © ❑ 10 Consultant Provided effective Occupational Safety 8 Health Policies, Procedures 8 Programs to meet contract ❑ ❑ © ❑ ❑ requirements 11. Consultant provided and effectively Implemented Project ❑ ❑ QualityProgram Manual requirements. 12 Consultant provided Quality Control Inspection Instructions and ❑ ❑ effectivelyconducted inspections 13 Consultant effectively Implemented requirements for ❑ ❑ E Ineenn Design Procedures(s) 14. Consultant obtained permits. Inspections and necessary ❑ ❑ approvals from third-party's in a timelymanner 15. Consultant effectively coordinated with the Buyer/Owner ❑ Ell ❑ 16. Consultant mitigated claims and changes ❑ ❑ ❑ Q ❑ 17. Any other comments you would like to make such as would ❑ ❑ © ❑ ❑ ou contract again with this Consultant? FORM V1.0 M EXPERIENCE/PERFORMANCE RFP NO Ps46817 QUESTIONNAIRE Page 3 of 3 Los Angeles County Metropolitan Transportation Authority Any other comments you would like to make such as would you contract again with this Consultant?(Note: if no additional comments so indicate below.) _1 have known AESCO for over ten years. They always perform professionally._ _Very knowledgeable with all material and testing requirements for heavy civil and_ _highway industry. Works very well with owners and contractors,solves problems._ _Experienced in public works and document requirements._ To Pass COnsultant/Subconsultant/Other Entity must receive passing marks or a N/A in twelve (12)out of the sixteen(16)questions,at a minimum, for this reference only. (Note: The Technical Evaluation Team may determine any unsatisfactory identified as critical to the procurement) For Metro Use Only: Score Proposer's status after review Validated by: Date: ,. Orange Countv San Bernardino County I7—a2 i. III&I Am.&mk ad Ilu.nn.q.n.arrfi.CaKmm W1,17 F..Y V&6 imaa WXV: 'I'.L. 1711):G.;:4KJJI TA-: exrn DWMa AESCO I., n l n a7.ull hr "rn sn vrnH Client Name: Compan.: o—V Date: S 5 Ile Str.melc Somr,%hat Undecided Somewhat Strunzh Acree Aeree Disa¢ree U1>aerrce Does AESCO appear knowledgeable/qualified to perform the testing'? Overall, AESCO handles all complaints in a timelv manner. Would you use AFS('0 a am., Would you recommend AESCO's services to other com panle:! Overall, you are pleased with the way AESCO handles obstacles at the ob AESCO submits reports in a timely manner AESCO's staff is readily arallahlr n, provide support when needed Additional Comments:t f l �( 3 kF-Z �S v )7�S ,a e, b-g e(. 1N GcwCc, .o v A -40 How can AESCO improve'' T e-G, VJ4 Signature: Construction Material Testi g/ Inspection ♦ Environmental • Geotechnical Engineering Services www.AescoTech.com M.ARCHITECTURE February 21, 2019 To Whom It May Concern: I have utilized AESCO for geotechnical engineering and construction materials testing and inspections. AESCO has been very responsive and they have provided excellent services for various types of projects including structures, utilities, and pavement for the Alhambra school district for the past 15 years. We highly recommend AESCO Inc. for both geotechnical services as well as construction materials testing and inspection. If I can provide any further assistance, please do not hesitate to contact me at (626) 283-5996 or email me at mleu@mlarchitecture.com. Sincerely, Mun C. Leu, President 1961 W. Huntington Drive,Suite 201.Alhambra,CA 91801 626.283.5996 ,. ora,lge Cowny San Bernardino Cowty 17782 t:eo,V w u Im 11163 A.aouk.aA I hnw,ipm,Hexh.C'aid,r ua 92647 Fmlu Calif«.ua 9TKU Tde 171 U 3733&30 Tek: (909)Y91-91" AESCO F'a.: (711)37.L.9 1 F'u: 9U9)1847201 Client Name: �IcAr Jo Company: G".1$ ut 3wn+n. Fn«. Date: 5 - 4-1 - zalb Strongly Somewhat Undecided Somewhat Strongly A ree A rce Disa rec Disa ree Does AESCO appear knowledgeable/qualified to dorm the testin � Overall, AESCO handles all complaints X in a timel manner. Would you use AFSCO a ain? Would you recommend AESCO's services to other companies? Overall, you are pleased with the way AESCO handles obstacles at the ob AESCO submits rcport� x in a timely manner 1E777s staff is readily available to provide support when needed Additional Comments: How can AESCO improve? Signature: Construction Material Testing/ Inspection ♦ Environmental ♦ Gcotechnical Engineering Services www.AescoTech.com M EXPERIENCE/PERFORMANCE FORM V1.Q QUESTIONNAIRE RFP NO PS46817 Page 1 of 3 Los Angeles County Metropolitan Transportation Authonty Questionnaire Purpose / Introduction THIS PERFORMANCE QUESTIONNAIRE IS TO ASSIST THE MTA IN ITS ASSESSMENT OF THE GENERAL PAST EXPERIENCE/PERFORMANCE OF A PROPOSER,SUBCONSULTANT OR OTHER ENTITY THAT WILL BE RESPONSIBLE FOR PERFORMING WORK. PROPOSER (IDENTIFIED CONSULTANT IN SECTION 1 BELOW) HAS IDENTIFIED YOUR ORGANIZATION AS A REFERENCE FOR PAST EXPERIENCE/PERFORMANCE. SECTION T PROPOSER/CONSULTANT IDENTIFICATION(COMPLETED BY EVALUATOR) AESCO Name of ProposedSubconsultant/Other Entity SECTION 2: IDENTIFICATION OF RESPONDING FIRM(COMPLETED BY EVALUATOR) 1. Alex Perez Quality Control/Quality Assurance Coordinator Name&Title of Responding Firms) Representative 2 CaltranB Exact Name of Responding Firm 3 11229 woodruff Avenue Physical I Mailing Address Downey CA USA 90241 City State Country Zip Code 805-957-7056 4 562-940-4202 Primary/Main Telephone No Primary I Main Fax No. 5 Brief Description of Work Performed for Responding firm Performed the testing and inspection for the lean concrete base(LCB)and jointed plane concrete for regularrapid set and X QUESTIONNAIRE EXPERIENCE/PERFORMANCE FORM V7.0 RFP No. PS46817 Page 2 of 3 Los Angeles County Metropolitan Transportation Authority SECTION 3: OVERALL PROJECT EXPERIENCE/PERFORMANCE IN THIS SECTION, PLEASE INDICATE YOUR ORGANIZATION'S SATISFACTION WITH THE PAST OR CURRENT OVERALL PERFORANCE OF THE CONSULTANT IDENTIFIED IN SECTION 1 ABOVE. THE CONSULTANT IN QUESTION IS TO BE ASSESSED ON THE BASIS OF YOUR ORGANIZATION'S FIRST-HANDIDIRECT EXPERIENCE WITH THE CONSULTANT ONLY. PLEASE PLACE AN'X'IN THE APPROPRIATE BOX,INDICATING YOUR ORGANIZATION'S LEVEL OF SATISFACTION WITH THE CONSULTANT IN QUESTION. THE SCALE IS DEFINED AS FOLLOWS: • U-UNSATISFACTORY: CONSULTANT IS OR WAS IN DANGER OF NOT BEING ABLE TO SATISFY CONTRACTUAL REQUIREMENTS AND RECOVERY WAS OR IS NOT LIKELY IN A TIMELY MANNER. AREA OF EVALUATION CONTAINS SERIOUS PROBLEMS FOR WHICH THE CORRECTIVE ACTIONS APPEAR INEFFECTIVE. • S-SATISFACTORY: PERFORMANCE MEETS CONTRACTUAL REQUIREMENTS. AREA OF EVALUATION CONTAINS SOME PROBLEMS FOR WHICH CORRECTIVE ACTIONS HAVE YET TO TAKEN,OR HAS NOT BEEN FULLY IMPLEMENTED,BUT APPEAR ONLY SATISFACTORY. • G-GOOD: PERFORMANCE CLEARLY MEETS CONTRACTUAL REQUIREMENTS. AREA OF EVALUATION CONTAINS SOME MINOR PROBLEMS FOR WHICH CORRECTIVE ACTIONS APPEAR EFFECTIVE. • E-EXCEPTIONAL: PERFORMANCE CLEARLY EXCEEDS CONTRACTUAL REQUIREMENTS. AREA OF EVALUATION CONTAINS FEW MINOR PROBLEMS FOR WHICH CORRECTIVE ACTION APPEAR HIGHLY EFFECTIVE. Fail Pass U S G E N/A 1. Consultant accomplished/performed work being evaluated. 1 ❑ ❑ 2. Consultant provided experienced design and/or project El ❑ ❑ ❑ ❑ mono ers with abilities needed to meet contract requirements. 3. Consultant demonstrated ability to hire, maintain, and replace ❑ ❑ ❑ ❑ if necessa qualified personnel duringthe contract period. In 4. Consultant provided a timely response to nonconformance ❑ ❑ ❑ ❑ ❑ issues. 5. Consultant exercised initiative to solve problems. ❑ ❑ ❑ ❑ ❑ 6. Consultant provided timely resolution of design defects. ❑ ❑ ❑ I ❑ ❑ 7. Consultant developed and met established project schedules. I ❑ ❑ ❑ I ❑ 1� 8. Contractor provided timely cost proposals for changed work. I ❑ ❑ ❑ I in ❑ 9. Consultant paid subcontractors/suppliers in a timely manner. I ❑ ❑ ❑ I ❑ 10. Consultant provided effective Occupational Safety & Health Policies, Procedures & Programs to meet contract ❑ ❑ ❑ D ❑ requirements 11. Consultant provided and effectively implemented Project I El ❑ ❑ © ❑ Quaht Pro ram Manual requirements. 12. Consultant provided Quality Control Inspection Instructions and I El ❑ ❑ ❑ effective) conducted inspections. 13. Consultant effectively implemented requirements for I El ElI ❑ ® ❑ En ineerin Design Procedures(s) 14. Consultant obtained permits, inspections and necessary I El ❑ En ❑ ❑ a royals from third- art 's in a timely manner. 15. Consultant effectively coordinated with the BuyedOwner ❑ ❑ ❑ ❑ 16. Consultant mitigated claims and changes. ❑ ❑ ❑ I ❑ D 17. Any other comments you would like to make such as would ❑ ❑ ❑ ❑ ❑ you contract again with this Consultant? M EXPERIENCE/PERFORMANCE FORM V1.0 RFP NO. PS46817 QUESTIONNAIRE Page 3 of 3 Los Angeles County Metropolitan Transportation Authority Any other comments you would like to make such as would you contract again with this Consultant? (Note: if no additional comments so indicate below.) AESCO is very knowledgeable in materials testing and inspections and is very responsive to —reEtH2 sEo-ro:` -r. _ _ ee Beheduling. They—:aye quick tom—i-oe3aefi—a9—Et1ey ar-4se in the field. AESCO is very experienced with highway projects. To Pass Consuhant/Subconsultant/Other Entity must receive passing marks or a N/A in twelve (12) out of the sixteen (16)questions. at a nlininlunl, for this reference only. (Note: The Technical Evaluation Team may determine any unsatisfactory identified as critical to the procurement) For Melro Use Only: Score Proposer's status alter review Validated bv: Date: EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT 13 B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A coPy of memoranda, letters. reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product. CITY shall identify specific requirements for satisfactory completion. 4- CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Relerencc this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement: and 1 ) For all payments include an estimate of the percentage of work completed. Upon submission of' any such invoice. if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in. or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 1 Exhibit 13 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hour[\ rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. Exhibit 13 EXHIBIT B /. Orange County San Bernardino County I"R2 Gmmel.n I am 14163 \rm. nouk and 1iuwInRwm WOO,(*I.r rnia 92W Fontana.I dif.rnis 92335 1'k: i'I41P5.310 Ill,: 1'a1912R11121N) AE$Ct] Fac 17141375J341 Fa a: 191191244-9201 August 17, 2021 City of Huntington Beach Department of Public Works 2000 Main Street Huntington Beach, CA 92648 Subject: Fee Schedule Statement of Qualifications On-Call Materials Testing and Inspection Services City of Huntington Beach AESCO Proposal No. P69% Dear Sirs/Madams: AESCO is pleased to provide our Fee Schedule for the above-referenced project. If you need further assistance regarding this matter, please give feel free to call either myself or Ms. Debra Perez. We look forward to hearing from you. Very ly yours, AE CO, Efc —� date Chamaa, G.E. Dce?raa Perei.� nginccring Manager Project Manager Construction Material Testing/Inspection Environmental 4 Geotechnical Engineering Services I� AESCO AESCO P6996 Huntington Beach On-Call Materials Testing and Inspection Due 8-17-21 Professional Staffing Code Item $/Unit Unit P100 Principal Professional Engineer $ 220.00 Hour Plot Senior Geotechnical Engineer $ 205.00 Hour P102 Project Engineer/Manager $ 175.00 Hour P103 Geologist $ 185.00 Hour P104 Quality Control Manager $ 175.00 Hour P105 Senior Staff Engineer $ 170.00 Hour P116 Health and Safety Officer $ 205.00 Hour P135 LA City Deputy Methane Specialist $ 149.00 Hour P107 Laboratory Manager $ 132.00 Hour P108 Laboratory Technician $ 115.50 Hour P 109 CADD Operator/Draftsperson $ 95.00 Hour Pilo Data Processing,Technical Editing or Reproduction $ 95.00 Hour Pill Expert Witness Testimony $ 465.00 Hour P112 Certified Payroll,per hr. $ 170.00 Hour P113 Senior Staff Environmental Engineer $ 170.00 Hour P114 Senior Environmental Engineer $ 205.00 Hour Field Technician Code Item $/Unit Unit T150 Special Inspector(Reinforced Concrete,and Masonry) $ 121.00 Hour T151 Special Inspector(Structural Steel,Dfilled-In-Anchors S 121.00 Hour T152 Special Inspector for Welding $ 121.D0 Hour T153 OSA Class l Inspector $ 142.00 Hour T154 OSA Class ll Inspector $ 131.00 Hour T155 Special Inspector for Fireproofing $ 121.00 Hour T156 Special Inspector Load Tests or Torque/Bolt) $ 121.00 Hour T157 Special Inspector Rebar Sample $ 121.00 Hour T158 Special Inspector Pachometer $ 121.00 Hour T159 Senior Asphalt Placement Technician $ 121.00 Hour T160 Asphalt Placement Technician $ 121.00 Hour T161 Asphalt/Concrete Plant Technician $ 121.00 Hour T162 ACl/Caltrans Technician $ 121.00 Hour T163 Senior Soils Technician $ 121.00 Hour T164 Senior Grading Inspector $ 126.00 Hour T165 Staff Grading Inspector $ 121.00 Hour T 166 Soils Technician $ 121.00 Hour T167 Pile Driving Inspector S 131.00 Hour T168 AWS Certified Welding Inspector 5 121.00 Hour T169 NACE Coating Inspector $ 142.00 Hour T 170 Field Coring Technician 5 121.00 Hour T171 Nondestructive Examination Technician,UT,MT,LP S 126.00 Hour T172 Structural Steel Fabrication Inspector(AWS) S 126.00 Hour T177 Senior Environmental Technician 5 131.00 Hour T178 Environmental Technician S 126.OD Hour T179 Building Inspector $ 137.00 Hour Fabrication Shop Inspections Code Item 5/1.1nit Unit 1113 Structural Steel Inspector(ICC/CBO) .. . Hour T174 Structural Steel Inspector(AWS) - . Hour T175 Batch Plant Quality Control Technician/Inspector .. . Hour AJES4Co AESCO P6996 Huntington Beach On-Call Materials Testing and Inspection Due 8-17-21 T176 Reinforced Concrete, Prestressed Inspector Field Inspector/Technician Hours No Work Performed(Work Cancelled) All field services charge Regular Work Hours First 8 hours, Monday through Friday,between 5.00 a.m.to 5:00 p.m. Direct Project expenses outside services will be charged at Cost• 15%. Time and One-Half Any increment past first 8 hours through 12 hours,Monday through Friday First 12 hours on Saturday Shift between 3.00 a.m.and 5.00 a.m. Double Time Any hours past 12 hours Monday through Saturday,all day Sunday and Federal Holidays Field Analysis Code Hem $/Unit Unit G200 Soil Boring with Hollow Stem Auger Drilling Portal to Portal $ 415.00 Hour G201 Backfill Boreholes with Bentomte $ 26.00 Foot G202 Backfill Boreholes with Grout 5 37.00 Foot G203 Drumming and Disposal of Clean Cuttings $ 410.00 Drum G204 Fire Water Buffalo 5 578.00 Day G205 Support Truck 5 158,00 Day G206 Water Truck 5 473.00 Day G207 Mobilization and Demobilization for Rock conng 5 1.208.00 Each G208 Rock Coring 5 478.00 Hour G209 Decontamination of Vehicle and Equipment(Up to 100 miles) $ 315.00 Each G210 Field Resistivity,up to 3 arrays,maximum distance of 40 ft. $ 1,890.00 Each G211 Environmental Soil Boring with Hollow Stem Auger Portal to Portal $ 446.00 Hour G212 Environmental Soil Boring with Direct Push Portal to Portal $ 399.00 Hour G213 Environmental Groundwater Sampling with Grundfos,Portal to Portal $ 289.00 Hour G214 Environmental Analysis of soil for waste classification quote/Sample G215 Environmental Analysis of liquid for waste classification Quote/Sample G216 Ground Resistance Tester(Four Point Method),plus travel $ 1,700.00 Each G217 Potholing,two-man crew $ 600.00 Hour Mix Design Review Code Item $/Unit Unit 0250 Review of Concrete Mu Design $ 168.00 Each D251 Review of Grout Mix Design $ 168.00 Each D252 Review of Mortar Mix Design 5 168,00 Each D253 Review of Asphalt Mix Design $ 210,00 Each Sample Pick-Up/Hold Code Item $/Unit Unit All hold samples are charged at the sarne rate as the testing rate U303 Technician for Specimen pick up,minimum 2 hours 5 110.00 Hour U304 Vehicle(Up to 100 miles) $ 75.00 Trip Field Equipment Charges M /XEsco AESCO P6996 Huntington Beach On-Call Materials Testing and Inspection Due 9-17.21 Code Item $/Unit Unit E350 Brass Mold $ 21.00 Each E351 Concrete Air Meter $ 53.00 Day E352 Concrete Unit Weight(Scale,Bucket,Rod and Mallet) $ 32.00 Day E353 Field Vehicle Usage(Up to 100 miles) 5 74.00 Trip E354 Concrete/Asphalt Coring Equipment rental(min 4 hrs and 8 hrs after) $ 200.00 Hour E355 Fireproofing Adhesion/Cohesion $ 21.00 Test E356 Hand Auger Equipment $ 131.00 Day E357 Level D Personal Protective Equipment(PPE),per person $ 42.00 Day E358 Liquid Penetrating Consumables $ 32.00 Day E359 Magnetic Particle Equipment and Consumables $ 42.00 Day E360 Ultrasonic Equipment and Consumables $ 68.00 Day E361 Nuclear Density Gauge Usage $ 19.00 Hour E362 Compaction Test,per location $ 21,DO Test E363 Portable Concrete Laboratory-not including Technicians 5 - Quote/Day E364 Pachometer(Rebar Locator) $ 58,00 Day E365 Environmental PID Usage 5 200.00 Day E366 Pull Test Equipment $ 74.D0 Day E367 Sand Cone Test Kit(Scale,Burner,Sand Cone Apparatus) $ 179.00 Day E368 Schmidt Hammer $ 53,00 Day E369 Torque Wrench,Small $ 21,00 Day E370 Torque Wrench,Large $ 37.00 Day E371 Torque Multiplier(Skidmore) $ 95.00 Day E372 Miscellaneous Equipment Charge $ - Quote Each E373 Vapor Emission Kit $ 58.00 Each E374 Field Resistivity Meter $ 236.00 Day E375 Water Level Meter $ 79.00 Day E376 Environmental ph/Turbidity/Conductivity/Temp Meter $ 110.00 Day E377 Environmental FID Usage $ 110.00 Day E378 Environmental groundwater sampling pump $ 215.00 Day E379 XRF Lead Analyzer $ 131.00 Day E380 Relative Humidity $ 74.00 Day Schedule of Fees for Laboratory Services Concrete Tests Code Item $/Unit Unit C4D0 6"x 12"Cylinder.Compression Strength[ASTM C391 S 37.00 Test C401 6"x 6"x 18"Flexural Beams Not Exceeding Referenced Sae(ASTM C78,C293,or CTM S23) 5 84.00 Test C402 Cylinders:Splitting Tensile Strength(ASTM C4%) S 84.DO Test C403 Core Compression including Trimming(ASTM C39) $ 53.00 Test C404 Coring of Test Panels in Lab S 26.00 Each C405 Diamond Sawing of Cores or Cylinders(ASTM C642) $ 26.00 Test C406 Density,Absorption,and Voids in Hardened Concrete(ASTM C642) $ 315.00 Test C407 Modulus of Elasticity Static Test(ASTM C469) S 131.00 Test C408 Unit Weight Including Lightweight Concrete S 68.00 Test C409 Drying Shrinkage Up to 28 Days:Three 3"x 3"or 4"x 4"Bars,Five Readings up to 28 Dry Days (ASTM C157) S 394.00 Test C410 Additional Reading S 47,00 Set of 3 Bars C411 Storage Over Ninety(90)Days $ 37.00 iet of 3 Bars/Month C435 Coefficient of Thermal Expansion of Concrete(CRD 39,AASHTO T336) S 940.00 Test C436 Compression Test(ASTM C495 and C472) $ 47.00 Test C437 Air Dry Density(ASTM C472) S 37.00 Test C438 Oven Dry Density(ASTM C495) S 63.DO Test C439 Sample Trimming in the lab,up 6"diameter $ 21.00 Test I� />ESCO AESCO P6996 Huntington Beach On-Call Materials Testing and Inspection Due 8-17-21 Concrete Block,ASTM C140 Code Item $/Unit Unit C412 Compression(3 Required Per ASTM) $ 63.00 Each C413 Absorption/Moisture Content/Oven Dry Density(3 Required per ASTM) $ 95.00 Each C414 UnearNolumetric Shrinkage(ASTM C426) $ 105.00 Test C415 Web and Face Shell Measurements $ 47.00 Test C416 Tension Test $ 179.00 Test C417 Core Compression $ 58.00 Test C418 Shear Test of Masonry Cores:2 Faces $ 95.00 Test C419 Efflorescence Test(3 Required),each $ 58.00 Test Laboratory Trial Batch:Cement,Concrete,Grout and Mortar Code Item $/Unit Unit L450 All trial batch for cement,concrete,grout,mortar,etc quote Each Brick Masonry Tests Code Item $/Unit Unit M500 Modulus of Rupture:Flexural(5 Required Per ASTM),each $ 58.00 Test M501 Compression Strength(3 Required Per ASTM),each $ 53.00 Test M502 Absorption:5 Hour or 24 Hour(5 Required),each $ S3.00 Test M503 Absorption(Boll):1,2,or 5 Hours(5 Required),each 5 84.00 Test M504 Initial Rate of Absorption(5 Required),each $ 42.00 Test M505 Efflorescence(5 Required),each $ 89.00 Test M506 Core:Compression,each $ 74.00 Test M507 Shear Test on Brick Core:2 Faces,each $ 95.00 Test Masonry Prisms Code Item $/Unit Unit M508 Compression Test:Composite Masonry Prisms Up To 8"x 16" 210 Test M509 Compression Test:Composite Masonry Prisms Larger Than 8"x 16" 305 Test M510 Masonry Cutting of Cubes or Prisms 74 Test Mortar and Grout Code Item $/Unit Unit M511 Compression:2"x4"Mortar Cylinders 47 Test M512 Compression:3"x 3'x 6"Grout Prisms,Includes Tramming 63 Test M513 Compression:2'Cubes(ASTM C309) 63 Test M514 Compression:Cores(ASTM C42) 63 Test M515 Mortar Expansion(ASTM C806) 315 Test Fireproofing Tests Code Item $/Unit Unit F550 Oven Dry Density 79 Test F551 Adhesion/Cohesions Testing,per hour,4 hour minimum 126 Test Gunite and Shotcrete Tests Code Item $/Unit Unit C420 Core Compression Including Trimming(ASTM C42) 63 Test C421 Compression 6"x 12"Cylinders 37 Test C422 Compression:Cubes 42 Test Soils and Aggregate Tests Code Item $/Unit Unit M c,EscO AESCO P6996 Huntington Beach On-Call Materials Testing and Inspection Due 8-17-21 5600 Atterberg Limits/Plasticity Index(ASTIVI D4318) S 14100 Test 5601 Chloride and Sulfate Content(CTM 417,CTM 422) $ 152.00 Test 5602 Consolidation,Full Cycle(ASTM 2435,CTM 219) $ 289.00 Test 5603 Cleanness Value: 1"x p4(CTM 227) $ 194.00 Test 5604 Cleanness Value:2.5"x 1.5"or 1.5"x.75"(CTM 227) $ 310.00 Test 5605 Corrosivity Series:Sulfate,Cl,pH(CTM 643 and 417) $ 210.00 Test 5606 Lab Resistivity $ 131.00 Test 5607 Direct Shear Test(ASTM D3080) $ 268.00 Test 5608 Direct Shear Test,per point $ 116.00 Test 5609 Direct Shear Test Sample Remolding(ASTM D3080) $ 47.00 Test 5610 Durability Index Fine Aggregate $ 168.00 Test 5611 Expansion Index(ASTM D4829,UBC 18-2) $ 163.00 Test 5612 Durability Index:Coarse Aggregate $ 168.00 Test 5613 Maximum Density:Methods A/B/C(ASTM D1557 or D698,CTM 216) $ 194.00 Test 5614 Maximum Density:Check Point abrasion(ASTM D3557) $ 79.00 Test 5615 Maximum Density:AASHTO C(Modified)(AASHTO T-180) $ 210.00 Test 5616 Moisture Density Rock Correction $ 168.00 Test 5617 Moisture Content(ASTM 02216,CTM 226) $ 26.00 Test 5618 Density:Ring Sample(ASTM 02937) $ 32.00 Test 5619 Density:Shelby Tube Sample(ASTM D2937) $ 58.00 Test 5620 Organic Impurities(ASTM C40) $ 100.00 Test 5621 Failing Head Permeability(ASTM 02434) $ 263.00 Test 5622 R-Value:Soil(ASTM 2844) $ 373.00 Test 5623 R-Value:Aggregate Base(ASTM D2844) 5 373.00 Test 5624 Sand Equivalent(ASTM D2419,CTM 217) $ 137.00 Test 5625 Soil Classification(ASTM D2487) $ 37.D0 Test 5626 Sieve#200 Wash Only(ASTM D1140) $ 100.00 Test 5627 Sieve with Hydrometer:Sand to Clay(ASTM D422) $ 305.00 Test 5628 Sieve Analysis including Wash(ASTM C136) $ 179.00 Test 5629 Sieve Analysis Without Wash $ 126.00 Test 5630 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 202) $ 100.00 Test 5631 Specific Gravity and Absorption:Fine(ASTM C128,CTM 207) $ 168.00 Test 5632 Swell/Settlement Potential:One Dimensional(ASTM D4546) $ 173.00 Test 5633 Unit Weight Coarse Aggregate $ 84.00 Test 5634 Unit Weight Fine Aggregate $ 84.00 Test 5635 Voids in Aggregate(ASTM C29) $ 95.00 Test 5636 Unconfined Compression(ASTM D2166,CTM 221) S 105.00 Test 5637 LA Rattler $ 205.00 Test 5638 pH of soil $ 26.00 Test 5639 Pocket Penetration Test $ 11.00 Test Asphalt Concrete Tests Code Item $/Unit Unit A650 Asphalt Core Density $ 63.00 Test A651 Extraction%AC by Ignition Oven(CTM 382) $ 184.00 Test A652 Gradation on Extracted Asph(ASTM D6507 andD5444,CTM 202,and CTM 382) $ 105.00 Test A653 Moisture Content(CTM 370) $ 79.00 Test A654 Maximum Theoretical Specific Gravity(RICE)(ASTM D2041,CTM 309) $ 168.00 Test A655 Specific Gravity and Absorption:Coarse(ASTM C127,CTM 206) $ 95.0o Test A656 Specific Gravity and Absorption:Fine(ASTM C328,CTM 207) $ 168.00 Test A657 Sieve Analysis(ASTM D5444 and C136) $ 100.00 Test A658 Sieve Analysis with Wash(ASTM D5444) $ 147.00 Test A659 Sand Equivalent(ASTM D2419) $ 142.00 Test A660 5 Fit LTMD Bulk Specific Gravity(CTM 308,CTM 375) $ 299.00 Test A661 Flat and Elongated Particles(ASTM D4791) $ 221.00 Test A662 Fine Aggregate Angularity(AASHTO T304 A) $ 205.00 Test M ,aEsco AESCO P6996 Huntington Beach On-Call Materials Testing and Inspection Due 8-17-21 A663 Maximum Density HVEEM(ASTM D1560) S 221.00 Test A664 Maximum Density Marshall(ASTM D1559 and D5611 $ 221.00 Test A665 Mix Stability(CTM 304) $ 221.00 Test A668 Wet track Abrasion Loss(ASTM D3910),each $ 184.00 Test A669 Extraction%of Emulsion(ASTM D6307) $ 163.00 Test A670 Slurry seal field consistency test(ASTM D3930) $ 89.00 Test Reinforcing Steel Code Item $/Unit Unit R700 Bend Test: 1111 or Smaller $ 68.00 Test R701 Bend Test:Larger Than#11 $ 100.00 Test R702 Tensile Test: It 11 or Smaller $ 89.00 Test R703 Tensile Test: #14 $ 121.00 Test R704 Tensile Test: #18 $ 189.00 Test R705 Slippage Test In Addition to Tensile Test(Per Caltrans 52-1.08C) $ 200.00 Test R706 Tensile Test: Mechanical Splice#11 and Smaller $ 126.00 Test R707 Tensile Test: Mechanical Splice#14 $ 179.00 Test R708 Tensile Test: Mechanical Splice#18 $ 215.00 Test R709 Tensile Test: Welded It 11 and Smaller $ 89.00 Test R710 Tensile Test: Welded#14 $ 121.00 Test R711 Tensile Test: Welded#18 $ 199.00 Test R712 Sample Straightening for Bend or Tensile Test(if required) $ 63.00 Test R713 Testing Multi-Wire Steel Prestressing Strand $ 294.00 Test R714 Tensile Test:T-Head#11 and Smaller $ 158.00 Test R715 Tensile Test:T-Head#14 $ 210.00 Test R716 Tensile Test:T-Head#18 $ 268.00 Test R717 Tensile Test: Welded Hoops It 11 and Smaller $ 126.00 Test R718 Tensile Test: Welded Hoops Of 14 S 179.00 Test Metal Testing Code Item $/Unit Unit R714 Hardness Test(Rockwell)and Brinnel(ASTM E38) $ 79.00 Test R715 Hardness Test of Nuts $ 89.00 Test R716 Hardness Test of Bolts $ 105.00 Test R717 Hardness Test of Washers $ 89.00 Test Concrete Coring Services Code Item $/Unit Unit C423 Equipment Concrete(4 and 8 hour minimum) $ 210.00 Hour Individual Core Prices(all prices are for a four core minimum job): $ - C424 Slab on Grade Coring for 2",3"and 4"Diameter(first 6"depth)each $ 74.00 Test C425 Slab on Grade Coring for 6"and 8"Diameter(first 6"depth)each $ 79.00 Test C426 Slab on Grade Concrete Core(price per inch after 6"depth) $ 11.00 Test C427 Wall Cores 2",3"and 4"(first 6"in depth)each $ 89.00 Test C428 Wall Concrete Core(price per inch after 6"in depth),per inch (Wall core pries based on Contractor supplying access to area to be cored) $ 11.00 Inch Miscellaneous Concrete Coring Prices: $ - C429 Patching Slab on Grade Cored Holes with 2500 psi Concrete Patch,each $ 21.00 Test C430 Thickness Determination per ASTM C42,each S 21.00 Test C431 Compression Strength Determination $ 68.00 Test Asphalt Concrete Coring Services Code Item $/Unit Unit AESCO AESCO P6996 Huntington Beach On-Call Materials Testing and Inspection Due 8-17-21 Alternate Individual Core Prices(all prices are for a la„r Lose m.inmo:n JIU, A661 Asphaltic Concrete Cores 2",3"and 4"Diameter(First 6"in depth).each 5 74.00 Test A662 Asphaltic Concrete Cores 6"and 8"Diameter(First 6"in depth(,each 5 74.00 Test A663 Asphaltic Concrete Cores price per inch after 6"in depth,each 5 11.00 Test Miscellaneous Asphaltic Coring Prices: A664 Patching of Core Drilled Holes Using Cold Patch Material,each 5 32.00 Test A665 Thickness Determination per ASTM C42,each 5 37.00 Test A666 Specific Gravity for Determination of Percent Compaction per ASTM D 2726,each 5 47.D0 Test A667 Specific Gravity for Determination of Percent Compaction by Paraffin,each $ 68.00 Test Environmental Tests Code Item $/Unit Unit N800 Asbestos Polarized Light Microscopy(PLM)3-Day Turnaround,each 5 21,00 Test N801 Asbestos Polarized Light Microscopy(PLM)24-Hour Turnaround,each 5 4200. Test N802 Asbestos Polarized Light Microscopy(PLM)8 Hour Turnaround,each 5 74.00 ., FORESIGHT ENGINEERING, Inc. -< Civil Engineering and Land Surveying 2021 PREVAILING WAGES FEE SCHEDULE (The following fees are effective through December 31, 2021) Principal Land Surveyor $ 200.00/hour CAD Draftsman/ Technical support $120.00/hour 2-man survey crew $300.00/hour 1-man survey crew $230.00/hour Prints 24" x 36" $3.00 each Prints 30" x 42" $5.00 each Reimbursables Cost + 10% Field trips are subject to 4-hour onsite minimum charge, plus travel time to and from the site. Rate for survey crew includes Leica Robotics instrument and survey truck. Overtime is 1 .50 times the hourly rate. Rates are subject to review on 12/31/2021 . Current rates will be honored for the duration of contract. Nader J. Qoborsi RE, P.L.S. 17621 Irvine Blvd, Suite 210, Tustin, CA 92780 Tel. (714) 542 1214 ' Fax (714) 542 0117 cad CERTIFICATE OF LIABILITY INSURANCE 6/0/2021or Y' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERIS), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be undorsod. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,cortaln policies may require an endorsement. A statement on this certificate does not confor rights to the certificate holder In Ilou of such ontl rsomonls. PRODUCER CONTACT LAURIE BRENNAN HAUCK PHONE 714 965-4701 FAX 7026296701 112 A Argus Lane #465 E� I renco ao .com Mooresville, NC 28117 INSURe S AFFORDING COVEJUf,E NAICE OC98533 INSUgEHA. Trumbull Insuranace INSURED Assoc, Inc. INSURERS, Burlington Insurance Company 17782 Georgetown Lane .Houston Casualty Company INSURER D:Sentinel Ins. Co Huntington Beach, Ca 92647 714 375-3830 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS 10 CFHIIFY THAT THE PCAILTES OF INSURANCE USTEO 8uOW NAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE PIXICY PERIOD INDICATED. NOTKITHSTARDNG ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY GE ISSUEO OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE I'OLIGIES DE8CRIBED HEREIN 6 SUBJECT TO ALL THE TERMS. EXCURSIONS ANO CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BYPAID CLAIMS. 59 LIR TYPF.OF INSURANCE II&K LIMITS X COMMERCIAL GENERAL LASNITV EACH OC yIiCN 2 OO CLAIMS.MADE El OCCURP -N a 100,000, LIED EXJ` An one vnon 5000 R g 154BG03392-01 6/24/2021 6/24/2022 PERSONAL aAOVINJURY s2 DOD 000.O PlR AGGRF.MTE LIppNoITAPHIES PER: GENERAL AOGRF.GATE f 2,000,000. POLKYOJECT �LOC PRODUCTS m COMI`IOPAOO s2,000,000, OTHER AUTOMOBILEDAGAUTY , IA' 'EMIT ! , 000 X ANYAVTO SOoLYINJVRY(PeIPNeCe) f ALIYZEO SCHEDULED 72UECTQ7770 7/7/20257/7/2022 BODLY INJURY(P.1.,W.M) f A AUTOS AUTOS X NON-OWNED P A f X HIRED AUTOS % AUTOS f UMBRELU LAB OCCUR EACH OCCURRENCE f EXCESS LAB CLAIMS MADE AGGREUIS f WORRE.RSCOYPENSATION T AND EMPLOYERS'DABRITY 4/11/2021 /11/2022 1,000,000 ANY PRGPRIET.0%`cT=W.1 ECVIIve NIA 72WECKU6780 EL EACH ACCIDENT D eiPICENNEMBER EXCIIIOEoi IMen4elery In NT1) E 1-DISEASE EA EA0.0VEE ! r e r.,4esnpe u„4a, 1,000,0D0 e P C Professional Liab. HCC 2124429 4TAaenml vs,n012 $2 ,000,000. Claim/Aggro DESCRIP110N OF OPERATIONS ILOCA110NS J VEKCLES (ACORO tei,A4OA'mel RvmvM1e SrfeeJe,mry b a'IxNad4 move apace Ie,pPVval Certificate holder is named as an additional insured. APPROVED AS TO FORM By:� MICHAEL E. GATES CITY ATTORNEY CITY OF HUNTINGTON OEACH r.FRTIFIr.ATF HOLDER CANCELLATION City of Huntington Beach Department of Public works THE EXPIRATION THE ABOVET EREO . NOTICE IL HE DEED BEFORE p THE EX%HAl10N DATE THERC-0F, NOTICE MAIL HE DELIVERED W 2000 Main Street ACCORDANCE.MTN THE POLICY PROVISIONS. Huntington Beach, Ca 92648 RILED REPRES TATIVE WOL- 1988-2013 ACORD CORPORATION.NI rights reserved. ACORD 25(2013104) The ACORD name and logo are registered marks of ACORD City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ wtiN,%v.huntingtonbeachca.gov `B Office of the City Clerk ' Robin Estanislau, City Clerk January 10, 2022 AESCO, Inc. Attn: Kay Alabed 17782 Georgetown Lane Huntington Beach, CA 92647 Dear Ms. Alabed Enclosed is a fully executed copy of the "Professional Services Contract between the City of Huntington Beach and AESCO, Inc. for On Call Material Testing and Engineering Services" approved by the Huntington Beach City Council on December 21, 2021. Sincerely, Robin Estanislau, CMC City Clerk RE:ds Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION: Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: AESCO, Inc. OVERALL RANKING: 1 out of 25 SUBJECT MATTER EXPERTS/RATERS: 1. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant 1. MINIMUM QUALIFICATIONS REVIEW Written Proposal Score: Avg. of 67 out of 70 over 3 Raters listed above Vendor#1 — Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 67 70 Reference Check 10 10 Interview 15 15 Local Preference Check 5 5 Total 97 100 11. DUE DILIGENCE REVIEW • The city is familiar with AESCO because of their past work history with the city projects. AESCO—Summary of Review • AESCO has worked with the City of Huntington Beach on past projects and has performed satisfactory work. PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION: Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: Leighton Consulting, Inc. OVERALL RANKING: 2 (Tied) out of 25 SUBJECT MATTER EXPERTS/RATERS: 1. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant I. MINIMUM QUALIFICATIONS REVIEW Written Proposal Score: Avg. of 57 out of 70 over 3 Raters listed above Vendor#2—Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 57 70 Reference Check 10 10 Interview 15 15 Local Preference Check 0 5 Total 82 100 II. DUE DILIGENCE REVIEW • The city is familiar with Leighton Consulting because of their past work history with the city projects. Leighton Consulting—Summary of Review • Leighton Consulting has worked with the City of Huntington Beach on past projects and has performed satisfactory work. PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION: Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: Ninyo & Moore, Inc. OVERALL RANKING: 2 (Tied) out of 25 SUBJECT MATTER EXPERTS/RATERS: 1. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant I. MINIMUM QUALIFICATIONS REVIEW Written Proposal Score: Avg. of 57 out of 70 over 3 Raters listed above Vendor#3—Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 57 70 Reference Check 10 10 Interview 15 15 Local Preference Check 0 5 Total 82 100 II. DUE DILIGENCE REVIEW Ninyo & Moore was picked because of the success in interview and past work history with similar scope projects. Very well supported firm with a variety of abilities in materials and inspection support. Ninyo & Moore—Summary of Review • Ninyo & Moore has worked successfully with similar scope of projects similar to the City of Huntington Beach. PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION: Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: Twining, Inc. OVERALL RANKING: 2 (Tied) out of 25 SUBJECT MATTER EXPERTSIRATERS: 1. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant I. MINIMUM QUALIFICATIONS REVIEW Written Proposal Score: Avg. of 57 out of 70 over 3 Raters listed above Vendor#4—Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 57 70 Reference Check 10 10 Interview 15 15 Local Preference Check 0 5 Total 82 100 ll. DUE DILIGENCE REVIEW The city is familiar with Twining because of their past work history with the city projects. Twining—Summary of Review Twining has worked with the City of Huntington Beach on past projects and has performed satisfactory work. PROFESSIONAL SERVICE AWARD ANALYSIS SERVICE: On-Call Construction Management Services SERVICE DESCRIPTION: Construction and inspection support for City's annual Capital Improvement Program projects. VENDOR: GMU Geotechnical, Inc., Inc. OVERALL RANKING: 5 out of 25 SUBJECT MATTER EXPERTS/RATERS: 1. Senior Civil Engineer 2. Senior Civil Engineer 3. Civil Engineering Assistant I. MINIMUM QUALIFICATIONS REVIEW Written Proposal Score: Avg. of 57 out of 70 over 3 Raters listed above Vendor#5—Minimum Qualifications Review Total Weighted Maximum Criteria Score Score Proposal Criteria 57 70 Reference Check 10 10 Interview 12 15 Local Preference Check 0 5 Total 79 100 ll. DUE DILIGENCE REVIEW GMU Geotechnical, Inc. was picked because of the success in interview and past work history with similar scope projects, especially in street related work. GMU Geotechnical, Inc.—Summary of Review • GMU Geotechnical, Inc. has worked successfully with similar scope of projects similar to the City of Huntington Beach.