Loading...
HomeMy WebLinkAboutAccenture Infrastructure and Capital Projects, LLC - 2025-11-18 2000 Main Street, Huntington Beach,CA rrti �i 92648 so: -_ _-:Qt City of Huntington Beach APPROVED 7-0 OQ Y File #: 25-881 MEETING DATE: 11/18/2025 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: Joseph Pine!, Capital Projects Administrator Subject: Approve and authorize execution of Professional Services Contracts for On-Call Construction Management, Materials Testing and Inspection Services with 6aenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc; Harris & Associates, Inc.; and PSOMAS Statement of Issue: The Public Works Department requires professional construction management, materials testing, and inspection services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services and recommends awarding on-call general engineering consulting services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for construction management, materials testing and inspection services. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: A)Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Accenture Infrastructure and Capital Projects, LLC. for On-Call Construction Management and Inspection Services and B)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Ardurra Group, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and City of Huntington Beach Page 1 of 4 Printed on 11/12/2025 de /�/�� Q � powered by LegistarTm (�/l 391 File #: 25-881 MEETING DATE: 11/18/2025 C)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Berg & Associates, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and c D)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Certerra RMA Group for On-Call Construction Management, Materials Testing and Inspection Services; and E)Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Dudek for On-Call Construction Management and Inspection Services; and F)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and GHD Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and G)Approve and authorize the Mayor and City Clerk to execute $1,000,000 Professional Services Contract between the City of Huntington Beach and GMU Engineers and Geologists, Inc. for On- Call Materials Testing; and I( H)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Harris & Associates, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and * I) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and PSOMAS for On-Call Construction Management and Inspection Services. Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Analysis: To efficiently manage the City's growing Capital Improvement Program (CIP), the City utilizes on-call professional service contract agreements with pre-qualified firms that provide specialized services on an as-needed basis. These contracts allow staff to quickly assign work when specific projects or increased workloads arise, without committing to a guaranteed minimum amount of work. This approach provides both flexibility and cost efficiency, enabling the City to meet service demands without adding permanent staff. Each year, the City undertakes an extensive CIP that includes a wide range of infrastructure improvements requiring engineering and construction support. Many projects demand construction management, materials testing, inspection, and regulatory compliance services that extend beyond internal staff capacity. Engaging qualified external consultants allows the City to ensure projects are delivered efficiently, safely, and in full compliance with federal and state standards. City of Huntington Beach Page 2 of 4 Printed on 11/12/2025 p �� powered by LegistarT'�392 File #: 25-881 MEETING DATE: 11/18/2025 In response to an expanded CIP budget-from $35 million to $63 million-the City anticipates the need for an increased number of on-call contracts to meet the additional workload and project complexity over the next three years. Such large projects and developments include multiple lift stations, water wells, arterial street rehabilitations, bridge rehabilitations, traffic signal and lighting projects, facility rehabilitation, and park projects. In addition to CIP construction management and inspection services the contracts are used to provide inspection duties for the Development Section. These duties include inspection services for utility permits and larger development projects that are covered by developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Qualifications (RFQ) on June 13, 2025, inviting firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFQ encompassed a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed the procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers, and complied with the federal Brooks Act and California Senate Bill 419. The City received twenty-seven (27) proposals in response. A three-member evaluation panel- comprised of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The Public Works Department consistently attracts highly qualified firms for such RFQs, resulting in a robust and competitive selection process. Based on evaluation results, staff recommend awarding nine (9) on-call contracts to firms to continue service to existing projects. The nine firms listed would reduce any potential interruption of construction services. Additionally, nine (9) other qualified firms shall be considered for further approval and will be recommended in a subsequent council meeting. Recommended Firms The current recommended firms are: Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc.; Harris & Associates, Inc.; and PSOMAS. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-material basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant City of Huntington Beach Page 3 of 4 Printed on 11/12/2025 powered by Leg istarTM 393 File #: 25-881 MEETING DATE: 11/18/2025 task orders include Heil Pump Station, Admiralty Bridge, Humboldt Pump Station, Traffic Signal Installations, Sunset Beach Sewer, to name a few. Projects upcoming that will use construction management and inspection include Humboldt Bridge, McFadden Lift Station, Davenport Lift Station, Water Well projects, Street Overlays/Rehabilitation, Downtown Street Lighting, Traffic Signals, and include inspection support for Development permitting. On-call contracts will be activated only when project demands exceed available City staff capacity. Each contract will be established with a three-year term and a not-to-exceed amount, with no guarantee of work. All expenditures under these agreements remain subject to City Council approval through the annual budget process. Environmental Status: Not Applicable. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Copy of Request for Qualifications (RFQZ 2. Accenture Contract Summary 3. Professional Services Contract with Accenture Infrastructure and Capital Project ,LLC. 4. Ardurra Group Contract Summary 5. Professional Services Contract with Ardurra Group, Inc. 6. Berg & Associates Contract Summary 7. Professional Services Contract with Berg & Associates, Inc. 8. Certerra RMA Group Contract Summary 9. Professional Services Contract with Certerra RMA Group 10.Dudek Contract Summary 11.Professional Services Contract with Dudek 12.GHD Inc. Contract Summary 13.Professional Services Contract with GHD Inc. 14.GMU Contract Summary 15.Professional Services Contract with GMU Engineers and Geologists 16. Harris and Associates Contract Summary 17.Professional Services Contract with Harris & Associates, Inc. 18. PSOMAS Contract Summary 19.Professional Services Contract with PSOMAS 20.Power Point Presentation City of Huntington Beach Page 4 of 4 Printed on 11/12/2025 powered by LegistarTM 394 V TitV GQ .. it '`?* ; * `cam Jr REQUEST FOR PROPOSAL FOR ON-CALL CONSTRUCTION MANAGMENT,MATERIALS TESTING, and INSPECTION SERVICES. Public Works Department CITY OF HUNTINGTON BEACH Released on May 15th, 2025 ON-CALL CONSTRUCTION MANAGEMENT SERVICES and MATERIALS INSPECTION SERVICES REQUEST FOR PROPOSAL (RFP) 1. BACKGROUND The City of Huntington Beach ("City") Public Works Department is seeking experienced consultant firms to assist the City's staff in the following service category, to perform Construction Management and Material Inspection services for any City related projects and activities. Qualified firms shall provide construction management consulting services on an"on-call"basis for projects assigned during the term of the contract. The contract will be for a minimum 3-year term.The City will issue task orders for each project based upon the scope-of-services; qualifications, work schedule,and reasonableness of the fee. For task orders greater than $30,000 City may typically solicit proposals from 2 or more qualified consultants for City funded projects. 2. SCHEDULE OF EVENTS This Request for Proposal will be governed by the following estimated schedule: Release of RFP May 15,2025 Deadline for Written Questions May 30,2025 by 4pm Responses to Questions Posted on Web June 6, 2025 Proposals are Due June 13th,2025 by 4pm Interviews, if Necessary 3rd Week of July Proposal Evaluation Completed and Notification August 2025 Approval of Contract September 2025 3. SCOPE-OF-WORK BY SERVICE CATEGORY In general,the consultant shall perform consulting services on an"on-call"basis for projects assigned by the City. The scope-of-work for any one project may involve all phases of project development and may include but, is not limited to the following: A. Construction Management The City is seeking experienced Construction Management firms to assist the City's staff in providing Construction Management and Inspection Services for a wide variety of capital improvement projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: pump stations, lift stations, curb and gutter, sidewalks,pipelines,traffic signals,structures,road rehabilitation, and bridge retrofits. In addition, the City anticipates consistent construction activity on City facilities, including fire stations, police department facilities and substations,community centers,beach and park restrooms,libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits, new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects,the City is planning to utilize Design-Build(DB) and Progressive Design-Build (PDB) delivery methods for applicable infrastructure and facility projects. As such, the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and contractors, early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. Interested firms shall address in their qualification statements, their firms ability to provide the following services if selected by the City. The successful firm will be expected to provide these services for locally funded CIP projects. The City prefers those qualified firms assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and gutter, sidewalks, pipelines, structures, road rehabilitation, reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings,product data; samples; submittal; purchases; materials; equipment; applicable handbooks;maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM) platform to perform project management duties and maintain project updates. A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information(e.g., logs,payment applications, working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system(PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project,preparing daily reports listing employee,labor classifications, hours worked and equipment on project,maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information(RFI's). 12. Conduct weekly construction progress meetings with contractor, subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress, problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19. Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences, realistic durations, constraints, schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor(weekly)to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City.Review and evaluate contractor's request for changes.Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains"As-Built"project schedule. 25. Review pay requests and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy oflhe project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff. 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout- Consultant shall provide the following project closeout services: • Administer and coordinate fmal inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project"Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup,requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment, labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work.As called out,require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced,or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project. Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site,number and names of workers with hours on site,work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion. Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10. During the course of construction,maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements,reporting, and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon& State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates,benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a final report to the City upon completion of each project summarizing any identified discrepancies and resolutions to those discrepancies affecting the project. 9. Defend certified payroll audits if conducted by controlling agency. E. Construction Materials Testing 1. The consultant shall be responsible for all the tests as required by the Caltrans Standard Specifications and the Project Special Provisions. 2. The consultant shall perform the materials testing services in accordance with the City's approved Quality Assurance Program (QAP) (See Appendix E), California Department of Transportation, Construction Manual, Chapters 3, "Control of Materials" and Chapter 6, "Sample Types and Frequencies."The consultant shall provide for initial"Samples and Tests" on materials proposed for use in the project. The firm shall provide for "Acceptance Tests" on materials that will be incorporated into the work. Sampling should begin as soon as material is delivered or in place. Sampling shall continue as work progresses. 3. The consultant shall conduct all testing in a Caltrans Certified Laboratory, or equivalent. All sampling and testing shall be done by personnel and laboratory with the appropriate accreditation for the testing and sampling designated to perform. Proof of the appropriate accreditation shall be submitted for approval by the City. 4. Provide a qualified technician as necessary to conduct density tests as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum density curves (ASTM D1557) .will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as ,necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four(24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17"sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max. and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter. (Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form (See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel, sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish(months&years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code (CBC);California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches,and solutions to similar projects that would be undertaken by the City, and detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CIP can be viewed at; https://huntingtonbeachca.goy/departments/public works/engineering/major proj ects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year,locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.cfm b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after'this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview, if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Finn Qualifications - Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. Staffing - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points). After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. https://cms3 sevize.com/revize/huntingtonbeachca/Documents/Business/Licenses%20Permits%20& %20CodeBusiness%20License/FORMS/Standard-Business-License-Application%202024.pdf K. Interview - After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded,must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. J 8. GENERAL REQUIREMENTS Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful consultant must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. The consultant is encouraged to contact its insurance carriers during the qualifications submittal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. Standard Form of Agreement The consultant will enter into an agreement with the City based upon the contents of the RFP and the consultant's response. The City's standard form of agreement is included. The consultant shall carefully review the agreement, especially the indemnity and insurance provisions, as the standard form of agreement will not be changed, and must be accepted as is. Assuming the consultant is agreeable with no exceptions, a statement to that effect shall be included in the qualifications submittal. Disclaimer This RFP does not commit the City to either issue an RFP, award a contract, or to pay any costs incurred in the preparation of the RFP response. The City reserves the right to extend the due date for the RFP, accept or reject any or all proposals submittals received as a result of this request, negotiate with any qualified consultant or cancel this RFP in part or in its entirety without penalty. Assigned Representatives The City will assign a responsible representative to administer the contract and to assist the consultant in obtaining information. The consultant shall also assign a responsible representative (project manager) and an alternate, who shall be identified in the RFP response. The consultant's representative will remain in responsible charge of the consultant's duties from the notice-to- proceed through project completion. If the consultant's primary representative should be unable to continue with the project, then the alternate representative identified in the RFP response shall become the project manager. Any substitution of representatives or sub-consultants identified in the RFP response shall first be approved in writing by the City's representative. The City reserves the right to review and approve/disapprove all key staff and sub-consultant substitution or removal, and may consider such changes not approved to be a breach of contract. I EXHIBIT A I Pre-Qualification Form PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICEtATEGORY :PROPOSING?- IN . (yczrcle} A. Construction Management Yes/No (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Firm Address: Signature: Date: IAPPENDIX A I Vendor Application Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑NEW ❑CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Is your business: (check one) ❑NON PROFIT CORPORATION ❑FOR PROFIT CORPORATION Is your business: (check one) ❑CORPORATION ❑LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION Names& Titles of Corporate Board Members (Also list Names & Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: APPENDIX B Agreement as Drafted Exhibit B — Draft Contract PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON.BEACH AND FOR 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 , a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to ; 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 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. 3. TERM; TIME OF PERFORMANCE agree/surfnet/professional svcs mayor 5/19-204082 Time is of the essence of this Agreement. The services of CONSULTANT are to commence on , 20 (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 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 Dollars ($ ). 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." 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 agree/surfnet/professionalsvcs mayor 5/19-204082 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: "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 agree/surinet/professional svcs mayor 5/19-204082 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 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. agree/surfnet/professional svcs mayor 5/19-204082 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 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 agree/surfnet/professional svcs mayor 5/19-204082 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 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 agree/surfnet/professional svcs mayor 5/19-204082 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: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach, CA 92648 agree/surfneUprofessional svcs mayor 5/19-204082 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 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 agree/surfiiet/professional svcs mayor 5/19-204082 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. 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. agree/surinet/professional svcs mayor 5/19-204082 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 parry'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 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. agree/surfnet/professional svcs mayor 5/19-204082 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 municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/President/Vice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM:- City Attorney agree/surfnet/professional svcs mayor 5/19-204082 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANTS' DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: 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. 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. 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" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. 2. Delivery of work product: A copy of every memorandum, letter, report, calculation and other documentation prepared by CONSULTANT shall 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. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress 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. 4. 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. PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR 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 APPENDIX C City's Insurance Requirements CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City CouncilResolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating ofno less than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions or similarforms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney ofthe City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type Minimum Insurance Requirements Professional Liability Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate.Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02.Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other,specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor 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 or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix revised 10-27-08 1 of 1 CITY OF HUNTINGTON BEACH 'I0!fANT'NGTo^cpF \ RCA Contract ''� Agreement Summary �*cFC. ::CP�,�o;,i� OUNTN d GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT November 18, 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT(S) In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pinel CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $1,500,000 3-years VENDOR NAME+TYPE OF SERVICE Accenture Infrastructure and Capital Projects, LLC will serve as an on-call professional specializing in construction management and inspection. Consultant will serve as construction managers and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. [B CITY OF HUNTINGTON BEACH 431 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND ACCENTURE INFRASTRUCTURE AND CAPITAL PROJECTS,LLC FOR ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION 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, ACCENTURE INFRASTRUCTURE AND CAPITAL PROJECTS, LLC., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management and inspection 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 Tyson Atwood who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/392200 1 of 12 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM: TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence ongoV. /$2025 (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 two (2) 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 One Million Five Hundred Thousand Dollars($1,500,000.00). 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 25-17168/392200 2 of 12 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." 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 25-17168/392200 3 of 12 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: "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. 25-17168/392200 4 of 12 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 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 25-17168/392200 5 of 12 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 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. 25-17168/392200 6 of 12 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 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. 25-17168/392200 7 of 12 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: TO CITY: TO CONSULTANT: City of Huntington Beach Accenture Infrastructure and Capital ATTN: Director of Public Works Projects,LLC 2000 Main Street ATTN: Tyson Atwood Huntington Beach,CA 92648 300 Spectrum Center Drive, Suite 1400 Irvine,CA 92618 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. 25-17168/392200 8 of 12 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 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 25-17168/392200 9 of 12 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. 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. 25-17168/392200 10 of 12 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 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. 25-17168/392200 11 of 12 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Attorney. 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, ACCENTURE INFRASTRUCTURE AND a municipal corporation of the State of CAPITAL PROJECTS, LLC California 0)/ By: ,, f'a.� a IL/0 r a I/� Ci ty Manager riot name INITIATED AND APPROVED: ITS: (circle one)Chatrman/Presiden ice President AND Director of Pu lic Works By: � APPROVED AS TO FORM: 610 print name ITS: (circle one)Secret hief Financial Office sst. City Attorney Secretary—Treasurer Date t D Lt 1 'Low RECEIVE AND FILE: Ci lerk Date /a/4.2S 25-17168/392200 12 of 12 ACCENTURE INFRASTRUCTURE AND CAPITAL PROJECTS,LLC a Delaware limited liability company WRITTEN CONSENT OF THE SOLE MEMBER IN LIEU OF A MEETING The undersigned,Accenture I&CP, LLC(f/k/a Anser Advisory, LLC)a Delaware Limited Liability Company, being the sole member (the "Member") of Accenture Infrastructure and Capital Projects, LLC,a California limited liability company(the"Company"), in lieu of holding a meeting of the Member of the Company,hereby takes the following actions and adopts the following resolutions by written consent, effective as of October 22, 2025, in accordance with Section 17704.07 of the California Revised Uniform Limited Liability Company Act,codified in the California Corporations Code,Section 17000 et seq.,as amended from time to time (the "Act") and the Limited Liability Company Agreement of the Company (the "LLC Agreement"). Approval of election of new Officers RESOLVED,that persons named below are hereby elected to the offices of the Company set forth opposite their respective names, effective immediately,and each such officer will serve as such until their respective successors are elected or appointed and qualified or, if earlier, until their respective death, retirement,resignation or removal from office: NAMES TITLES Adam Shaw President Jay Leong Chief Financial Officer and Secretary Gary Cooley Vice President Alex Makled Vice President Catherine Cronin Vice President Craig Halvorson Vice President Ian Alderson Vice President Thomas O'Neil Vice President Tom Davino Vice President Elie Dagher Vice President Jon Porterfield Vice President Joe Cusick Vice President Philip Townsend Vice President Corey Robert Burbach Vice President Andraya Lombardi Vice President Leigh Valudes Vice President Robert F. Goldman Secretary Lance M.LeBouef Vice President—Tax Matters Sammy Awad Vice President—Tax Matters Brian J.Kowles Treasurer Approval of updating Member name In view that the Sole Member changed its name on December 16,2024,from Anser Advisory LLC to Accenture I&CP LLC RESOLVED to update the Sole Member details that are part of the Schedule A of the LLC Agreement of the Company,as follows: 444 Member Percentage Interest Accenture I&CP,LLC 100% Accenture Tower 500 West Madison St Chicago,IL 60661 Attn:Aaron Holmes Facsimile No.:(312)652-7889 E-mail:aaron.holmes@accenture.com Further Action FURTHER RESOLVED, that the execution, delivery and performance by any Member or officer of the Company, or such other individuals that the Company shall, by power of attorney or otherwise, determine to be necessary, appropriate or advisable (together, the "Authorized Signatories" and each, an "Authorized Signatory") of the documents approved herein, including without limitation, any changes therein,additions thereto and deletions therefrom by such Authorized Signatory,shall constitute conclusive evidence of the approval of such Authorized Signatory, and each of such documents shall constitute the valid and binding obligation of the Company; and FURTHER RESOLVED,that all of the past acts and transactions of any Authorized Signatory (or other representative or agent of the Company),including,but not limited to,preparation,execution,deliveries and filings of agreements, instruments, certificates and other documents in the name of and on behalf of the Company or any of its affiliates,and all fees and expenses (including taxes)incurred or paid by any Authorized Signatory (or other representative or agent of the Company) having been deemed necessary, proper or advisable to carry out the intent and effectuate the purposes hereof,prior to the execution of these resolutions, taken in good faith in the name and on behalf of the Company or any of its affiliates pursuant to and consistent with the resolutions contained herein,be and hereby are authorized, approved, adopted, confirmed, ratified and accepted in all respects. The actions taken by this Member Consent shall have the same force and effect as if taken at a special meeting of the Members of the Company, duly called and constituted pursuant to the Limited Liability Company Agreement of the Company and the laws of the State of California. • ** SIGNATURE PAGE FOLLOWS ** 445 IN WITNESS WHEREOF,the undersigned has executed this Member Consent as of the date first written above. - ACCENTURE I&CP,LLC By: Robert F. Goldman Title: Secretary [Signature Page of Sole Member Consent of Accenture Infrastructure and Capital Projects,LLC] 446 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide On-Call Construction Management and Materials Inspections. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT A 447 EXHIBIT A accenture Infrastructure & Capital Projects • III p�,•-' �a �'��` # s ,1 .n 111, IC f ‘S. • . 1•01 ,,,,UN,,,,,/,` CITY OF HUNTINGTON BEACH ► Proposal for On-Call Construction x Vanagement, Materials Testinc , anc Inspection .b, AIL At. .K,. �_ .� � _ Services IVA . June 13, 2025 • • „ s.f l y i rtI „ ACCENTURE INFRASTRUCTURE AND CAPITAL PROJECTS, LLC 300 SPECTRUM CENTER DRIVE, SUITE 1400 I RVI N E, CA 92618 448 Table of Contents A.COVER LETTER* B.VENDOR APPLICATION FORM* iv C. PRE-QUALIFICATION FORM* v D.SERVICE CATEGORY 1 FIRM QUALIFICATIONS 1 PUBLIC AGENCY REFERENCES 3 PROPOSAL SYNOPSIS 6 DESIGN-BUILD/PROGRESSIVE DESIGN-BUILD 7 BENEFITS OF PERFORMING A CONSTRUCTABILITY REVIEW(TABLE)* a PREFERRED STAFFING 9 UNDERSTANDING AND METHODOLOGY SECTION 10 APPENDIX* b RESUMES* b COPIES OF CERTIFICATIONS* c E. RATE SHEET* SUBMITTED SEPERATELY *NOT COUNTED TOWARDS 20 PAGE LIMIT 1:y i;f Hunar,y,iit,n ° Aci:en_�re infr��uuc:,�r U LpinjCcto On-CAI Construction r'ana ement,Ma-enals Testing,and Inspector 449 A. Cover Letter June 13, 2025 Jessica Castro a c c e n t u re City of Huntington Beach Infrastructure&Capital Projects Public Works Department 2000 Main Street Huntington Beach, CA 92648 RE: RESPONSE TO REQUEST FOR PROPOSAL FOR ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING, AND INSPECTION SERVICES We at Accenture Infrastructure and Capital Projects, LLC(Accenture l&CP)are pleased to submit our proposal to provide Construction Management Services to support the City of Huntington Beach's capital improvement projects. We understand that the City is not simply maintaining infrastructure— it is shaping the future of a resilient, connected, and thriving coastal community.Through its Capital Improvement Program, the City continues to invest in essential infrastructure that supports mobility, utility performance, community services, and quality of life for nearly 200,000 residents and over 16 million annual visitors. We are excited about the opportunity to continue supporting the City in this mission. Our team has worked alongside Huntington Beach under multiple previous on-call contracts — including the current one — and we bring both institutional knowledge and a deep commitment to the success of your projects. Our proposed team reflects this continuity and strength. Tyson Atwood, PE, QSD, Principal, brings high-level oversight and firmwide resources to support the City, having overseen similar on-call municipal contracts across Southern California. Stephen Mutch, PE, CCM, QSD, DBIA, Project Manager, offers more than 35 years of experience managing municipal infrastructure projects and leading teams across complex, multi-discipline programs including both vertical and horizontal construction. John Reidinger, CCM, B-Lic, Sr. Construction Manager and Point of Contact, has a long history working directly with City staff and is highly familiar with your standards and procedures. Supporting field operations, Gary McCredie, CCM, Public Works Inspector, adds seasoned leadership across civil, water, and transportation construction projects. For transportation and roadway improvements,Lucas Rathe,PE,QSD,Construction Manager,brings focused expertise in corridor planning,traffic staging, and stakeholder coordination for high-impact projects.Together, this team offers a strong balance of leadership, technical depth, and City-specific knowledge. low City of Huntington Beach On-Call construction Management,Materials Testing,and lnspectior rr.a3�h s1,,,,,u : rrA Cap':al iajrz fs 450 A. Cover Letter Based in Irvine,our Southern California team has delivered on-call construction management services to agencies across the region for nearly three decades. We understand how to balance technical rigor with the responsiveness and flexibility required to manage a task order-based contract. Our team is prepared to mobilize quickly, provide consistent communication, and serve as an extension of City staff in the field and in meetings with contractors, consultants, and community stakeholders. Accenture I&CP's approach is rooted in five guiding principles that align directly with the City's needs: • Community-Focused Delivery - Representing the City with professionalism, care, and accountability in every public-facing interaction. » Continuity and Readiness - A pre-positioned, experienced team familiar with the City's capital program, ready to contribute on day one. » Technical Strength - Proficiency across design-bid-build, design-build, construction manager at risk (CMAR), and hybrid delivery models. » Technology-Enabled Oversight- Integration of OpenSpace for 360° site documentation and Bluebeam Studio for collaborative plan review and change management. » Professional Leadership - One of only three firms nationally certified by CMAA to teach the Professional Construction Management (PCM) course. Stephen Mutch is a certified instructor and actively contributes to industry best practices. We are proud of the longstanding trust the City has placed in our team and would be honored to continue serving as a reliable partner in delivering your capital program.Thank you for your time and consideration. We look forward to the next stages of our engagement with the City. Sincerely, Tyson Atwood,PE Senior Vice President 300 Spectrum Center Drive, Suite 1400, Irvine, CA 92640 tyson.atwood@accenture.com I (805) 459-7697 City of Hur-,ngton Beach On-Call Construction Management,Materials Testing.and Inspectior iv Accenture Intrastrur ire&Capital al�iolcts 451 B. Vendor Application Form PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?Y/N (circle) A. Construction Management in No TA (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). TA (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Accenture Infrastructure and Capital Projects, LLC Firm Address: 300 Spectrum Center Dr, Suite 1400, Irvine, CA 92618 Signature: Date:6/13/2025 o Hof '°'circ>,7 E avh v ACCen:JIe Infrastructure&Capital?rojecta On-Call Construction Management.Materials Testing.and inspection 452 C. Pre-Qualification Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑NEW XCURRENT VENDOR Legal Contractual Name of Corporation: Accenture Infrastructure and Capital Projects, LLC Contact Person for Agreement: Tyson Atwood, PE Corporate Mailing Address: 300 Spectrum Center Dr,Suite 1400 City,State and Zip Code: Irvine,CA 92618 E-Mail Address: tyson.atwood@accenture.com Phone: 805.459.7697 Fax: N/A Contact Person for Proposals: Tyson Atwood, PE Title:Senior Vice President E-Mail Address: tyson.atwood@accenture.com Business Telephone: 805.459.7697 Business Fax: N/A Is your business:(check one) ENON PROFIT CORPORATION XFOR PROFIT CORPORATION Is your business:(check one) ❑CORPORATION 'LIMITED LIABILITY PARTNERSHIP r INDIVIDUAL L SOLE PROPRIETORSHIP ['PARTNERSHIP UNINCORPORATED ASSOCIATION X Limited Liability Company City t,I Hur;!n jtun Beach On-Call Construction Management.Ma:eriats resting,and lnspec:ion vi kccrt r.�i intrastiuc.ite Capitol iol s 453 C. Pre-Qualification Form Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Bryan Carruthers Vice President 303.501.2784 Gary Cooley Chief Financial Officer and Secretary 619.384.7871 Adam Shaw Vice President 737.895.1860 Craig Halvorson Vice President 714.404.5465 Federal Tax Identification Number: 90-0855728 City of Huntington Beach Business License Number: A318848 (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 3/31/2026 i:y of dui _,rcaton t:ea+;h vii Accenmure inirastruc:ure&Capital rojects On-Call Construction Management.Materials Testing,and Insp ctior 454 D. Service Category Firm Qualifications Since 1996, Accenture l&CP, formerly as Anser Advisory, has served as a trusted national leader in construction .0 . management and program advisory services, delivering tailored solutions for complex capital programs. Our expertise accent'° 4 spans a wide array of public works infrastructure markets including municipal, aviation, ports,transportation, education, *ktett.; , and energy sectors. With a strong foundation in Construction Management, our team excels in overseeing project delivery from initial planning through final completion. We provide comprehensive management of schedules, budgets,contracts,and stakeholder communication. Our professionals work closely with public agencies to verify every project phase is executed in compliance with applicable regulations, contract documents, and performance goals. We apply best-inclass project controls, risk mitigation strategies, and constructability analysis to streamline project delivery while safeguarding quality and cost objectives. For Construction Management, we bring deep technical knowledge and a boots-on-the-ground approach to verify that projects are built to specification. Our certified inspectors provide day-to- day field presence, documenting compliance with design standards, material specifications, and local, state, and federal requirements. Our services include pre-construction coordination, on-site inspections of work in progress, testing and verification of materials, review of safety practices, and coordination with contractors and city staff. We will verify that all documentation is timely and thorough, including daily reports, non-compliance notices, and punch list management. With local operations based in Irvine, Los Angeles, Palm Desert, San Diego, and Fresno, our 250+ California staff are highly accessible and deeply familiar with regional permitting processes, public agency standards, and prevailing wage compliance. Nationwide, our diverse team includes over 950 certified inspectors, engineers, construction managers, estimators, schedulers, procurement specialists, and financial analysts—all contributing to a multidisciplinary approach to quality control and construction oversight. In 2023, Anser Advisory joined Accenture, a global leader in strategy, technology, and consulting. This integration expands our capabilities while preserving our core commitment to client success. Under the Accenture l&CP banner, we continue to deliver value-driven construction inspection and management services that align with our clients' goals and uphold the integrity of their public infrastructure investments. chi cI,ittf n each On-Call Construction Management,Ma:enals Testing,and Inspec:ior Acc ensure Infrastructure Capital?to�ectti t 455 D. Service Category Construction Management Services s Our team is capable of providing the following construction management-related services: » Construction Inspection » Quality Assurance » Zero Emission Planning and » Construction Management » Project Controls Support » Project Management » Scheduling » Sustainability Program » Design-Build » Estimating Planning and Support » Progressive Design-Build » Constructability Review » Construction Technology » Program Management » Utility Relocation Management Support » Risk Mitigation and » Claims Analysis and Support » Traffic Control Support Management » Stormwater Pollution » Grants Assistance and » Resident Engineering Prevention Plan (SWPPP) Monitoring • Structural Representative Support » Construction Cost » Office Engineering » Contract Administration Accounting/Auditing Proven Experience in Construction Management On-Calls Accenture is currently providing on-call construction management and inspection services for a diverse range of cities and agencies in California, including directly for the City of Huntington Beach. Our extensive experience with these clients equips our team members to continue delivering similar high-quality services to the City. Below is a list of our clients for whom we are currently providing on- call construction management services. » City of Huntington Beach » City of Murrieta District » City of Seal Beach » City of Moreno Valley » Elsinore Valley Municipal » City of Laguna Beach » City of Eastvale Water District » City of Long Beach » City of Corona » Long Beach Utilities » City of Anaheim » City of Ontario Department » City of El Monte » Inland Empire Utilities » City of San Diego » City of Gardena Agency » County of San Diego » City of Irvine » Coachella Valley Water » San Diego Council of » City of Lake Forest District Governments » City of National City => Riverside County » City of Santa Monica » City of Menifee Transportation Department » City of Oceanside » City of Pasadena » Riverside County » Port of Long Beach » City of Santa Ana Transportation Commission » Port of Los Angeles » City of Temecula » Eastern Municipal Water i Iunangton Beach On-Call Construc Ion P'arragement,Materials Testing,and Inspec:ior tiocknwre 671ra>uu...�r� aural rni ct5 456 D. Service Category Public Agency References City of Huntington Beach I On-Call Construction Management, Inspection, and Administration Services Huntington Beach, CA Project Details .. : .� f it•'- CLIENT REFERENCE - Lili Hernandez, Senior Civil 'I ,-. � " —�;i Engineer/ Project Manager Iernandez@surfcity-hb.gov s i 714.374.5386, r r ' „ t.k. - !"' rat � , >- . Sunset Beach Water Main 2rf• 1� 1A r- CONTRACT TIMELINE .. i t _ r't1 r a4 ►'. . 8/2018-Ongoing e :p SW s >. ,„:1, .1 4 KEY TEAM MEMBERS �`. `" John Reidinger, Gary „ E.:,riger Avenue Sewer r McFadden Sewer lift Station MCCredle, Paul Morales Accenture provides construction management, inspection, and project administration services to a variety of projects throughout the City. Project types include street and roadway construction, traffic signals, parks, paving,grading,facilities, and utility relocations. Our services include managing project schedule and budgets, construction inspection, assistance with project close out and administrative assistance. Accenture also coordinates work with the City, local utility companies and other stakeholders. A sample of projects includes: * Humboldt Sewer Lift Station (S5M) X. Gothard Sewer Main (S3M) » Warner Avenue Emergency Sink Hole Repair (S1M) p Edinger Avenue Sewer Replacement Project ($4.5M) X. McFadden Sewer Lift Station Replacement ($4.1M) » Gisler Park Renovation, Site Sewer Water and Storm Drain, and Parking Lot ($6M) » Zone 5 Curb Remp Installation ($1.5M) » FY 19/20 and 20/21 Arterial Pavement Rehabilitations (S6.5M) * Well 1A Replacement of Well No. 1 (S4.5M) * Slater Sewer Lift Station Replacement (S4M) * Sunset Beach Water Main, Anderson Street to Warner Avenue (S2.8M) » Edwards-VarsityTract Water Main S1.8M Project ( ) * Edgewater Sewer Lift Station Project ($3.5M) r:y ct Hui angton Bea '- On-Call Construction Management,Materials Testing,and Inspecuor Acoen +a lntrasuuc:ura i C:apral=raje<to 1 457 D. Service Category Public Agency References (cont.) City of Long Beach I On-Call Project Management and Construction Management Services Long Beach, CA 's'` Project Details � �if s • CLIENT REFERENCE , ; a1. . ` a __ � Marilyn Surakus, Project 4'-www� Management Bureau Manager .k � '_r marilyn.surakus@longbeach.gov - Admiral Kidd Park Playground 562.570.5793 s, CONTRACT TIMELINE .,. 1996-Ongoing •Sill i = - •isi. ILL? -' KEY TEAM MEMBERS Davenport Park Los Cerritos Channel Stephen Mutch, Ben Torres Accenture has been providing project and construction management services on numerous complex and high-profile City projects over the last 27 years. Our services include constructability review, assistance with initial planning and scoping, participation in planning review meetings, project bidding, pre-construction meetings and walks, review and approval of payments, RFIs and change orders, document control, QA surveys, third party materials inspections, weekly/monthly reports, close out and as-built document review following the City of Long Beach standards. Some of our most recent City of Long Beach projects include: » Davenport Park (Phase II) Park Expansion (S8.4M) » Admiral Kidd Park Playground Rebuild Phase I (S750K) » Recreation Park Playground Renovation (S1.9M) Michelle Obama North Branch Library ($12.1M) » Scherer Park Community Center Renovation (S3M) » Heartwell and Stearns Park Irrigation Upgrades (S1.7M) » El Dorado Park Artificial Turf Soccer Field, Sports Field, and Restroom Renovation (S4.7M) » Los Cerritos Channel Stormwater Collection System (S19.6M) » North Police Station and Emergency Communications & Operations Center ($1.4M) » Willow Springs Wetland Restoration (S3M) » DeForest Wetlands Park Rehabilitation (54.5M) 41110 I. ,sccen ure intr.i uc:-ite t:Lapital iojeets On-Call construction Management.Materials Testing,and Inspection 458 D. Service Category Public Agency References (cont.) City of Seal Beach I Multiple Projects Seal Beach, CA fifi . .- ate' Project Details CLIENT REFERENCE ��--�� ' ;�, ,M • Iris Lee, Director of Public Works , � is �= ilee@sealbeachca.g ov: :, '' L ` a lt•'' - I 562.431.2527 x1322 C r"•a , w'1 , Seal Beach Pier Concrete Abutment&Restrooms ie ii,i,;)*ilil Z1 ." PROJECT TIMELINE . , (See Below) — KEY TEAM MEMBERS iStf t - ephen Mutch, Ben Torres Seal Beach Pier Renovation ri Tennis&Pickleball Center Seal Beach Pier Renovations Program ($3M) (2/2023-12/2024) Accenture has been a key partner in the ongoing Seal Beach Pier Renovation Program, providing Owner's Project Management and Construction Management(PM/CM)services for multiple phases, including emergency repairs, structural assessments, and major renovations. Our work has focused on restoring and modernizing the pier while maintaining its historic 1930s character. As part of this program, Accenture has played a critical role in supporting the renovation of the pier's concrete abutment and restroom facilities, conducting thorough structural concrete assessments, and managing both immediate repairs and long-term upgrades. We have ensured that each phase of work is executed efficiently, safely, and within budget, contributing to the continued preservation and enhancement of this vital public infrastructure. Seal Beach Tennis & Pickleball Center Improvement ($3.6M) (7/2023-3/2024) Accenture provided Owner's Project Management and Construction Management services for the City of Seal Beach's Tennis & Pickleball Center Improvement project. This project's first-round bids all came in over the City's budget, so the scope was removed to control costs. This second-round bid scope includes the demolition and renovations to the interior of the existing main building, the complete demolition of the existing locker room building, and all work to install new tennis and pickleball court lighting. The center's main building interior improvements will include new data and security equipment, public restrooms, a warming kitchen, a pro shop area, offices, public locker rooms, an expanded meeting hall, and all HVAC and electrical scope to support this work. :.'rtp of rlunttngton Beach On-Call Construction Mana ementMa:erialsTestin andln. 9 9� Ci1Crr`` 459 D. Service Category Proposal Synopsis Accenture's Unique Qualities As a recognized leader in construction management and program advisory services, our firm brings nearly three decades of expertise supporting public infrastructure projects throughout California. Our extensive track record includes successful delivery of complex, multi-agency programs across the transportation, parks, water/wastewater, and civic facilities sectors. We currently hold on-call construction management contracts with over 25 public agencies—including the City of Huntington Beach—and have developed a strong reputation for integrity, responsiveness, and results. Overall Benefit to the City Accenture's ongoing on-call contract with the City of Huntington Beach has built a strong foundation of trust and collaboration across all City departments.Our deep understanding of the City's priorities— especially public safety, community impact, and accessibility—enables us to manage construction with minimal disruption. We proactively engage with residents and businesses, adjust schedules to accommodate local needs, and maintain clear communication through si na e websites, and g g g hotlines. Our experience coordinating with utility companies and managing long-lead procurement items keeps projects on track. With a proven record, Accenture is uniquely positioned to continue delivering responsive, community-focused services to the City of Huntington Beach. Understanding of the Services Accenture is ready to provide on-call construction management and inspection services to the City of Huntington Beach for capital improvement projects such as pump and lift stations, sidewalks, traffic signals, roadways,and public facilities.Our team focuses on minimizing community disruption through proactive coordination,clear communication,and thoughtful planning.We also work closely with the City's paving improvement master plan to align with upcoming projects and avoid conflicts. We understand that even routine work like ADA upgrades or utility improvements can be complex in active public areas. Our approach emphasizes maintaining access, reducing impacts on residents and businesses, and coordinating with utility providers. A recent example is our work on the Humboldt Sewer Lift Station. The project involved installing new curb and gutter near the Humboldt Bridge, the only access to a nearby island. Since the bridge is scheduled for replacement and widening, the original design would have required removing the new curb and gutter during future work. Instead, we adjusted the design to match the upcoming bridge plans, avoiding future demolition and saving the City time and cost. immor. City of Huntington Beach On-Call Construction Management.Materials Testing.and Inspectior asa ucz n e Capital'P injects 460 D. Service Category Design-Build / Progressive Design Build Our Approach In progressive design-build (PDB) projects, the Construction Manager (CM) plays a critical role from the earliest design phases through final delivery. Early CM involvement allows for meaningful input during design development, ensuring constructability, cost control, and schedule alignment. The CM helps guide decisions related to phasing, risk mitigation, procurement strategies, and stakeholder coordination—particularly important in projects that affect active public facilities or infrastructure. By participating in design meetings and reviewing evolving documents, the CM helps shape the Guaranteed Maximum Price (GMP) and minimize costly redesign. Effective use of tools like OpenSpace for site documentation and Bluebeam Studio for collaborative plan reviews supports transparency and improves decision-making throughout the project. Our Experience Accenture is currently providing construction management services for the City of Anaheim's Sustainability Education Center (SEC), a 16,000-square-foot progressive design-build project. The facility includes indoor and outdoor educational spaces focused on sustainability, such as EV charging stations, water exhibits, and solar displays. In this PDB delivery, Accenture collaborates closely with the Design-Builder from early design through construction,supporting scope refinement, cost monitoring, and code compliance. The team manages multidisciplinary design reviews and coordinates with city stakeholders to align project goals with community sustainability objectives. Accenture also served as the County of Santa Barbara's representative for the design-build delivery of the Tajiguas Landfill's Material Recovery Facility and Anaerobic Digestion Facility. This 95,000-square-foot project required extensive coordination with the design-build team to address permitting, environmental compliance, and complex infrastructure integration. Accenture's role included oversight of landfill gas system upgrades and evaluation of water and wastewater systems to support renewable energy generation. Key lessons learned from recent PDB projects highlight the importance of clearly defining CM responsibilities from the outset. Regular cost reconciliation is essential to avoid budget drift and keep the design within target parameters. Constructability reviews help prevent field issues, while early and ongoing stakeholder engagement reduces delays and scope changes. Overdesign remains a common risk without CM input, and consistent communication across all parties is essential for project success. City of Hui :ington Beach 7 Accentaie Infrastiuc:are&Capi-al iotacts On-C211 Construction t anagement Materials Testing.and inspection 461 D. Service Category Constructa bi l ity Review Performing a constructability review before issuing construction documents for bidding provides significant benefits across cost, schedule, quality, and risk management. This proactive process helps identify potential design issues early, reducing the likelihood of costly change orders, schedule delays, and construction disputes. From a cost standpoint, constructability reviews reveal opportunities to simplify overengineered elements, eliminate redundant materials, and resolve design conflicts before they impact the jobsite. These early corrections reduce budget overruns and make the bidding process more competitive. Schedule performance also improves, as potential disruptions caused by design gaps or coordination errors can be addressed prior to mobilization. The review process further evaluates staging, phasing, and access—ensuring efficient field execution. Quality is enhanced by improving the clarity, consistency, and completeness of the construction documents. This leads to fewer RFIs, more accurate contractor bids, and better overall project predictability. Risk is also significantly reduced through early identification of discipline conflicts(e.g., MEP vs.structural),and by confirming code compliance and adherence to jurisdictional requirements. Finally, constructability reviews build stakeholder confidence and promote collaboration. Owners and agencies see tangible evidence of due diligence, while contractors are more inclined to bid competitively on projects with coordinated, buildable plans. Engaging construction professionals during design also fosters teamwork and encourages accountability across all disciplines—resulting in designs that are both innovative and practical to build. A constructability review helps"build the project on paper"before it reaches the field,offering a small upfront investment that can lead to major savings, fewer disputes, and a smoother construction process. By reviewing documents before bidding, teams can identify cost-saving opportunities, resolve design conflicts, and improve sequencing and material handling, all of which contribute to a more efficient schedule and reduced change orders. This process also enhances document clarity, leading to more accurate bids and fewer RFIs. It helps identify coordination issues between disciplines and supports compliance with codes and regulations. Regular reviews during design keep the project aligned with budget and schedule, while early collaboration with construction professionals brings practical input that reduces risk and promotes accountability. Overall, constructability reviews are a proactive strategy that improves project outcomes. vim Cry of Huntington Beach )rrcall Construction t anagemern,Matenals Testing,and Inspec:ior 8 Accen:�re in rastruct�re&C-a{eitai �r..�r its 462 D. Service Category Benefits of Performing a Constructability Review Identifies cost-saving opportunities: Experienced reviewers can spot overly complex designs, unnecessary materials, or redundant Reduces Construction features that could be simplified without sacrificing quality. Costs Avoids expensive change orders: By catching design conflicts, incomplete details, or impractical construction elements early, the review minimizes costly revisions during construction. Minimizes delays from design errors: Conflicts or missing information discovered during construction often cause significant Improves Construction delays. Early review prevents these surprises. Schedules Optimizes sequencing and staging: The review evaluates if the design aligns with efficient construction phasing, access, and material handling. Improves bid accuracy: Contractors can prepare more accurate bids when documents are clear, coordinated, and conflict-free. Enhances Quality and Reduces RFIs and contractor confusion: Clear, coordinated Clarity of Documents drawings and specs reduce the number of requests for information (IRAs) during construction. Identifies and resolves coordination issues: A review catches conflicts between disciplines (e.g., structural vs. mechanical) before they escalate into disputes. Lowers Project Risk Achieves code and regulation compliance: The review team can confirm that the design meets local codes, accessibility standards, and industry practices. Demonstrates due diligence: Owners, agencies, and funding partners see that the team is taking proactive steps to ensure the Improves Stakeholder project's success. Confidence Promotes trust among bidders: Contractors are more willing to bid—and bid competitively—on projects with well-developed, buildable documents. Engages construction expertise early: Inviting input from construction professionals (e.g., CM or GC advisors) during design Encourages allows for practical, real-world feedback. Collaboration Fosters design team accountability: It encourages designers to think not just about aesthetics or engineering calculations, but also about how their designs will be built in the field. tit.cenwie InitastiuL4,ae (_,apttal,--loreuts On-Call Construction Management,Materials Testing,and Inspectior 463 D. Service Category Preferred Staffing Organization Chart LEGEND r 7Z 6,.!.*!:*7%,<;,* Key Personnel LI ^11 Resumes for proposed personnel and 1"7 copies of certifications have been included — ‘14 in the Appendix. Tyson Atwood, PE, QSD Principal Stephen Mutch, PE, CCM, QSD, DBIA Ow Piojeui ;.,;onager John Reidinger, CCM, B-Lic Sr. Construction ---inager/Point of Contact CONSTRUCTION MANAGERS INSPECTORS SUPPORT STAFF Lucas Rathe, PE, QSD Gary McCredie, OMIT Helen Shi Jonathan Smith, PE, QSD (Public Works Inspector) (Project Scheduler) Jeff Schippers, CCM Pedram Abbassi, QSP, Kathy Keating Benjamin Torres, CCM CESSWI, LEED AP BD+C (Labor Compliance) , CPSI, LEED GA (Public Works Inspector) Adam Hunt, CCM, QSP Paul Morales (Facility Inspector) Greg Gwozdz, PE Tony Gatoff, CCM al _ of Huntington Beach Accenture ' Constnuction Wenagement,Materials Testing,and inspection anfrastructore&Capital oiectsi 464 • D. Service Category Understanding and Methodology Section Contract Understanding Accenture has reviewed the City's Capital Improvement Program (CIP) and understands its goals to modernize essential infrastructure—from pump and lift stations to traffic signals, parks, and potable water systems.With over 28 years of experience delivering construction management and inspection services for public agencies, we've successfully completed projects of similar scope and complexity for more than 30 local cities and agencies. Our team of project managers, inspectors,and specialists brings direct experience with CIP delivery and is fully aligned with the City's objectives. We are prepared to manage the construction and rehabilitation of aging infrastructure while minimizing community disruption. Our team proactively coordinates service interruption notifications and keeps critical public facilities accessible. While the physical work may be routine, the complexity lies in executing projects in active public environments, requiring careful planning to maintain access, minimize disruptions, and maintain safety. We prioritize community outreach, phasing, and staging to avoid conflicts and build public trust. From Notice to Proceed through closeout, our approach emphasizes transparent communication, public safety, and clean, secure job sites. We apply proven tools and techniques to track progress, ensure compliance, and maintain alignment with City standards and expectations—delivering quality, consistency, and accountability at every stage. Accenture's Management Approach Accenture begins each project by forming a collaborative team that works closely with City staff, outside agencies, and contractors. We start by reviewing the project's scope, purpose, and funding sources, including any time constraints. We assess how the work will affect residents, businesses, and the public, and involve City departments in weekly meetings to stay aligned. Before construction starts, our Project Manager, Construction Manager, or Inspector visits the site, introduces themselves to nearby residents and businesses,and shares contact information. We work closely with contractors to maintain driveway access, adjust work hours to reduce traffic impacts, and stay in daily contact with those affected. We act as a representative of the City, addressing field-level issues early and building strong relationships with departments and the community. When possible, we adjust schedules to reduce disruption and coordinate with future City improvements to avoid overlap and support long-term goals. 1,y c,t ririr On+�a0 Construcrrc,n rvlanagernent,Mazeriais Testing,and inspector 465 D. Service Category Project Tracking Facilitating the successful completion of each project is the core goal of Accenture's project management approach, as it reflects the City's desired outcomes. To achieve this, our construction managers apply proven project management practices. Upon receiving a task assignment, the designated project manager refines the scope of services and develops a detailed work breakdown structure (WBS) that defines responsibilities, planning, budgeting, performance tracking, and communication. A project schedule and schedule of values are also prepared to organize tasks, identify critical path items, and address staff resource needs. A clearly defined work structure supports effective project tracking by: » Organizing all work described in the scope and supporting a structured planning approach • Assigning responsibilities that reflect how the work will be managed and performed • Providing flexibility to meet the specific goals of each deliverable » Supporting planning, budgeting, and scheduling activities » Establishing realistic performance measurements • Supporting timely communication and reporting of information Quality Assurance and Quality Control Program Quality across the entire project and throughout all multi-faceted project phases is achieved through the use of a significant amount of relevant experience in performing tailored assessments, skilled personnel, adequate planning, use of suitable tools and procedures, proper definition of job requirements, proper supervision, and effective technical direction. Quality is verified through surveillance, inspection, testing, checking, cross-checking, review, and audit of work activities and documentation. The firm's internal Quality Assurance Program Manual provides the framework for our quality control programs. The internal quality assurance/quality control (QA/QC) program for this contract will be managed by Tyson. Our construction management staff are responsible for the strict monitoring of the general contractors quality control procedures in accordance with the contract documents. We will implement a QA/ QC plan and process with the general contractor. Part of this process is the development of the deficiency log which is used to catalog and track observations made by the management team that are not in conformance with the contract documents. This log will be reviewed at each progress meeting to assure that these deficiencies are resolved in a timely manner so not to impact progress. It3r'iirgton c 3,a; On-tall Construction M eranag ent,Mazertals Testing,and inspec-J::• � �1 :f_� air 466 D. Service Category Schedule Management We recognize scheduling as one of the fundamental elements of project management. An effective schedule organizes the sequenced work functions, activities, and tasks into a fixed timeframe. The schedule represents the project plan and will be continuously monitored using Primavera P6 to ensure that the work is being performed within the established time. With quality our priority, we will provide most of the construction management and construction contract administration while collaborating with the City's construction management department, our internal talent and extended sub-consultant partners for seamless integration of collective skills. By using this team-work vehicle, we will achieve total project excellence on each on-call task order. At Accenture, we believe quality service is recognized by our clients and measured by how well we exceed their expectations and add value to their team. The Critical Path Method (CPM) schedule is used to plan and control a project and calculates the minimum completion time for a project along with the possible start and finish times for the project and keeps your project on track and on budget, providing visibility into your project. Shortly after the award of the prime construction contracts, we will hold scheduling meetings with the contractor to gather key information needed to develop a comprehensive baseline CPM schedule. These meetings will cover: » Confirmation of construction phasing and sequencing g » Detailed descriptions of construction activities » Estimated durations for each activity • Logical relationships between activities (predecessors and successors) » Identification of any schedule constraints The resulting baseline schedule, prepared by the contractor,will be reviewed, refined as needed,and signed off by the project team. Once finalized, it will serve as the foundation for tracking progress throughout the project. We will conduct weekly reviews of the contractor's schedule and conduct a look ahead meeting to monitor progress and prepare for the monthly schedule update. Updating the schedule will provide the status of each work activity and revise any activity sequencing that might be required due to field conditions or changes.The update and changes made will be presented preliminarily for review by team. Once approved, the schedule updates will be finalized and included as the current tool to track progress. City of HurtinV011 teach On•Cali Constiuction Manarjenient,Materials Testing.and Inspection T' �,.re,�:��re Inn�..i��=a.r ,,:�r,�C 467 D. Service Category Phasing and Logistics Maintaining operation of an active site during construction can be challenging, but with the proper planning and careful execution, the improved or expanded spaces can be brought online with minimal disruption to daily operations.We've managed many projects where sites stayed operational during construction, including for local businesses, traffic, pedestrians or other public accesses. We will sit down with the stakeholders and building maintenance staff to discuss the keys to successful coordination during work on active sites and compile a few tips and tactics collaboratively. First and foremost, comprehensive pre-construction meetings will make sure that all members of the City, the general contractors, subcontractors, and the architect/ engineer all share the same timeline, guidelines, and understanding of the City's needs. Plans for efficient phasing, site logistics, access/ utility disruptions, and communication are just a few of the processes that should be coordinated in advance of construction starting. Create Efficient Phasing Plans A focus on how the project will progress is integral to minimizing disruptions to the active site during different phases of construction. Depending on the site's functions, losing access to an area or an entrance during construction is manageable, but earlier planning will improve the response plan. Make and Enforce a Plan for Site Logistics Clearly defined locations for construction parking, dumpsters, and site access are critical, and should be as isolated as much as possible from the public. If space is limited for construction storage and staging, just-in-time delivery of materials may assist to minimize the impact of material storage on the site. If a site has specialized atmospheric control restrictions, measures should be taken to protect those areas through every phase of construction. Identify Anticipated Access and Utility Disruptions Planning and notifying all parties of any utility or area disruptions are necessary to ease or eliminate frustration from the site's front-line users. Precise scheduling and backup measures should be employed to ensure that when utility or mechanical system interruptions occur, either planned or unplanned, the impact on the building is not felt any longer than is necessary. Develop and Share Communication Plans The City has many stakeholders,the most important of whom are its residents and visitors.Wayfinding efforts should be clear and convenient, helping to guide the public safely and conveniently around any temporary disruptions. We know that while the project is our job site, the appearance and convenience of the site is a reflection of City's brand and even the construction itself is a reflection of the City's commitment to improving the services they provide to residents and visitors. :'1,y ct i Iurar,ttun beaUJ` 1;s Act,en:use InfraStru::,=jre&Capital c'tojecta On-Gall Construction Management,Materials Testing,ar,ci Inspec:tor 468 D. Service Category Project Cost Control and Budget Monitoring Accenture will provide continuous monitoring of the approved project budgets and costs, showing actual costs for activities in progress and estimates for uncompleted tasks. We will identify variances between actual and budgeted, and immediately advise the City whenever projected costs exceed budgets or estimates, together with recommended corrective actions. We will notify the City's Project Manager in writing when expenditures against the contract reach 75%of the total dollar limit of the contract. Our construction management team has developed and implemented a unique and efficient Construction Management Information System (CMIS) for contract administration and control on our past and current municipal projects.The systems proposed for this project includes the following documentation software and frequency of generating that documentation. ITEM METHOD FREQUENCY Master Project Schedule Primavera P6 or Microsoft Project Monthly Four-Week Look-Ahead Schedule Primavera P6/Excel Weekly Correspondence MS Word/BlueBeam/ Daily Project Tracking System(PTS) Correspondence Backup&Retrieval PTS Daily Submittals, RFIs, RFPs BlueBeam/PTS Daily Meeting Minutes PTS Each Meeting Master Project Budget PTS Monthly Progress Payments PTS Monthly Survey Request Log PTS As Needed Change Order Processing Client Forms and PTS Monthly Time and Material Work MS Excel Time and Material (T&M) Daily Logs/PTS Daily Reports and Diary BlueBeam/iPads/PTS Daily As-Built Drawings BlueBeam/Reviewed and Logged/PTS Monthly Photo&Video Digital/PTS Photo Daily/Video, Existing Conditions and, Critical Activities Contractor/Vendor/Visitors PTS Each Occurrence Labor Compliance Reports PTS Weekly Internal Cost Control Accenture utilizes Deltek, a trusted and proven accounting and timekeeping software solution designed specifically for businesses working for public agencies and similar clients. The system provides real-time project status for project and corporate management use,and offers extensive job cost reporting, including job summary reports, contract revenue, and cost reporting. This provides our project and management personnel with detailed and summary views of every aspect of a contract or project and enables us to accurately track and manage task order progress and costs. ISIONMISIZOID CI:), :ington BeaL.h ts On-Call Construction Manacgement,Materials Testing,and Inspec:ior �`� H ren.are tr�Iras:ruu ure G�t,�.ai �ajer 469 D. Service Category We also have highly effective corporate administrative controls in place to support execution of projects. Our project managers and task leaders review their costs weekly,and all projects are reviewed monthly by Tyson. Our accounting, timekeeping, and purchasing systems properly track costs incurred and audit those costs. Our internal system has been deemed satisfactory by governmental audits. Pre-Program or Pre-Construction Efforts Pre-construction planning is essential for identifying and preparing for major projects.The disruption of utilities, staff, the general public or local businesses must be accounted for well in advance of the contractor showing up for work. Our staff are well equipped to identify concerns or impacts and deal with them early to soften the impacts of these complex projects. Some of these include: » Site or building access must be coordinated • Schedules of impacts, durations and options must be considered early in the project » Coordination meeting with all stakeholders, City project management, planning and inspection staff must also take place in advance of the start of work » Design meetings, constructability review should be coordinated starting at the 30% stage of design for optimal benefits » Identify the needs and setup of temporary structures, utility's, power, water, sewer and traffic plans » Prepare phasing schedules to reduce impacts and plan for permit restrictions such as beach access during summer months » Move management and FF&E coordination of staff,equipment or operations from existing facilities into new or remolded structures. These efforts require look ahead planning, funding sources for furniture and several months of coordination prior to end of construction to be successful Contractor or Consultant Selection Efforts Through our 25 years of experience with capital improvement programs and on-call services,our staff has developed a long track record in assisting public agencies in selecting consultants, contractors, preparations of Request for Qualifications (RFQs), Request for Proposals (RFPs), Request for Bids (RFBs), etc. These services may include: » Bidder selection, pre-qualification questionnaires and pre-screening » Review of submitted RFQ and RFP packages • Evaluation of bidder's costs » Validation of design engineer's construction budget » Independent project budget estimates Review and critique of project specifications,design intent, budgets and schedules as developed by the City's design professionals. Gry of Hur:ir,gton Beach t, ALceI infrastruc:ute&Capital ioiects On-Call Construction Management,Matena's'Testing,and inspection 470 D. Service Category Project Controls and Documentation - Various Construction Management Software (CMS) Solutions Accenture staff is very familiar with numerous CMS programs used and preferred by our clients. Accenture understands the City of Huntington Beach utilizes the Public Works Project Tracking System (PTS). Accenture staff will have no trouble becoming proficient in the use of PTS. Elements of typical daily work elements are: ,) Daily inspections and construction observation may include transmittals, updated schedules, progress payments, change orders, utility service requests, etc. » Coordinate technical/specialty inspections, QA/QC testing, .» Daily reports, photo documentation » Processing REls, submittals and other project correspondences ,) Monitor sequence of construction, look for future impacts, address unknown conditions or possible delay or deficiency elements » Prepare daily reports and other communications to City staff, contractor and other parties or agencies as required for project success. Schedule and Conduct Meetings There will be several types of meetings during the pre-construction, construction, and close-out phases throughout the course of the project. » Pre-construction kickoff meeting » Weekly progress meetings ), Design meetings with A-E firms ,› Cost/schedule update meetings » Commissioning and startup planning meetings Special meetings as necessary to address issues or conditions that develop Schedule Review and Critique The construction manager will review and evaluate the contractor's CPM schedules,computerize the schedules using a program compatible with the Primavera system or Microsoft Project, and update schedules each month to show current project status. The construction manager will evaluate the contractor's master project schedule for the following: > Accurate start dates, completion dates, and other dates detailed in the contract ,) Sufficient detail Sequence of construction Cost and resource loading (if applicable) )1k, ,,i,,centui,a fd.SLI Oittt, On-Call Construction Management.tvlateriais Testing,and Inspection 471 D. Service Category QA Inspection Services Prior to starting a task order, each Accenture team professional undergoes an orientation for the specific assignment, outlining expectations, safety, deliverables, and logistics so that we hit the ground running. Our project managers will oversee the team's quality control (QC) processes in the deliverables to both the City and the contractor. Some of the major quality control items are discussed below: AREA OF QC MOBILIZATION 1 ACCENTURE'S QC PLAN Materials Verifications Verification logs will be developed, maintained,and tracked throughout the project.Certificates of Compliance will be verified and kept on file. DocumentationUtilize Caltrans 63 File Category System, utilize CMIS(or similar)construction software for document control. Payment Verify that all costs and values"add up" prior to payment. Have multiple levels of verification prior to approving pay estimates. Reporting Accenture will provide high-quality reports to the City,formatted,and checked for spelling and grammar. For this on-call contract procurement, Tyson will periodically audit each Accenture task order by reviewing work products such as daily inspection reports, payment calculations(Q-sheets), change orders, and any other deliverable required in the task order. He will engage with the resident engineer or inspectors on the project to make improvements, recommendations or corrections on the work product. This similar approach is taken on our on-call contracts with Riverside County Transportation Department(RCTD)and the San Diego Association of Governments(SANDAG) and has proven to be a good checks and balances for overall quality of the work product. Perform Project Closeout Tasks Throughout the project, the inspectors and the construction manager will observe the construction effort and comment on issues of quality and performance as detailed in the project documents. Following the acknowledgement of the contractor's statement of completion, our staff will review any system testing, verify that all other agencies inspections have been completed, review of final as-built documents and cleanup of the project element. Once this has been completed; our staff will walk through each of the project elements with the contractor and City's Project Manager and develop a punch list of items that require attention. This punch list will be uploaded to our construction management system (PTS) where it can be tracked to an approval. Any conflict in the quality or acceptance of any project element will be reviewed in a separate meeting and a solution will be developed. Upon finalization of the punch list, the project will be turned over to the City for their use. ):y I -lui °_n,tonAc Can(,all Conanucuc3n Management,Ma:erlalS resting,arcs - r1:1Ir hitsttuC,:Ut &i a) its rf5iu 15 472 D. Service Category Labor Compliance Compliance Monitoring and Oversight Certified Payroll Records: Kathy will monitor and review weekly certified payroll records, labor compliance forms, and one-time submittals and to monitor and ensure timely submittal of weekly payroll records, in compliance with the following regulatory drivers: State Prevailing Wage Determinations Kathy will ensure that the Contractor complies with all applicable State Prevailing Wage requirements for all work covered by the Department of Industrial Relations (DIR), which includes but is not limited to non-traditional craft work such as Land Surveying, Fields Soils and Materials Testing, Commissioning,and Inspection Services.Kathy shall verify the selected Contractor's compliance with new requirements,such as legislation SB 854, as well as new scopes of work and trade classifications issued by the DIR.Our team will also be requesting,as needed, worker canceled checks or additional documentation that confirms of payment of Prevailing Wages (both Basic Hourly Rate and Fringe Benefits). Apprentice Utilization Kathy recognizes the importance of utilizing Apprentices per LC§1777.5. Kathy's team will provide the contractors with technical assistance regarding, verification of apprenticeship with the state and Apprentice ratios for all applicable crafts and classifications utilized on the project. Our team will be requesting DAS 140 and DAS 142 forms from all contractors performing apprentice-able trade classification to ensure apprentice utilization. Through this collaborative philosophy, Kathy will provide the guidance and technical expertise necessary to establish a successful construction program that will ensure that critical aspects of contract compliance with all Labor Compliance requirements are met. For federally funded projects, our Analysts will also be requesting the Federal Apprentice Certification(s) from contractors utilizing apprentices, as necessary, for verification of federal apprenticeship registration. Payment of Fringe Benefits portion of Prevailing Wages At minimum, all contractors performing on a public works project will be required to provide proof of payment of Fringe Benefits contributions for at least one reporting period month in which work was by the contractor. Acceptable forms of Fringe Benefit payment confirmation include but are not limited to worker canceled checks (front and back), Financial Statement for a credit banking institution, Union Employer Contribution Reports and Union Status Letters with corresponding canceled checks, and/or online payment confirmation of Training portion to the California Apprenticeship Council (CAC), applicable Union Trust Fund, or State approved apprentice program noted on the Division of Apprenticeship Standards (DAS) section of the DIR website. :+:y of Hurar tGn ieatl� 18 Accen,uie Infrastiuc sue&Capital iolecis On-{ all Construction Management,Materials Testing,and Inspection 473 D. Service Category Employee Field Interviews&Site Visits To proactively address any potential labor issues early on, Kathy proposes conducting monthly field interviews during integral phases of the construction schedule. Kathy will secure the Construction Schedule from the Contractor and/or the City's designated Project Manager and with best efforts, coordinate on-site field interviews within the first week or month of work performed. Kathy will verify the Construction Schedule throughout the project to coordinate on-site field interviews for various trade crafts mobilizing on-site for the first time (i.e. stripers, roofers, painters). Additional field interviews will be conducted for any of the following reasons: » Formal and informal working complaints » Discrepancies identified in Contractors' submittals of required forms, as well as Contractor Certified Payroll Records indicating possible violations) » Funding source requirements (i.e. Grants) » At the request of the City Discrepancy Notifications As noted above, Kathy's proposed team will conduct Employee Field Interviews and verify worker information against Certified Payroll Records submitted by the selected Contractor and their Subcontractors, to ensure compliance with all state and federal regulations, laws, and provisions. Upon review of Contractor submitted documentation via U.S. Mail, and/or third-party electronic system. Kathy shall develop, prepare, and electronically issue monthly Compliance Discrepancy Notifications and corrective action measures to the Contractor for immediate action and resolution, as necessary. Kathy will inform the City of all Contractor delinquent requirements, suspected violations, and underpayment of workers. Safety Safety is always a major focus for the Accenture field management team. Safety is the prime responsibility of the general contractor and its subcontractors and as such, will be required to provide a site-specific health and safety plan which is to include OSHA guidelines. If during a site inspection a perceived safety violation is occurring or has occurred, our team will immediately notify the general contractor of the safety violation for immediate action. A safety log will be maintained and discussed at each progress meeting to assure that safety violations are addressed immediately and not made again. Our field management staff have been trained and are monitored for safety standards, and most possess a minimum of 10-hour OSHA training. Cr.y of Huntington Beach tg Accen:ure tnilasrrl i. ::fte& +t:i:al riolects on-Cell Construction Menagement,MR enals Testing,and Inspection 474 D. Service Category Managing Multiple Task Orders/Concurrent Projects Accenture is well versed to manage multiple projects or task orders at any given time. Accenture will utilize the City's PTS to store project documentation to keep all members of a project well informed, allowing seamless transition between different task orders with ease. Our staff will take a methodical approach to managing multiple task orders by establishing clear lines of communication, planning ahead, maintaining organized and accurate reports stored on PTS, setting expectations upfront with the general contractors, establishing clear lines of communications between project teams, shifting focus between task orders as necessary to ensure goals are met, and accurately and regularly discussing the status of project schedules with the project teams. Accenture will establish a primary point of contact to assess the needs of each project and delegate tasks as needed (based on the project type, need and level of experience). All work under this contract will be assessed and delegated by our Principal, Tyson Atwood, PE, QSD. Accenture will also maintain clear lines of communication with the City to ensure that stakeholders are well informed on each project's status, successes, and challenges that may lie ahead. or Hui'-':3rgtun&each On-Call Construction Management.Materials Testing,and inspector 20 Accenture in rastru Jr Capital iojecfs 475 Appendix Resumes t. On-Cell Construction Management,MrKet b A.t.en:Jie Intl asu dpitd, iojects taIs Testing,and Inspectior 476 For over 20 years, Tyson has worked in the construction industry, I managing increasingly complex projects and managing multiple projects over $100 million in construction value. He has a diverse background managing projects in the municipal, transportation, aviation, energy, and - :-. water/wastewater industries. Tyson's focus has been working with federal .v funds, and he is an expert in administering projects utilizing the Caltrans Local Assistance Procedures Manual (LAPM). He is highly experienced with the Caltrans Standard Specifications and "Greenbook." Tyson is forward- ,'—' -' thinking and has also worked on several innovative projects that have advanced technology and automated workflows to increase team efficiencies. REPRESENTATIVE EXPERIENCE City of Palm Desert,North Sphere Fire Station No.102,Palm Desert,CA TYSON ATWOOD, PE, Principal-in-Charge. Tyson is the Principal for designing and constructing QSD the City of Palm Desert's newest North Sphere Fire Station No. 102. This new facility will enhance the delivery of public safety services by expanding the PRINCIPAL existing services provided by the fire department and allow for faster response times which will help improve the delivery services including medical, fire, and other service calls. The facility is designed to include the > following features: a 9,700 SF building with 3-apparatus bays, office space, accentureliving quarters, a workshop, a gym, parking facilities, solar PV with batteries, and EV charging capabilities). Additionally, there will be off-site improvements, such as road widening, a new traffic signal, and bike lanes. EDUCATION City of Menifee,Fire Station No.5,Menifee,CA BS, Civil Engineering, Project Manager.Tyson is providing project management support services California Polytechnic on the Quail Valley Fire Station No. 5, a new state-of-the-art facility that will State University, San Luis provide a significant increase in the amount of personnel and equipment that Obispo, 2003 can be utilized at the station. The new fire station will replace the existing LICENSES / Quail Valley Fire Station No. 5, located at the intersection of Goetz Road and Palm Drive/Ave Roble.The current station was built in the 1950s and is limited CERTIFICATIONS in capacity, housing only a few firefighters and two small-size fire trucks. The CA Professional Civil new, modern Fire Station No. 5 will be a 9,000-square-foot facility that can Engineer No. 71514 house up to 6 fire personnel and has a three-bay garage that can house large equipment, with room for future expansion. The new fire station has been Qualified SWPPP designed to meet the needs of the community for at least the next fifty years. Developer No. 01243 AQMD Coachella Valley Coachella Valley Association of Governments (CVAG), CV Link Multi- Fugitive Dust Control, Modal Transportation Corridor,Coachella Valley,CA No. CV1907 008280 8321 Senior Resident Engineer. Responsible for the construction of 41.1 miles of EXPERIENCE combination bikeway and NEV path construction throughout the Coachella Valley. Major project highlights include 40+ miles of concrete path, two new Years of Experience: bridges, park-like improvements including shade structures, and flood 20+ channel improvements. Major stakeholders include the City of Palm Springs, Years with Firm: the City of Palm Desert, the City of La Quinta, the City of Indio, the City of 10 Coachella, and the Coachella Valley Water District. County of Imperial,CMAQ Various Unpaved Roads,Imperial County,CA Resident Engineer. Tyson was the Resident Engineer responsible for all aspects of project which constructs three-inch AC Grindings Caps on six various unpaved roads throughout various locations of Imperial County. Project consists of minor grading, compacted Class II Base, and placement of SS1h oil prime coat. Project had to work around several environmental mitigation issues, including a partial project suspension due to nesting burrowing owls. Project managed under guidelines specified in the Caltrans LAPM. 477 �. Stephen has more than 34 years of broad civil, program & construction management and regulatory and environmental experience for various r types and sizes of public agency capital improvement projects. His broad •• � civil experience includes vertical building, heavy horizontal, and da rL 'mu". underground utility projects, piers, ports and essential facilities&systems. Clients rely on his expertise in permitting, project commissioning, t stakeholder and third-party coordination, and environmental compliance. fit, His regulatory and environmental experience includes working with California Depart of Fish and Wildlife, Regional Water Quality Control Board, Air Quality Management District, Cal DHS, Army Corp of Eng, Coastal Commission. REPRESENTATIVE EXPERIENCE City of Huntington Beach Program Management,Huntington Beach,CA STEPHEN MUTCH, PE, Program Manager. Inspection services contract administrator and program CCM, QSD, DBIA manager for various projects outlined in the capital improvement program. Tasks included preparing plans and specifications, bidding and selection of PROJECT MANAGER consultants and contractors for arterial street repairs, overlay of residential streets, Energy Retrofit Program, HVAC improvements/upgrades and painting of the Civic Center Complex. Work also included evaluation of building exterior structure, damage due to rusted rebar, cracked concrete accenture columns, developing methods to repair damages, directing contractors through all phases of work, maintaining project logs, approving and processing change orders, invoices, maintaining communications through EDUCATION several different levels of the City, including the Director of Maintenance Operations, Director of Public Works, City Administrator, City Attorney's BS, Civil Engineering, Office and selected Council Members. California State University, Long Beach, City of Anaheim,Sustainability Education Center,Anaheim,CA 1990 Design Build Construction Manager. Stephen is the design build LICENSES / construction manager for this project. The facility is intended as an CERTIFICATIONS educational Center for informing the community of sustainability systems and methods. The facility will consist of small office space hey large exhibit Certified Construction area to promote and highlight various sustainability systems in an adjacent Manager (CCM), classroom setting for community meetings and other educational Construction presentations. This facility is also achieving the LEED silver designation. Management Association Stephen's role is to facilitate the design review and permitting efforts and of America (CMAA), confirm these details are consistent with the owners intent identified in the #2384 design build proposal documents. This coordination includes assisting the Registered Civil city staff with design reviews designed considerations in preparation for Engineer, construction activities. California, #66757 Qualified S W P P P City of Seal Beach,Seal Beach Tennis&Pickleball Renovation Project,Seal Developer (QSD), #01240 Beach,CA Senior Program Manager.As the senior program manager Stephen and the Design Build Associate Anser team worked with the city staff and architects. Anser's role was to EXPERIENCE perform a constructability review and monitoring the incorporation of comments into a revise plan set. Anser also assisted city staff in bidding Years of Experience: support, assisted with review and response to questions and evaluations of 34+ bids for contractor selection. Project details included renovation of the club house, construction of new locker rooms, upgraded electrical systems, new Years with Firm: lighting and a new warming kitchen. Pickleball court updates included new 22+ poles/light fixtures and removal of the old locker room building allowing more space for future tennis/pickleball court expansion. Upgrades to facility telecommunications, and security systems were also added. 478 John has 28+years of experience in construction and project management for public and private projects within Southern California. John has extensive experience managing the day-to-day challenges of construction t ; projects. His building related experience includes construction and improvements to maintenance facilities, club house, community centers �` and various park facilities. Recently, John has performed construction management at two recreation parks that have included the construction• of small public buildings. He has experience in a variety of construction projects including construction management, personnel management, environmental compliance, city and agency permitting, plant science, management of site staff and contractor's staff, coordination with agency/owner staff for operational start up and design implementation. JOHN REIDINGER, CCM, REPRESENTATIVE EXPERIENCE B-LIC City of Huntington Beach, McFadden Sewer Lift Station Replacement Project,Huntington Beach,CA SR. CONSTRUCTION Construction Manager. Construction Manager on this $3.12M project that MANAGER / consists of the abandonment and demolition of an existing sewer lift station, POINT OF CONTACT and the installation of a new 120 gpm submersible sewer liftstation, wet well, valve vault, force main, and emergency generator. The project includes the construction of new gravity sewers, as well as curb, gutter, sidewalk and AC accenture paving. EDUCATION City of Huntington Beach, Slater Sewer Lift Station Replacement Project, Huntington Beach,CA BA, Management; Construction Manager. Construction Manager on this $4M project which Michigan State University consists primarily of the abandonment and demolition of an existing sewer LICENSES / pump lift station and various sections of existing sewer lines, removal of existing electrical panels and conduit, sidewalk, pavement, and surface CERTIFICATIONS improvements, sewer bypassing and traffic control.The project also includes Certified Construction the installation of new sanitary sewer lines, installation of a new sewer lift Manager - #8006 station and valve vault, installation of new wet well submersible pumps, replacement of a force main, asphalt paving and removal, restoration of Licensed General existing public and private improvements and related appurtenant work. Contractor - Class B #933534 City of Lake Forest, On-Call Construction Management and Inspection, EXPERIENCE Lake Forest,CA Years of Experience: Construction Manager. Construction Manager for the City to assist in the bidding, utility notification, scheduling, meetings, meeting minutes, 28+ bonding, engineering support, coordination, request for information, federal Years with Firm: requirements, progress payments any other general contract administration support. Specific projects include: 6+ • Portola Park(PW 2017-16)($5.1M):Constructed a 6.3-acre park located near the intersection of Saddleback Ranch Road and Glenn Ranch Road. Project included 10 acres of public and private parks, recreational facilities and public use trails. • Neighborhood Park Renovations - Peachwood Project (PW 2017-17A) ($700K):Park renovations which included landscape improvements,site furnishing, concrete construction, grading and a shade structure. • Neighborhood Park Renovations - Darrin Park, Montbury Park and Pebble Creek Park Project (PW 2017-17B) ($1.5M): This project is renovating Darrin, Montbury and Pebble Creek Parks. Improvements at Darrin Park consist of grading, landscaping, irrigation, site furnishings, redesigning of its play area with resilient surfacing, new playground equipment, a new shade structure and repairs to an asphalt trail along El Toro Road and Trabuco Road. At Montbury and Pebble Creek Parks, the improvements consist of removal and replacement of various park amenities. 479 Lucas Rathe is a multi-disciplined resident engineer and project manager who possesses the experience, lessons learned, and communication skills to lead and manage any construction project. Lucas has managed a large variety of construction projects of various sizes and scopes. His expertise is in federally funded transportation projects with Caltrans Local Assistance oversight. He understands that document control and following the process of the Local Assistance Procedures Manual (LAPM) or Caltrans Construction Manual is paramount for Caltrans or Local Agencies to �•� maintain their level of funding. As a result, the quality of the final product complies with the specified standards and always meets or exceeds the expectations of the communities where the projects are built. REPRESENTATIVE EXPERIENCE LUCAS RATHE, PE, QSD San Gabriel Valley Council of Governments (SGVCOG), Turnbull Canyon Road Grade Separation,City of Industry,Los Angeles,CA Project Manager/Resident Engineer.Lucas is the Project Manager/Resident CONSTRUCTION Engineer responsible for the oversight and day to day administration of the MANAGER construction contract with the contractor. He manages a team of office engineers, inspectors, material testers, surveyors and other construction management services to oversee that the contractor progresses the work on time and in compliance with project regulations. Lucas also manages the accenturerelocation work of major utilities as well as the compliance to Temporary Construction Easements (ICE) for 15 properties along the corridor. EDUCATION This $70M project will separate the existing roadway and the Union Pacific Railroad (UPRR) railroad tracks on Turnbull Canyon Road. It consists of the BS, Civil Engineering, construction of a two-lane roadway and overpass at Turnbull Canyon Road University of Pittsburgh, between Salt Lake Avenue on the north and Clark Avenue on the south which 2007 will carry vehicles over the UPRR tracks. This project also includes the BA, Mathematics, Seton complete reconstruction of the existing 127-foot precast girder bridge over Hill University, 2007 an LA County Flood Control concrete channel, as well as a new prefabricated steel pedestrian overpass over the UPRR tracks. LICENSES / CERTIFICATIONS City of lndio,Herbert Hoover Elementary School Pedestrian Improvements CA Professional Civil Resident Engineer. Lucas was the resident engineer on this Caltrans Local Engineer, No. 76273 Assistance project which constructed nearly 4 miles of sidewalk behind existing curb and gutter and reconstructed 278 driveways to the city standard Qualified SWPPP to tie into the new sidewalk as well as 64 new ADA curb ramps. The project Developer No. 21590 also consisted of relocating 269 water meters and 17 fire hydrants for the Indio Water Authority. As resident engineer, Lucas oversaw day to day EXPERIENCE administration of the contract but was mostly involved in the constant design Years of Experience: changes due to unforeseen existing conditions to ensure proper slopes and 17 ADA provisions were met. Years with Firm: 10.5 Riverside County Transportation Commission (RCTC), 1-15 SMART Freeway Project,Temecula,CA Resident Engineer.Lucas is the Resident Engineer of this$13.2M pilot project for Caltrans to provide adaptive ramp metering along the northbound 1-15 freeway. The project is installing infrared traffic logging (TIRTL) devices at approximately 1/2-mile increments to monitor the speed and volume of traffic in order to control ramp metering at Temecula Parkway, Rancho California, and Winchester Road NB on ramps. The flow of the queued traffic from these NB ramps will be adapted to optimize the flow of traffic through the NB Temecula Valley. Lucas is responsible for oversight of the administration of this project including enforcement of the contract requirements, traffic control, safety, Risk Level 2 Storm Water compliance, coordination with multiple entities and projects, and implementation of a pilot project. 480 During his 30+ year career, Jonathan has worked for numerous agencies throughout Southern California in roles varying from Director of Public • Works to Assistant Civil Engineer. Jonathan is experienced at analyzing complex budgets and technical reports and developing and revising a contracts and legal documents using federal, state, and local laws, rules 7 and regulations. He has been responsible for large multi-city fiber project including design, construction, supervision of technical and field staff, . H change order negotiation and preparation, contract administration,critical path schedule reviews, storm water pollution prevention plan preparation •. and compliance, claims mitigation, selection committee interviews, cost estimate preparation, reviewing and designing structure-related shop drawings and assuring compliance with plans, specifications and various agency regulations. JONATHAN SMITH, PE, REPRESENTATIVE EXPERIENCE QSD Buccaneer Park Restroom(PSA)(CIP#19-00017),Oceanside,CA Project Manager. Project Manager overseeing the remodel design of the CONSTRUCTION park. Jonathan collected community input, with the "Buccaneer" theme MANAGER emerging as the preferred park concept, which includes new park restrooms, a Loma Alta Creek deck and boardwalk overlook, basketball and pickleball courts, exercise station, expanded playground, lawn picnic area, bike racks, accenturenew seating, shade structure and remodel of the Buccaneer Park Café. Elsinore Valley Municipal Water District (EVMWD), Canyon Lake Sewer EDUCATION Rehabilitation Project,Canyon Lake,CA Senior construction Manager. Senior Construction Manager acting as the BS, Civil Engineering, San Owner's Representative on the $800K Canyon Lake Sewer Rehabilitation Diego State University Project. The project rehabilitated approximately 3,700' of pipe in critical condition using cured-in-place pipe (CIPP) lining method with six locations LICENSES / requiring spot repairs prior to performing the lining. The work included CERTIFICATIONS coordinating with the existing EVMWD operations and providing field Registered Civil inspection for the construction contracts. He also provided resident Engineer, CA #C61253 engineering for submittals review, pay requests, quality control and general construction management services to support the construction efforts. Qualified SWPPP Developer No. 23727 Cleveland Storm Drain Upgrade(CIP#CIP 17-00007),Oceanside,CA EXPERIENCE Project Manager. Project Manager overseeing the Cleveland Street Storm Drain Upgrade project which includes trunk storm drain upgrades (upsizing) Years of Experience: in Cleveland Street from Mission Avenue north to Surfrider Way, and 30+ upgrades in Surfrider Way from Cleveland Street west to the outlet at the beach. In addition, the design includes the reconstruction of the existing Years with Firm: ocean outfall structure at the Surfrider Way.The reconstruction of the outfall 3+ requires approval by the California Coastal Commission (CCC). Jonathan is currently working with the CCC to approve the outfall reconstruction at the August CCC board meeting. CIP 21-04 Fire Station No. 5 - Construction Management and Inspection Services,Menifee,CA Construction Manager.The Quail Valley Fire Station No. 5 is a new state-of- the-art facility that will provide a significant increase in the amount of personnel and equipment that can be utilized at the station. The new fire station will replace the existing Quail Valley Fire Station No. 5, located at the intersection of Goetz Road and Palm Drive/Ave Roble.The current station was built in the 1950s and is limited in capacity, housing only a few firefighters and two small-size fire trucks. The new, modern Fire Station No. 5 will be a 9,000-square-foot facility that can house up to 6 fire personnel and has a three-bay garage that can house large equipment, with room for future expansion. The new fire station has been designed to meet the needs of the community for at least the next fifty years. 481 Jeff has 30+ years of construction engineering experience in project management/construction management/contracting throughout public works, private development and large public facilities. His diverse background includes water and sewer pipeline installations, water/ wastewater treatment facilities, water storage and transmission, roadway, mechanical and electrical facilities. His contracting background and experience in bidding jobs, preparing hard bids and construction schedules makes Jeff an excellent agency representative to manage a construction project from start to finish. He has extensive experience in \ managing subconsultants, designers, materials testing, surveying and w } other resources needed in managing a major public works project. Jeff 1 ' brings experience with state and local government agencies, environmental regulatory agencies, and public utility companies. JEFF SCHIPPERS, CCM REPRESENTATIVE EXPERIENCE CONSTRUCTION LA County Fire Department Station 158-Gardena,CA MANAGER Project Cost:$800K I Project Timeline:2023-01/2024 Construction Manager. Construction Manager for the $800K upgrades to this fire station. This work included lead and asbestos abatement, new framing and ceilings with wall repairs, new lighting and lighting control, and accenturecoordination with the existing Emergency Fire Call System. It also included new rooftop HVAC and exhaust units,wall,fire pole, kitchen, dormitory, team room and toilet room upgrades. New ductwork and plumbing infrastructure EDUCATION were also added. MBA; University of Portofino and Yacht Club Way Lift Stations,City of Redondo Beach,CA Redlands Project Cost:$8M I Project Timeline:2023-Ongoing BS, Business Construction Manager. Construction Manager for the 2 new lift stations in Management; University the City of Redondo Beach. This $8M project includes the construction of 2 of Redlands new Sewer lift Stations serving the King Harbor Marina area. Both have new wet wells and equipment including generators,SCADA,transfer switches and LICENSES / one new building housing the equipment. The project includes heavy traffic CERTIFICATIONS control and extensive dewatering efforts. Certified Construction Manager - #7651 (expires Mesmer Low Flow Lift Station,City of Culver City 11/04/2025) Project Cost:$3M I Project Timeline:2023-03/2024 OSHA 30 Hour Safety Construction Manager. Construction Manager for the new lift station installed at Centinela Channel that serves the City of Culver City and LA City. EXPERIENCE The $3M project required the installation of a new lift station at the existing Years of Experience: City Facility to allow for low flow storm drain to be diverted to the Hyperion wastewater plant for processing and conversion. It involved the new wet well 30 and valve vault, new SCADA and coordination with the existing plant, new MCCs and transfer switches. The new catch basin in the channel was Jack Years with Firm: and Bored to as not disturb the existing concrete channel. 5+ Alta Vista Sewer Pump Station,City of Redondo Beach,CA Project Cost:$4M I Project Timeline:2022-2023 Construction Manager. Construction Manager for the $4M Alta Vista Pump Station, Force Main, and Sanitary Sewer Improvements. The work consisted of the construction of precast six-foot (6) diameter concrete wet well pump station inclusive of 3.5 hp submersible duplex pumps, valve vault, electrical control cabinet, emergency power generator and bypass pumping con- nection, and associated site work; Manholes; 900 LF- 8" VCP sanitary sewer; 400 LF- 4" DI PVC force main; 50-kW Diesel generator; service rack; lift station control panel; automatic transfer switch; electrical conduit and wiring; load bank testing; electrical service; SCE, ATS, MTS, MCC, new PLC and SCADA system. 482 Benjamin is an expert in Construction Management with eight years of i - experience representing the interests of both owners and contractors in residential,commercial,and public works projects.He has a demonstrated ability to manage multiple projects concurrently while ensuring optimal outcomes. Skilled negotiator with a strong focus on conflict resolution, detailed cost management, high-quality standards, and effective contract management. REPRESENTATIVE EXPERIENCE Construction Management Services,City of Long Beach,CA • Provided construction management services to the City's Public Works Departments. Responsibilities encompass project and construction BENJAMIN TORRES, management of the pre-construction, construction, and post-construction CCM, CPSI, LEED GA phases of the work, including coordination with City management and staff; Orion PMS training, technical specification reviews, bid package development, constructability reviews, pre-construction phase bid analysis CONSTRUCTION and tabulation, reference check, license, bid bond, surety and insurance MANAGER confirmation; document control, pre-construction meeting, photos, and contract administration;project management and construction management of the construction phase including construction contract administration accenture submittal and RFI, RFQ, COR, CCO, grant compliance, progress payment review and processing, weekly project progress meetings, construction inspection, and post construction including, administration of project turnover items, close-out deliverables, certificate of completion, close-out, EDUCATION final payment, retention release, final project delivery. B.S. Construction Management Technology, City of Seal Beach,Tennis&Pickleball Center Improvement Project California State Construction Cost:$3.6M University Northridge, This project involves providing project management and construction Northridge, CA, 2014 management services to renovate the existing clubhouse and retail space, LICENSES / build new lockers,new restrooms, new kitchen,and new MEP scope,and new glazing including demolish the existing locker room building, Responsibilities CERTIFICATIONS encompass managing all phases of the project pre-construction, bidding, Certified Construction construction,and post-construction. Key tasks include coordination with City Manager (CCM) No. management and staff; development and review of technical specifications; 32897 bid package development; design and scope development; constructability reviews; pre-construction bid analysis and tabulation; and coordination of LEED Green Associate reference checks, licenses, surety, and insurance. Additional responsibilities Certified Playground involve document control;conducting pre-construction meetings;managing Safety Inspector (CPSI) photography; and overseeing contract administration. During the construction phase, Mr. Torres managed construction contract Aquatic Facility Operator administration, including submittals, RFIs, RFQs, CORs, CCOs, and progress (AFO) payments; along with all other contractor site management and contract OSHA 10-Hour Safety compliance efforts. Certification Negotiation Mastery City of Seal Beach,Concrete Pier Abutment&Restroom Restoration Certificate Construction Cost:$1M Project consists of project management and construction management Commercial Real Estate services to restore the Seal Beach pier concrete abutment and pier Certificate restrooms. Mr. Torres was responsible for all concrete abutment structural assessment oversight of structural engineers; planning phase City support EXPERIENCE for detailed scope development, contract review and edits, bid schedule Years of Experience: writing, specification development, and cost estimations for City budgets; bidding and award phase management,and detailed bid review;construction 8+ phase oversight throughout, site management with contractor, approvals of Years with Firm: work, corrective work coordination; payment approvals and change order negotiations; along with all closeout phase efforts. 5+ 483 Adam has over 17 years of experience in construction management on projects from inception to close-out for various heavy civil and vertical construction projects. He possesses the organizational, critical thinking, a technical, and team-building skills required to manage and coordinate all construction projects under his supervision from inception through completion. Mr. Hunt provides daily communication and oversight, tracking and/or approval of all project records and correspondence, such . as payment applications, change orders, RFls, submittals, schedules/schedule updates, meetings and meeting minutes, monthly reports, invoicing, constructability reviews, and as-built drawings. REPRESENTATIVE EXPERIENCE Artesia Blvd.Arterial Improvements,Gardena,CA ADAM HUNT, CCM, QSP Project Size:-5,500 LF Roadway Improvements Construction Cost:$5.3M I Project Timeline: 10/2024-CURRENT Director of Construction. Mr. Hunt is a Director of Construction for the CONSTRUCTION Artesia Blvd. Arterial Improvements project spanning between Western Ave. MANAGER and Vermont Ave. in the City of Gardena. He is currently overseeing all aspects of the construction efforts required of the Contract Documents, including, but not limited to, Preconstruction and Coordination meetings between all stakeholders(Client, Contractor, Site Inspections), review and/or accenture approval of all project related costs, schedule, submittals, RFI's and miscellaneous project correspondence. Mr. Hunt is the main point of contact and provides daily coordination and updates to the City, time and critical submittals management,and cost control between the client,contractor,and EDUCATION architect. The construction of the Artesia Blvd. Arterial Improvement project Bachelor of Science, includes modifications to both signals and traffic medians, milling and AC Construction Engineering pavement, landscaping,and irrigation. The project also includes clearing and Management, California grubbing activities, construction of concrete access ramps, curbs, gutters, State University, Long sidewalks, driveways, manhole adjustments, signage, striping, and other Beach, 2008 miscellaneous construction activities. Bachelor of Arts, Communication Studies, Placentia Library District, Loading Dock and Outdoor Patio,Placentia,CA California State Project Size: 12,000 SF I Construction Cost: $1.05M I Project Timeline: University, Long Beach, 10/2024-CURRENT 2003 Director of Construction.Mr. Hunt is a Director of Construction at the 12K SF patio expansion and loading dock remodel in which he has assisted with LICENSES / design, quantities and scope of work, Contractor RFP packages contractor CERTIFICATIONS procurement and transitioned the project from design into construction. QSP #23094 During construction, Mr. Hunt maintains daily coordination, time management, and cost control between the client, contractor, and architect. CMAA CCM Certification The construction of the Loading Dock and Outdoor Patio project includes #4395 new landscaping and irrigation, EV charging stations, new lighting, DBIA Associate decorative concrete pathways and other hardscape, shade structure, site Certification furnishings and decor, and other appurtenant work. EXPERIENCE Years of Experience: City of Anaheim,Center Greens Park Improvements,Anaheim,CA Project Size: 3.5 Acres I Construction Cost: $8.5M I Project Timeline: 17+ 06/2023-09/2024 Years with Firm: Sr.Construction Manager. Mr. Hunt was a Sr. Construction Manager at the 14+ 3.5 acre Center Greens Park in which he maintained daily coordination, time management, and cost control between the client, contractor, and architect. The construction of the Center Greens Park included new landscaping and irrigation, new and relocated lighting, upgraded basketball court, new skate park, challenge course, decomposed granite pathways, concrete pathways and other hardscape, shade structure, seat walls, water capture basins, furnishing, and other appurtenant work. 484 Greg is an experienced Resident Engineer and Structures Representative on freeway corridor, interchange, local roadway improvement and bridge projects. A unique aspect of Greg's career is that he spent eight years full time and four years interning for a Contractor working on heavy civil projects including freeway widenings and interchanges with roadway and structures experience. He is highly experienced in managing Caltrans and local agency projects while verifying compliance with the plans and specifications, reviewing RFI's and submittals, schedule management, change order management and overall project cost control. Greg is flikt proficient in monthly owner payment applications, third party utility relocation coordination, quantity tracking, resolving field related issues, and complying with the Local Assistance Procedures Manual. GREGORY GWOZDZ, PE REPRESENTATIVE EXPERIENCE San Bernardino County Transportation Authority (SBCTA), Mt. Vernon CONSTRUCTION Viaduct,San Bernardino,CA MANAGER Construction Manager.Greg is the Construction Manager and main point of contact between SBCTA, Design-Build Contractor, City, Utility Agencies and > railroad companies. He is responsible for document flow of submittals, RFIs, and correspondence as well as maintaining project documents and filing. accenture Greg reviews and prepares the monthly payment estimates, reviews potential change requests, prepares change orders and reviews monthly schedule updates. This project consists of the construction of a seven span precast viaduct over Metrolink and BNSF railway to replace a 100-year-old bridge that EDUCATION will connect two different areas of a disadvantaged community. The project BS, Civil Engineering, includes a single span precast bridge over Third Street, utility improvements California State and T-walls at the bridge approaches and departures. Polytechnic University, Pomona, 2013 SBCTA,North 15t Avenue Bridge Over the BNSF Railroad,Barstow,CA Assistant Resident Engineer. Greg is the Assistant Resident Engineer LICENSES / responsible for the contract administration in accordance with Caltrans Local CERTIFICATIONS Assistance. He leads a team of inspectors and subconsultants for quality CA Civil Professional assurance, material testing, source inspection and environmental Engineer No. C88307 compliance.The project consists of building a three-frame cast-in-place post tensioned 1,200-foot-long bridge over the BNSF rail yard spanning over three EXPERIENCE mainline tracks and fourteen-yard tracks. Upon opening the new bridge to Years of Experience: traffic, the existing steel truss and timber bridge will be demolished and hauled off site. A soil nail retaining wall will also be constructed near the 12 bridge approach. New roadway alignments will be completed to tie in the new bridge alignment to the existing roadway with HMA and Class 2AB. Other Years with Firm: project improvements will include construction of traffic signals, drainage 4.5 improvements and utility relocations from SCE, Frontier and Charter. Riverside County Transportation Department (RCTD), Avenue 66 Grade Separation,Mecca,Riverside,CA Deputy Structure Representative. Greg served as Deputy Structure Representative responsible for the safety, quality, and cost for the overhead bridge and other structural elements. The project constructed a grade separation bypass connecting SR-111 to Avenue 66 with a new 780 LF cast in place railroad grade separation bypass over UPRR, SR-111, and Hammond Road in the community of Mecca, California. Driven steel pile supports the abutment and bent footings. There is 1700 LF of MSE Wall to support the embankment to the abutments with a 4-month settlement period prior to wall construction. Other proposed improvements included construction of new road with HMA and Class 2AB, construction of a 175 LF simple span cast in place bridge to cross CVWD's Lincoln Irrigation Channel, construction of Traffic Signals, Drainage Improvements and Relocate over 20 utilities for IID, CVWD, Kinder Morgan, Spectrum and Frontier. 485 Tony has 23 years of construction management experience, delivering �� .` successful multi-million-dollar projects from inception to completion with -M a proven track record of managing all aspects of budget,schedules, scope and quality. He has demonstrated progressive experience in construction 4W. management through leadership skills, communication skills, contract administration, project controls and making critical decisions during challenges in a way risk is controlled and ultimately adding benefit to the ;5 ,5 ..1 outcome of the project. He has industry knowledge of public contract a code, building code and regulations. Tony's experience with design-bid- „ build public agency projects include libraries, essential service facilities (police stations, fire stations, and emergency communications and operations centers), landfill programs, port utility projects, parking facilities, street construction, street utilities, storm drain projects, tunneling projects, and air airport facilities. TONY GATOFF, CCM REPRESENTATIVE EXPERIENCE CONSTRUCTION Frank R. Bowerman Landfill, Administration/Operations Building Tenant MANAGER Improvements,Orange County,CA Sr. Construction Manager. This project consisted of the expansion of an existing lobby and development of individual offices in existing open office areas. The existing mechanical system was replaced throughout the entire accenturebuilding. Architectural improvements included non-bearing partitions to enclosed existing lobby area, new interior non-bearing office partitions, minor ceiling modifications for lighting and mechanical distribution. EDUCATION Mechanical improvements included the installation of a new VRF system with heat and make-up air for entire building. Phased construction was BS, Construction implemented to keep the existing building operational while installing new Engineering systems and removing old systems. Electrical improvements included Management, California lighting and electrical upgrades within the building to support the upgraded State University, Long mechanical systems. Beach, 2003 LICENSES / Signal Hill Library,Signal Hill,CA CERTIFICATIONS Sr.Construction Manager.Sr. Construction manager for the construction of a new$12M library.The work included over excavation of site soils/earthwork, Certified Construction foundations, installation of concrete footing, construction of a steel moment Manager (CCM), No. 4738 framed building (approximately 15,000 square feet of steel) and interior Certified CMAA wood framed office areas, parking lot, new trash enclosure, onsite water Instructor infiltration system, landscaping, irrigation, electrical car charging station, methane barrier and oil well vent system realignment. This project achieved OSHA 40-Hour a LEED Gold Certification. HAZWOPER Frank R.Bowerman Landfill,Orange County,CA OSHA 10 Resident Construction Manager. Resident construction manager. The EXPERIENCE project includes construction management, quality assurance and control, and archaeological/paleontological services for Phase VIII-C Excavation for Years of Experience: Liner Construction, East Flank Landslide Remediation, Wetlands Basin 23+ Construction, West Channel Realignment, and East Canyon Excavation and Buttress Construction. Tony's duties included managing and coordinating Years with Firm: the efforts of at least three concurrent general contractors, numerous 23+ subcontractors, OCWR staff, State and Federal regulatory agencies, design consultants, CQA consultants, and adjacent construction contractors. Tony was responsible for project control, including cost, schedule control and quality assurance. He submits for client approval all progress payments, contractor submittals, inspections, RFI's and change order requests, and conducts weekly CM meetings. 486 Gary McCredie has over 30 years of construction industry experience for all types of public works projects. He has worked as a contractor for large ' infrastructure projects in Southern California and has held numerous positions including Construction Inspector, Quality Control Supervisor, Project Safety Supervisor and Project Manager for multiple projects at a k« time. Starting as a laborer in the pipeline industry, he quickly advanced to operator, foreman, and project superintendent. As Construction Manager, Gary has focused on implantation and quality assurance with job specifications, meeting critical target dates and preparation of project °F documentation, redline drawings, and documentation of daily site activities, scheduling manpower, equipment, and materials and providing employee training. He has also served as a Superintendent or Inspector for numerous projects involving major infrastructure such as pipeline installation,sewage lift stations, pump stations, roadway construction,and GARY MCCREDIE, CMIT deep trench excavation in major arterial streets, storm drains, storm sewers, primary street improvements and conventional dry utilities PUBLIC WORKS treatment plants. Gary has strong working knowledge of local City and INSPECTOR regional Greenbook standards. REPRESENTATIVE EXPERIENCE accentu re Edwards-Varsity Tract Water Main Project (CC-1558), City of Huntington Beach,CA Project Timeline:7/26/2021-3/7/22 The project involves installing approximately 3,200 linear feet of 6-inch, 8- EDUCATION inch, and 12-inch diameter AWWA C900 or C909 water pipelines and 20 BS, Business linear feet of 6-inch diameter Steel CML/C Class 150 water pipelines within Management; California the Edwards/Varsity Tract neighborhood. The pipelines are predominately State University San Jose located within residential streets.The streets will be ground and overlaid after the waterline construction is complete. AAS, Public Works Construction Sunset Beach Water Main Project at Various Locations,Anderson Street to Management; Santiago Warner Avenue Project,(CC-1435)City of Huntington Beach,CA Canyon College Project Cost:$2.75M j Project Timeline:9/17/2020-2/18/2021 AAS, Public Works Senior Construction Inspector. Senior Construction Inspector overseeing Construction Inspection; the $2.75M water main installation project. The project consists of installing Santiago Canyon College approximately 2,350' 6-inch and 12-inch diameter AWWA C900 or C909 water pipelines within eleven locations in the Sunset Beach area and one in LICENSES / Huntington Beach. The pipelines are predominately located within public CERTIFICATIONS alleys. Four alleys include full pavement replacement after the waterline DHS, Water Distribution construction is complete. At two other locations, the streets will be slurry Certificate, D-3 sealed, and at one location,the street improvement includes an AC grind and cap.This project will construct 12-inch diameter AWWA C900 or C909 buried DHS, Water Treatment pipelines and pavement replacement across PCH within Caltrans right-of- Certificate, T-2 way. One location is 24th Street, and the other is an alley north of 12th Street Certified Competent in Sunset Beach. Two inline valve installations are included along PCH,one at Person Admiralty Drive and the other between 21st and 22nd Street. Confined Space Training Slater Sewer Lift Station Replacement,City of Huntington Beach,CA General A Contractors Project Cost:$4M License Senior Construction Inspector. Senior Construction Inspector overseeing this$4M project which consists primarily of the abandonment and demolition EXPERIENCE of an existing sewer pump lift station and various sections of existing sewer Years of Experience: lines, removal of existing electrical panels and conduit, sidewalk, pavement, and surface improvements, sewer bypassing, and traffic control. The project 30+ also includes the installation of new sanitary sewer lines, installation of a new Years with Firm: sewer lift station and valve vault, installation of new wet well submersible pumps, replacement of a force main, asphalt paving and removal, restoration 5.5 of existing public and private improvements and related appurtenant work. 487 "E" Pedram has accrued more than 25 years managing and inspecting horizontal and vertical projects such as water/wastewater, street pavement, slurry seal, road widenings, schools, emergency facilities, and parks. Pedram's responsibilities include onsite owner representation, 2 change management processing, project administration, schedule and � � budget analysis, safety and security for prime contractors, daily r:14r Via, communication with the owner, engineering department, architect, �; �� consultants and prime contractors regarding plans and specification compliance. He also conducts constructability reviews and provides technical support during project bidding and award. REPRESENTATIVE EXPERIENCE 2024 PW23-15 Water Main Improvements,City of El Segundo,CA PEDRAM QSP, Project Manager for this $1.5M project which consists of installing CESSWI, LEED ABBASSI,BD+C approximately 1,300 LF of 10-Inch Ductile Iron Water Pipe,2,600 LF of 8-Inch Ductile Iron Water Pipe, removal and disposal of existing 6-Inch water line, Furnish and Install 8-Inch and 10-Inch Gate Valves, Furnish and Install Fire PUBLIC WORKS Hydrant Assemblies, Furnish and Install Water Service Connections, Remove INSPECTOR existing Meters Box & Install New Meters, Install 8-Inch x 6-Inch Ductile Iron TEE, Remove&Reconstruct 4-Inch Concrete Sidewalk,and Asphalt Pavement Restorations. accent u r e 2024 PW24-04 Center St.Storm Drain Improvements,City of El Segundo,CA Project Manager for this $500K project which consists of removal of an existing catch basin; installation of new catch basins and storm drainpipe; EDUCATION installation of concrete sidewalk, curb, gutter, and local depressions; BS, Civil Engineering, installation of asphalt slot paving/ patching; replacement of striping and Amir Kabir University of pavement markers as needed;replacement of centerline ties,painting of new Technology, Tehran, Iran, curb; coordination with City Utilities Division, Street Maintenance Division, 1996 and Police Department staff; and notification of residents/schools/businesses. LICENSES / CERTIFICATIONS 2023-24 Pavement Rehabilitation Project,City of El Segundo,CA LEED AP BD+C, 10775680 Project Manager for this $2M project which included traffic control, centerline tie surveying and tie replacement, tree root dig-outs, street cold Qualified SWPPP milling, street resurfacing (asphalt concrete overlay), full depth asphalt Practitioner No. 24390 replacement, utility manhole and valve can adjustments, tree root removals (Expires 04/10/2025) to two feet below grade, backfilling, and 4-inch grind and overlay for a Certified Erosion, section of the ally. Sediment and Storm 2023-24 PW23-08 Wastewater Infrastructure Improvements, City of El Water Inspector No. 3524 Segundo,CA EXPERIENCE Project Manager for this $2Mproject which involves traffic control, closed Years of Experience: circuit pipe televising and video creation, open-trench pipe removal and replacement, pipe lining, service lateral replacement or adjustment, sewer 25+ main and storm drain bypass activities as needed, storm drain manhole removal and replacement, concrete work, trench paving, slurry seal Years with Firm: resurfacing, replacement of striping as needed, coordination with utility 3+ agencies,and notification of residents/businesses. 2022-23 Water Main Improvements Project on Grand Ave, City of El Segundo,CA Project Manager/Inspector for this $2M project which consists of improvements on Grand Avenue from Center Street to Pacific Coast Highway. This project involves the abandonment of the existing asbestos pipe and installation of a new 10-inch ductile iron water main and all service lines for the City of El Segundo. Project elements include grind and overlay along Grand Avenue between PCH and Center Street and removal of PCC sidewalks. 488 Paul has over 28 years of construction industry experience for all types of public works projects. He has specialized training for the construction industry and operational and safety training public facility projects. His experience includes major infrastructure such as hospitals, commercial and residential facilities, public facilities, wet utilities, lift stations, pump stations, roadway construction, deep trench excavation in major arterial streets, storm drains, storm sewers, primary street improvements, and dryTypical project responsibilities include a conventional utilities. p j p thorough understanding of the plans, specifications, and contract documents, monitoring and updating schedules, conducting weekly �� construction meetings, field verification and progress billings, negotiation of change orders, and procurement of materials. REPRESENTATIVE EXPERIENCE PAUL MORALES City of Huntington Beach,Various Projects,Huntington Beach,CA Project Cost:$Various FACILITY INSPECTOR • Gisler Park-Renovation, Site Sewer Water and Storm Drain, and Parkint Lot($6M) (2023 -2024) - Senior Inspector on this three-phase project which included a retention/detention basin, modular wetland system, r�! sewer lift station, park renovations, including new sidewalks, parking lot accenturerepavement, new rubberized mat surfaces, sod installation, new playground equipment, and dewatering. • Edinger Avenue Sewer Replacement Project($4.5M)(2024 - Current)- Senior Inspector on this project which consists of dewatering, removal EDUCATION and replacement of the exisiting sewer system with new manholes, and High School Diploma pavement restoration. • PWE-2022-0169_PWE-2021-0589 - Senior Inspector for this dry utility LICENSES / work that was all performed at night. CERTIFICATIONS • CC-1637 Zone 5 Curb Ramp Installation ($1.5M) (01/2022 - 04/2022) - Senior Inspector for this project that included the construction of curb General Engineering access ramps and truncated domes to existing ramps throughout the city. Contractors License - A These locations are prioritized from a list compiled by Public Works staff, Electrical Contractors based on requirements for the upcoming residential pavement License - C-10 management project and public requests. The proposed locations are listed in the Appendix along with Contractor guidelines and provisions to Building Contractors meet all Federal requirements. License - B • Edwards-Varsity Tract Water Main Project($1.8M)(2021-2022)-Senior EXPERIENCE Inspector on this project which involved installing approximately 3,200 linear feet of 6-inch, 8-inch, and 12-inch diameter AWWA C900 or C909 Years of Experience: water pipelines and 20 linear feet of 6-inch diameter Steel CML/C Class 28+ 150 water pipelines within the Edwards/Varsity Tract neighborhood. The pipelines are predominately located within residential streets. The streets Years with Firm: will be ground and overlaid after the waterline construction is complete. 25 • CC-1638 Zone 5 Residential Overlay-Senior Inspector for this this project that included the rehabilitation of the pavement for approximately 80 of the most deteriorated residential street segments in Maintenance Zone 5, which is bounded by Yorktown Avenue to the north, Beach Boulevard to the east, and Pacific Coast Highway to the south and west. Work included limited localized pavement repairs, crack sealing, cold milling, striping, and asphalt overlay. • CC-1608 Central Park Restroom - Senior Inspector for the restroom construction located approximately 280 feet east-northeast of the Central Library in Huntington Central Park. • CC-1629 Lake Park Improvements - Senior Inspector for this $424K project that included the rehabilitation of the clubhouse restrooms and picnic area located on the east side of lake park to improve accessibility and safety, as well as to comply with ADA requirements. Improvement to restroom area to create unisex ADA facilities, and trail pathways, and ADA ramp in order to comply with American Disabilities Act. 489 Helen has over twenty years of professional experience and is an expert project control manager with a diverse portfolio of construction projects and experience. She has a proven track record of overseeing contract administration, change management, cost control, and schedule analysis for large-scale capital projects. Her expertise spans various construction sectors, including transportation, institutional facilities, and infrastructure development. Helen's expertise in Primavera scheduling, value engineering, and cost forecasting has been instrumental in delivering successful projects. She is a dynamic leader, adept at managing complex projects while fostering collaboration among multidisciplinary teams.With a keen eye for detail and a results-driven approach, Helen is an asset in contract management and change order negotiations. REPRESENTATIVE EXPERIENCE HELEN SH I San Gabriel Valley Council of Governments(SGVCOG),Turnbull Project Scheduler Canyon Road Grade Separation,City of Industry,Los Angeles,CA Project Controls/Schedule Engineer. Helen is the Project Controls/Schedule Engineer responsible for the contract's budget, changes, and schedule administration with the Contractor (OHLA). Helen used Primavera P6 to perform CPM update analysis, TIA schedule analysis, and accenturewhat-if schedules, review and prepare narrative response reports, independent cost estimates for proposed changes, draft change orders and corresponding memos, and review the contractor's 3-week look ahead in comparison with the update schedule. EDUCATION MS, Building This $70M project will separate the existing roadway and the Union Pacific Construction Railroad (UPRR) railroad tracks on Turnbull Canyon Road in the City of Management Industry/County of Los Angeles. It consists of constructing a two-lane roadway and overpass at Turnbull Canyon Road between Salt Lake Avenue BS, Construction and Clark Avenue, carrying vehicles over the UPRR tracks. This project also Engineering and includes the complete reconstruction of the existing 127-foot precast girder Management bridge over an LA County Flood Control concrete channel and a new EXPERIENCE prefabricated steel pedestrian overpass over the UPRR tracks. Years of Experience: Los Angeles County Metropolitan Transportation Authority (LACMTA), 20+ Various Projects,Los Angeles,CA Years with Firm: Project Timeline:(2009-2024) <1 Project Control Manager.Helen managed various project management tasks for major capital projects, including Metro Crenshaw and Sepulveda Pass/I- 405, overseeing planning, budgeting, scheduling, reporting, schedule of value, payment applications, change management, claims, risk analysis, and resource and cash flow analysis. She supervised project design and construction progress, leading a team responsible for tracking, monitoring, and analyzing project risks and contractor performance to align with overall project objectives. She developed detailed schedules that integrated the Owner's work scope with the Contractor's activities to maintain project alignment and efficiency. Using Primavera, Helen reviewed baseline and updated schedules for construction projects with over 10,000 activities. She analyzed critical paths, milestones, constraints, work scope, design and construction sequences, and cost/resource loading to assess their impact on the project. She verified progress and provided review comments on contractor schedules. She led a team in evaluating contractors' schedules of value and pay applications, attended design and construction meetings, and conducted periodic site visits to assess project progress. She developed budget forecasts, progress and earned value analyses, and financial projections to support project planning and execution. 490 Kathy has over 30 years of experience in Construction Management, Labor Relations, Contract Compliance, and Disadvantaged Business Enterprise (DBE), involving capital improvements, major roadways, bridges, airports ." ;�, and Design-Build projects for cities,agencies,and municipalities. Provided Project Labor (PLA) administration and Skilled and Trained Workforce g; ,, management. Managed projects that include private, state, and federal • funding, in addition to Transnet, FHWA, FTA, FAA, ERA, CARB and CDBG - funding. Independently, she has provided over 10 years of prevailing wage • and LCPtracker training for contractors, local agencies, and professional organizations such as the Associated General Contractors Association-San _ Diego and Riverside Chapters, Metrolink, Port of Long Beach, Central California Builders Exchange,SBCTA, SANDAG,San Diego Regional Airport Authority and the San Diego Metropolitan Transit System. In addition, represented and assisted contractors in resolving Agency, Caltrans and KATHY KEATING DIR audits and records requests. DIRECTOR OF LABOR REPRESENTATIVE EXPERIENCE COMPLIANCE RCTC 1-15 SMART Freeway Providing contract and labor compliance auditing and management for the pilot project for RCTC, Governments (WRCOG) implemented an innovative accenture corridor approach for improved traffic operations on northbound 1-15 from the San Diego/Riverside County Line in 'Temecula to the 1-15/1-215 Interchange in Murrieta. EDUCATION SANDAG Bayshore Bikeway-Barrio Logan Segment,San Diego,CA Grossmont College Construction Cost:$19M 12023- Present Providing contract and labor compliance auditing and management for the University of Phoenix, new 2.3-mile Barrio Logan Segment including a two-way, 10-foot-wide paved Business Management path with two-foot-wide paved shoulders that extend along Harbor Drive between Park Boulevard and 32nd Street. Funding b a combination of federal, EXPERIENCE state and local funds, including Caltrans Active Transportation Program grant Years of Experience: to name a few. Ensure adherence to SANDAG CIS requirements and monitor 30+ subcontractor payments. Identify potential red flags and prepare required reports. Compare CIS data to labor compliance reports to ensure all Years with Firm: subcontractors are entered into CIS correctly. <1 SBCTA-1-10/Alabama Street,Redlands,CA Construction Cost:$14.3M 1 2022-2025 Providing contract and labor compliance auditing and management for the improvement project of the 1-10 at Alabama Street Interchange between p g Orange Tree Lane and Industrial Park Avenue. Metrolink, Los Angeles,CA Construction Cost:$5B I Project Timeline:2023-Sept 2024 Accounting auditor for Metrolink contractors' monthly invoices to ensure all charges,equipment and wages billed are correct, pursuant to work directives and contract agreements. SANDAG Del Mar Bluffs Stabilization Phase 5 Project,San Diego,CA Construction Cost:$88M 12023-Sept 2024 Led the Project Management role as DBE Compliance Manager. Ensures contract and federal compliance, reporting and monitoring DBE performance to ensure DBEs are performing a commercially useful function(CUF). Perform CUF interviews and enter data into SANDAG customer information system (CIS). Ensure adherence to SANDAG CIS requirements and monitor subcontractor payments. Identify potential red flags and prepare required reports. Compare CIS data to labor compliance reports to ensure all subcontractors are entered into CIS correctly. 491 Appendix Copies of Certifications City of Huntington_ _I On-Call Construction Management.Ma:enals Testing, 4i)cl Inspec:ior c -enture Infrastructure&Capital Piojects 492 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JULY 27,2007 LICENSING DETAILS FOR: 71514 EXPIRATION DATE DECEMBER 31, 2025 NAME:ATWOOD,TYSON LICENSE TYPE:CIVIL ENGINEER CURRENT DATE/TIME ADDRESSSTATUS:CLEAR JUNE 13, 2025 31181 VIA SOLANA 9:0:43 AM SAN JUAN CAPISTRANO CA 92675 ORANGE COUNTY 493 • • NAME ADDRESS CERTIFICATE# TYPE EXPIRE DATE STATUS Atwood,Tyson Nolte Associates 1243 QSP/QSD Aug 16,2025 Active 2677 N Main St Suite 400 Santa Ana,CA 92705 tatwood19(ag nail.com • 494 6/13/25,917 AM John Reidinger I Construction ManagementAssociation of America 4/1111.114111116.. NEW MEW A A Amor Now Nom di= MIK MIN ir Ewa Ay alma Arimk ILA "Vali ('0 MENU LOGIN(/SAMI. LOGIN) John Reidinger Job Title: Project Manager Company Name: Accenture City: Lake Forest State: CA Expiration Date: May 11,2027 CMC1 Number: 8006 parr a A 4IPW 111 IMO MIES alb Mb MIR FIER Our Mission is,to promote,support,educate,and develop professionals who lead the delivery of programs and projects within the built environment. LEARN ABOUT CMAA(/ABOUT-US) ciaksFamona SW...0d( MI SECURE ;•Plissed :i346-,41ds"" (void(0)) About CMAA (void(0)) https://www.cmaanet.org/member/john-reidinger?clirectory=ccm 1/2 495 CONTRACTORS STATE LICENSE BOARI OContractor's License. Detail for License # 933534 DISCLAIMER:A license status check provides information taken from the CSLB license database,Before relying on this information,you should be aware of the following limitations. CSLBcomplaint dinclosure is restd ind b➢law(8&P7124.6)11 thin entity is subject to public complaintdisclosuieclick en link that will appear below,for more lnformatto8;tfckt ere for definition of disclosable actions. Only construction,related civiijudgmehts reported_to CSLB are disclosed(UP 7071.17). t Arbitrations ate dotlisteduntessthecontractorfailstocomplywiththeterms. Ddetoworkload;there maybe relevant informationthathas not yet Been entered into the board's license database,. Data corrent'as of 5/13/2025 9:12:30 AM ausinels Inintnia;inn JOHN REIDINGER 25881 WINDSONG DRIVE LAILEFOREST,EA 82630 Business Phone Number:(714)412-8809 Entity Sole Ownership Issue Date 06%08/2009 Expire Date 06/30/2025 11cenSe This license is current and active. All,information below should be reviewed. Cl�r tsthceiic its B-GENERAL BUILDING f3on(lfnq lafotmaiicn Contractor's Bond This liceiise filed a Contractor's Band with AMERICAN CONTRACTORS INDEMNITY COMPANY Bond Number:100281271 Bond Amount:$25,000 Effective Date:01/01/2023 Contractor's Bond History EtS'1.ofrip°fR;niion This license is exempt from having workers compensation insurance;they certified that they have no employees at this time. Effective Date:07/13/202$ Expire Date:None Workers'Cornpensation History. Bad:to-fop Conditions of Use Privacy Polity Accessibility Accessibility Certification Copyright©2025 State of California 496 6/13/25,916 AM Stephen Mutch I Construction Management Association of America ..411111.11"41.\. BMW law MII MIL NMI II I'M& If 1,1111111111. AMOK 111....4411111.11ktat (,) MENU. LOGIN(/SAMLLOGIN) Stephen Mutch, PE, CCM Job Title: Construction Manager Company Name: Accenture. City: Lake Forest State: CA Expiration Date: April 03,2026 CMCI Number: 2384 Nts Nor A ale /V MIA ONIS1 MS NS iitA• NIL et h %A IN 1.01,4 WO t Our Mission is to promote,support,educate,and develop professionals who lead the delivery of programs and projects within the built environment. LEARN ABOUT CMAA ABOUT-US) Siteasiwirtorta ock LcLuRE 4 Pafisid•-.13;iiit (void(0)) About CMAA ••• (void(0)) https://www.crnaanet.org/member/stephen-mutch?directory=ccm 1/2 497 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JUNE 25,2004 LICENSING DETAILS FOR: 66757 EXPIRATION DATE NAME:MUTCH,STEPHEN DOUGLAS SEPTEMBER 30, 2026 LICENSE TYPE:CIVIL ENGINEER CURRENT DATE/TIME LICENSE CLEAR MAY 30,2025 22561 JERONIMO ROAD 3:48:43 PM LAKE FOREST CA 92630 ORANGE COUNTY 498 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JANUARY 11,2010 LICENSING DETAILS FOR: 76273 EXPIRATION DATE ,TUNE 30.2026 NAME:RATHE,LUCAS JUSTIN LICENSE TYPE:CIVIL ENGINEER CURRENT DATE!TIME ADDRESSNSTATUS:CLEAR MARCH 11,2025 2782 VALLEY CREEK CIRCLE 3:51:41 PM CHULA VISTA CA 91914 SAN DIEGO COUNTY 499 NAME ADDRESS CERTIFICATE* TYPE EXPIRE DATE STATUS Rathe,Lucas Kiewit Infrastructure West Co. 21590 QSP/QSD Oct 30,2025 Active 3111 Camino Del Rio North Suite 340 San Diego,CA 92108 I ucas.rathePa n sera dvisory.com 500 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JANUARY26, 2001 LICENSING DETAILS FOR: 61253 EXPIRATION DATE NAME:SMITH,JONATHAN GEORGE JUNE 30, 2027 LICENSE TYPE:CIVIL ENGINEER CURRENT DATE/TIME LICENSE STATUS:CLEAR ADDRESS JUNE 13,2025 16412 AVENIDA FLORENCIA 9:28:29 AM POWAY CA 92064 SAN DIEGO COUNTY • 501 Smith,Jonathan Nolte Associates 23727 QSP/QSD Aug 4,2025 Active 1655 E.6th Street Suite A-4a Corona,CA 92879 jpycejonCacox.net 502 6/13/25,9:38AM Jeffery Michael Schippersi Construction Management Association of America .ri/"1/11411ihk.. "Ma Mir A 1 ■1111111k lW lMIK km) 1111 attrit MENU LOGIN.(/SAML LOGIN) Q Jeffery Michael Schippers, CCM Job Title: Construction Manager Company Name: No Employer Selected City: Cypress State: CA Expiration Date: November 04,2025 CMCI Number: '7.651. A A MOP fit s Ii f�4 nisi e jt, Our Mission is to promote,support,educate,and develop professionals who lead the delivery of programs and projects within the built environment. LEARN ABOUT CMAA(!ABOUT US) —'—a SiteLock Luc SECURE (void(0)) About CMAA `► (void(0)) https://www cmaanet.orglmemberfeffery-michael-schippers?directory=ccm 1/2 503 6/13/25,9:42 AM Ben Torre I Construction Management Association of America .4110111/1"ftbr.., MEW Amor low NEM ITN= Ala MIN 1 MINIM if tanottii 41h1V tit (1) MENU LOGIN VSAML_LOGIN) Q Ben Torres, CM IT Job Title:. Construction Manager I Company Name: Accenture City: Cypress State: CA Expiration Date: March 25,2027 CMCI Number: 32897 mow pow a, A slalr 11, PM MR MI 0196 44.4— V Our Mission is to promote,support,educate,and develop professionals who,lead the delivery of programs and projects within the built environment. LEARN ABOUT CMAA VABOUT-US) chweirtarea lieCLUVE f.filifiar b4i•iad2t (void(0)) About.CMAA (void(0)) https://www.crnaanetorg/member/bendorres-0?directory=ccm 1/2 504 Recreation and Park As-c k "Oa wriaarip. Let it be known that BENJAMIN TORRES has met the requirements of the standards set forth by the National Certification Board and is hereby granted certification as a • Certified Playground Safety Inspector ,• .• January 04,2023 'CHAIRPERSON DATE CERTIFIED •• • CP Certified I Playground Saftly Ipensctor 56836-226 NRPA PRESIDENT AND CEO CERTIFICATION NUMBER February 01,2026 NATIONAL RECREATION EXPIRATION DATE NRPA AND PARK ASSOCIATION 505 Hunt,Adam 2345 Newport Blvd. 23094 QSP Jun 12,2026 Active L104 Costa Mesa,CA 92627 adam.huntPanseradvisory.com 506 6/13/25,9:50 AM Adam.P.Hunt J-Construction ManagementAssociationof America :411101 ""1116., 'MOW M' A AMY t ® /NM ,i i IlL01114 (/): MENU LOGIN(/SAML LOGIN) Q AdamRHunt, CCM Job Title: Senior Construction Manager. Company Name: Accenture City:. Costa Mesa State: CA Expiration Date: April_24,2027 CMCI Number: 4395 LAICIAILLIL Our Mission is to promote,support,educate,and develop professionals who lead the delivery of programs and projects within the built environment. LEARN ABOUT CMAA(/ABOUT US) CAAATIETARG" -SECURE rhlsed-" (void(0)) About CMAA (void(0)) https://www.cmaanet.orgimember/adam-p-hunt?directory=ccm 1/2 507 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS DECEMBER 19,2017 LICENSING DETAILS FOR: 88307 EXPIRATION DATE NAME:GWOZDZ,GREGORY MARCH 31,2026 LICENSE TYPE:CIVIL ENGINEER CURRENT DATE I TIME ADDRESS STATUS:CLEAR MARCH 11 2025 9356 LEMON AVE 3:49:21 PM ALTA LOMA CA 91701 SAN BERNARDINO COUNTY 508 5/13/25,9:56 AM Tony Gatoff I Construction Management Association of America. NEM MEW A Asir w MOM MOM Ala ANL MINNV . 1V) MM Ar AFINIIIL 7111111111 jrat MENU LOGIN(/SAML_LOGIN) Tony Gatoff, CCM Job Title: Construction Manager Company Name: Accenture City: Long Beach State: CA Expiration Date: June 25,2027 CMCI Number: 4738 vim law A A /NI IV MN% MINI MIL AM ita..4MT o itikAtut.mi 0VM awn Our Mission is to promote,support,educate,and develop professionals who lead the delivery of programs and projects within the built,environment. LEARN ABOUT CMAA(/ABOUT-US) :chuctatatoric SiteLock Lt. SECURE *hissed -131,ruaNteit (void(0)) About CMAA (void(0))' https://www.cmaanet.orgtmember/tony-gatoff?directory=ccm 1/2 509 • • The CESSWITM Application Review Committee certifies that • ebrant abbasS01. Subscribes to the Code of Conduct and Ethics and has met the requirements established by the CESSWI Council as a Certified Erosion, Sediment and Storm Water InspectorTM A Division of EnviroCert International,Inc. • Certification Number: 3524 Certification Date: May 24,2013 �/GE7 �qq yet /////� 4 ..:/ ,_ �t� [de._2 asx_fS. �� /y ) �°G P bra r� Tha CESSWI Program was established in 2007. • - • 510 • • Abbess',Pedram 2677 N.Main Street 24390 QSP Apr 10,2025 Expired Suite.400 Santa Ana,CA 92705 pabbassi(a grnaiI.com 511 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. 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) 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 512 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 513 EXHIBIT B accenture FY '25 Municipal Division City of Huntington Beach OnCall Servcies for Four yrs. 2025 thru 2028 Labor Position Billing Rate OT 20T Principal $290 Project Manager $245 Sr.construction Manager $240 Construction Manager,IV $220 Construction Manager,Ill $183 Construction Manager,II $157 Construction Manager, I. $131 Inspector(Prevailing Wage) $185 $240.50 $296.00 Inspector $175 $227.50 $280.00 Document Control,Senior $125 Document Control $110 Labor Compliance Manager $141 Labor Compliance Analyist $120 Scheduler, Manager $235 Scheduler $193 Estimator, Manager $235 Estimator $193 Estimator,Junior $141 QDC's (Reimbursable Expenses) Description Unit ' 'Rate Vehicles* Month $1,350.00 POV Mileage Exp. per IRS rate CM Software,(As-Requested) Per Project/Per Year $3,500-$6,500 Subconsultant Mark-Up 3% *Max Rate. Billed as a'percentage of actual hours billed NOTE:Vehicle.rates are billed as required by project needs.Any project which requires CM or Inspection work within the public ROW will require a vehicle. 514 • i"f'�'1.%, ... ... • . .,. .DATE(AfLBDprY.YYYj, • ccvezr� CERTIFICATE CF LIABILITY'INS,UR ANCE ? 25 • 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 riNSUier.Os; AUTHORIZED ' REPRESENTATIVE OR PRODUCER,AND;THE CERTiF,.ICATE HOLDER..._ _ .. IMPORTANT: II-the certificate holder is;an."ADDITIONAL:INSURED,.the ,poifcy(tes). meet., have,.ADDITIONAL INSURED provisions,or be'rendoised: I: 'If SUBROGATION IS,WAIVED,:subject,to the, terms and conditions 'of',Me.policy; 'certain policies mew require an.endorem sent...A-statement .on• `this certlf(ca(e does not confer.rights'to the certificate hoider•In lieu of such.endorsement(sl. ... • . . ............. Co TACT._ _ - . .. :1, PRODUCER:, _ . NAOE:, ,_ Aoo',Risk75eruices Central,',Inc. rt�&I F w Cliicagti_`IC.Ofifice E�r, IaEd}. (866)_283-7122 :(�sC:iro}:.'C846?.3@3-0145 .�cil 200..East-,Randolph ADIAIL -: ;s Chicago''IC 6460I-USA. - - • INSURER(SI AFFORDING:COVERAGE .HAIO H Disuaep. . witinER A:: Zurich:Amer i can:,Ins Co 16535"• ACCentuce Infrastructure ..ItiithiER6a American!zurich•:Ins-Co 40142 and°:Capital Improvements LLC • - . , :1255;'Treat Creek' Suite 250- : :INSVRERc;; 'Alli,an :.Global, Risks'',US Insurance co. 35300, , Wal,nu.t.:Creek:CA 94597 USA., ' luSuRERar InaoneaF•: COVERAGES. ... ;CERTIFICATE NUMBERr 5701i8384933, .. . REVISION NUMBER:: • THIS,IS'TO CERTIFY THAT'THE;POLICIES ,OF,INSURANCE:LISTED EELOW,HAVE;BEEN.ISSUED TO'THE INSURED :NAMED.'ABOVE�FOR1 THE„POLICY"PERIOD.INDICATED: ' fNOTWTHSTANDING,ANY REQUIREMENT,_TERM OR;CONDITION OF.ANY CONTRACT,OR'O.THER',DOCUMENT,WITH.RESPECT;T0.WHICH,-THIS;CERTIFICATE,MAY„Be:ISSUED OR.HAY,' PERTAIN;THE INSURANCE-AfrORDED BY THE POLICIES bESCRIBED HEREIN IS SUBJECT TO:ALL THE:TERMS,.'EXCLUSIONSSAND..CONDIT(ONS-:OF SUCH'-POLICIES.,LIMITS SHO'NN.MAY tiAVE BEEN REDUCED EiY.PAIO CLAIMS; ' 'RR ... . _.. -. S :Ltmiksshownare,as.requested ILTR TYPEOFINSUFLtfTCE iNSO +4VDR POLICY NUMBER ,.POLICY EFF Pt��t�lr�Ov 1 :LIMITS ...,(l UAl00lYYYY) {b1. .+A X '`COMMERCUILGENERALUASILITY- ,GL0937619221:.. " ...., . 11/15/2024 11/15/2025 EACHOCCURRENCE _ . $1,000(000 �7 FREMeTTO RENTED. '$300''000 r'CLAM6h1ADE_ ;1.$I OCCUR PREMISES(Ea&curfencej _ "' MED MP(ADYsee'permm). $10,;.000. PENSOYALa ADMiNJURY: „ 31,00 moo. E. 'GENLAGGREGATE 11h1AAPPUAN PER................. . GONERN•;PgpneolTE', "' ' ' $2,000;000 ' ' PRO X,'PoLICY <cT Loc Paooucis:=coMP.tvAcc`.' $4,000,;000 f$ QJ 0 OTITER.. A AIiTOMO9_IL,EI.IABILITY .. .. .BAP 9376191'21' - ! 11/15/2024 3.1/15/2025 COMDIIitoam LE LIMIT• _ .._ . • (pia:. .. • (Eaeeclacrin''""" .... $1,000;W.,': X. ANYAUrd SODILYIhtlbrii.PeTpeise9)'' 'O .. : .. Z. OY.ttED...,. SCHEDULED • BODILY INJUtly0 r`s,IIMB . AUTOS ONLY AUTOS .........._, ._..... - ITREDAUTOS; NON-OPINED,. IPR08 siden1)- o:3Y '.AUTOS J ILY UM,eRELt. twe — OCCUR; ' EACH OCCURRENCE' ,E%CE93 LU1e_ Ct7Vh!S RtADE; AGGREGATE DEO "RETENT(Olt .. ,B .WORI(ERS CDMPERSA-DON Ann, 'wc929926224 01/01/2025 01/01/2026..X 'pen..sTATUTE' EMPLOYER9!LIADIL(TY .. .Y/N tic'- `A05' • r . . - MY PROPR:ENRl PARTNERf E%ECUINE 'I'� /' 2'6 EL.EACHACCIDENi' $5,00U�000'. .,A. -Cf,FisERUEUk3EREXPW,Re.01• ` , N. ElLA wC929926324, ,Ol/u1/2o25 01/01/20 .. • (PM AetYtylelIN) �1c - MA, MI 'ill' E._DIsw.e.:AEMPLOE : $5- • �000;000 1ppesescre under tee.. • : EL DI$EASE-PELICy.UMIT' $5.000',000-c, .:E&0 - Professi°nal'Liabi1ity - .- • USz000017250: 06/01/2025 06/01/2026 EachClaim/Aggregate - S1',OQO;OI)0 Primary Cla,Tms Made SIR a MIR pplies per policy terns & condi•ions!� C,1 q t t�r f� i • • • I ,DESCIUPTION OFOPERATIONSM.DCATIONS IVEHICLESIACORD T0T;AddlleeI RemarksSchedule;may be'il(aobed It mote Speeetarequited),APP ROVED.AS<rO-O'RtI' Professional.;Li'abil ty policy i'ncludes.;cyber"Liabili,ty,_Network SOCU l:ty„ :Privacy Liability, and;Tech E&o. RE.: Projects.as on, *1-1 file with the-insured. .' ''MICHAEL.J:UIGL[O.'t,A. =? Y:A' TOH.W Y • 'CITY OF,N(:Itt17 MG"t Ohl BEACH C • ERTIFICATE.HOLDER' ;CANCELLATION, • SHOULD.ANY OP'THE ABOVE DESCRIBED'POLICIES,ER.CANCELLED BEFORE THE'EXPIRATION' Es, DATETHEREOF,NOTICE WILL_EE DELIVERED IN ACCORDANCE WITH TIIE POLICY PROVISIONS: city.Of-'HUntington Beach "AUTNOREEDREraeae TATIVE +, ;200 .Main-St. - - ?.:J; 'Huntington'Beach•CA:9264$a USA. r[i-, • ®II • ri908=2618_A00O CORPORATION.;Al!rights:resorved ACOR0:25(2416103) Th e'ACORO name and'logo'are.'reg{stered.inmite orACORD Switzer, Donna From: Switzer, Donna Sent: Thursday, December 4, 2025 9:20 AM To: 'tyson.atwood @accentu re.co m' Cc: Pinel,Joseph Subject: City of Huntington Beach - 11/18/25 On-Call Const. Mgt, Materials & Inspection Srvcs Prof. Services Contract Attachments: 11.18.25 Accenture PSC.pdf Dear Mr.Atwood, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Accenture Infrastructure and Capital Projects, LLC for On-Call Construction Management and Inspections Services, approved by the Huntington Beach City Council on November 18, 2025. Sincerely, Donna Switzer, CMC Senior Deputy City Clerk Office of the City Clerk Office:(714)374-1649 Donna.Switzerasurfcity-hb.org 2000 Main Street,Huntington Beach,CA 92648 1 ..oriror .14# �CI �V Professional Services .- •. �� Contracts for On-Call , ,• -�-_ _ _ % Construction Management, ,;..,,; Materials Testing , and•-) /.,rr' f •I ; -s. 1 Inspection Services • - - •-- -- z� Department of Public Works November 18, 2025 • • •� s 00 `:, 19n ••• SUPPLEMENTAL •sa ` COMMUNICATION 61011/18/25 OlIN Meetin Date: IIIIP���4rA 9 A enda Item No. 21 25-881) BACKGROU N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services. The RFQ covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFQ Selection. x t k R or/./Ii ori► ivc-3C:•111;..'1'7''- f-'..-. --ec,:--:::::14:;:t ' iiii f yp .. ee• (- j y . . u Ci'OUNTY A NEED/WHY/ BENEFITS CIP includes various infrastructure projects and programs that require construction management support. Many of these projects involve design work or specialized studies that City staff are unable to complete internally. Additional responsibilities beyond staff capacity include construction management, performing inspections and testing, and ensuring compliance with federal and state regulations. +ref\\ TING/ 4� c .••. 7y�pRP0RAIE.j... k •i i _see, 00 °CUNTN tit /1 ..,� 4,, r- RECOMMENDATION Approve and authorize the Mayor and City Clerk to execute Professional Services Contracts between the City of Huntington Beach and the nineteen (9) firms (listed below) for On-Call Construction Management, Materials Testing, and Inspection Services. Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc; Harris & Associates, Inc.; and PSOMAS. The City does not guarantee any amount of work to awarded vendors as these services are on an "as-need" basis. T f�U N� ~ .33 ' .: C UNT`t /� �, !;!!! 6' 3 a t 3 it(E ` �2A / yii it to �ayy.+.. s'•`'.'� ^^$ _ '. 10-1 a ...,, {= +*ur a -�� 7; x '!lç7l e�.day. a ,,,,,� . y,,,, �, jam. ,,,i 41- , -04.0.P,- ma :, a. ..v„t fi�k .� a,, r*......w aWF....<G"45 .45/m/i..rr3n v-c gi Acipirdir40.4„,;„„ low i,,A"\\grl' 11Vrolstubl'AProfessional Services Ic\ -- ,.....s .► ••••• Rp0R �•.� 5) �,, Contracts for On -Call ,. _ _ _ ___ o % Construction Management, _ - --- - -,_ -_ - ••• '` Materials Testing , and 0 CI ` , '�' `'� `' � � % Inspection Services _ ... ...„_ ._ _ _ _ ___ • ____ _ _ = -- _ rt _ _ ''� - Department of Public Works Y _- • 1November 18, 2025 • -- .___ ________ - ----.: i<k„, AO > Notes fi •"..,; 7, 19 0;:••• 4\•"1<N,(: ) •••••• 0UNTN P 1 i li `,r�r►.r// BAC KG ROU N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services. The RFQ covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021 -2025) has had existing on-call consulting firms to provide support and proposing a similar selection of 19 on-call consultants from this RFQ Selection. .. * 3' �: „._ �e -1.1 N G T:, e _ / ......... 0� .. ' ,' ' ,., t � i' ��...,,,,,OHPOR.474;\.(. �� .. �i '�r' ,�•c`7 �e CpuNT`( .,�#/` NEED/WHY/ BENEFITS CIP includes various infrastructure projects and programs that require construction management support. Many of these projects involve design work or specialized studies that City staff are unable to complete internally. Additional responsibilities beyond staff capacity include construction management, performing inspections and testing, and ensuring compliance with federal and state regulations. w dcar ,../'"� _ r y� ,� 'y: ! .. a kk, ' - # _ ra # • I . *, Ado• ,� I, b /fit( : r �� `' , W ¢ % ll S ozik4,..i:•;-,,,, r • o)FCOUNTY CP.. RECOMMENDATION Approve and authorize the Mayor and City Clerk to execute Professional Services Contracts between the City of Huntington Beach and the nineteen (19) firms (listed below) for On-Call Construction Management, Materials Testing, and Inspection Services. Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Cannon Corporation; Certerra RMA Group; Dudek; FCG Consultants Inc.; GHD Inc.; GMU Engineers and Geologists, Inc; Griffin Structures, Inc.; Harris & Associates, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; PSOMAS; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; TRANSTECH Engineers, Inc.; and Willdan Engineering. The City does not guarantee any amount of work to awarded vendors as these services are \c0 1I•NGTp4, an "as-need" basis. S UNT`f • S Questions ? .......,.., „„.. x • t i I t____ ` t. i > ice' 11Ilir ,t»- s' i. $"dliIr. r g 4 .. _ •a 1 i, r } �,,C^'- t7 y? G ' , 1 . ._ , 1 t " �', Y11 wad