Loading...
HomeMy WebLinkAboutCerterra RMA Group - 2025-11-18 A•;NTINGT 2000 Main Street, of"�� -•'" �tie� Huntington Beach,CA LPPF:q.,F~• City of Huntington Beach 92648 APPROVED 7-0 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 Pinel, Capital Projects Administrator Subject: Approve and authorize execution of Professional Services Contracts for On-Call Construction Management, Materials Testing and Inspection Services with 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 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 powered by LegistarT' 391 File #: 25-881 MEETING DATE: 11/18/2025 A 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 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 'IF 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 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 y� powered by LegistarT1d 741( , ,19 /fit )7 , 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 consistentlyattracts highly qualified firms for such RFQs, resultingin a P g Y 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 LegistarT"^ 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 (RFQ) 2. Accenture Contract Summary 3. Professional Services Contract with Accenture Infrastructure and Capital Projects, 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 Legistarm' 394 #41TAT1NGTp Par f. 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 of the 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 Depat tl.uent 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 CEP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major projects.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.cfin 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. Firm 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://cros3.revize.com/revize/huntingtonbeachca/DocumentsBusiness/Licenses%20Permits%20& %20CodeBusiness%20Licens e/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. 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. IEXHIBIT A I Pre-Qualification Form • • PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES F""z`::z::cfi�'; ;`•�gi':t� r;r" r.,s..x ..,�. et�v:f•,t:r _ n<-' 'ar• zro.'si':: H '„mot•<ase;fn ...:=^ o.:'sm ...>K.,o,,.-,• ::L',- :'f<.i ..HNC i �;%('a'.:.'"✓.. "35(;F j:: . r:,,n:- .:h: ,n?};'` V i�a'"e;�o- ',g' :'f�i G J:n `•<, �..F. R'�:.�..,:,!@..,�y' �';ry 9°(:''.L•.., ;yam ...•°to. �•,v,;^:`.i.� br,. !,. -. n:1 �.F.h '6 'i i,( �..'r .,/ ,'.. ..fr1: n: 7.1 >•:5 k!`.. � `' :f�x:v:} .;..k r'.,�1:Y✓r,'�e+."eas'. C /ry .Yr,a �:i:;, :;•ft iS y •q. : ;IF4'.:^.�,v w .$�<:^(.. '.;!,, :� ,.„t � .5..."v; .. GUN, `.:'�, ' ixk"= �...!• „i.,lt=i1,*, .' -rt.e.r �:F;,so•.;:•G�::l"w"^.e«;r'' � '•":1f�ri`:. R�.�p. ...�.�.,r ': ''" :=x,r''`_.1�; :'fl ..E.. ,S. ,s^;. ..%'c .p¢'4!• :ti:e .,i3: w': !�L::.c�t Fn� _,:+2•,'rS:::.:, q:ja .;:4`. ,,.}.� •^''y`Y -.?6� ,< ru1:': },J•' (;ni ,v�,. •f:•;•,: �.�,. .5:.:::�:::•ii��r,��V'�'' �.�• r:�.: f:,.nr 3' .'•YTS': t�n :lp.•:,,. •l.µ .Zu At �•Ff„si, icy"Y �..n �'"•te K'K', :r Hi:M' ....�.. Lu .�. .. .:.,.....:. ..:fs:..',:Xr..0 a`..jµiii.: � :iS..,;:.3-N c,, , ..t'.�..';.,..•.E ne,.. 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: I APPENDIX A 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: I 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/surthet/professional svcs 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/surfuet/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 unfmished 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/surfiiedprofessionalsvcs 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/surfnet/professional 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/surfnet/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 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. agree/surfneUprofessional 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 • I APPENDIX C City's Insurance Requirements CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City Council Resolution No.2008-63 requires submittal ofcertificates of insuran ce evidencing the following minimum limits with a California admitted carrier with a currentA.M.Best's Rating ofno less than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions or sinzilarforms ofcoverage limitations or modifzcationsmust be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor�Type •.. inimumInsuranceRequirements`.:- >;_.,,:; �•�, . :.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 �i��NTIN GTO CITY OF HUNTINGTON BEACH RCA Contract Agreement Summary v` 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 Pine! CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $2,500,000 ,3-years VENDOR NAME+TYPE OF SERVICE Certerra RMA Group will serve as an FULL SERVICE on-call professional, specializing in construction management, materials testing, and inspection. Consultant will serve as CM's, provide testing, 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, Materials Testing 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, Material Test, 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. II3 CITY OF HUNTINGTON BEACH 643 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND CERTERRA RMA GROUP FOR ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING,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, CERTERRA RMA GROUP, a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management,materials testing 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 Johnny Rodriguez who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/393158 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 on NW 14, 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 Two Million Five Hundred Thousand Dollars($2,500,000.00). 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 25-17168/393158 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 25-17168/393158 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. 25-17168/393158 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 25-17168/393158 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. 25-17168/393158 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 ally, 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. 25-17168/393158 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 Certerra RMA Group ATTN: Director of Public Works ATTN: Johnny Rodriguez 2000 Main Street 12130 Santa Margarita Court Huntington Beach, CA 92648 Rancho Cucamonga, CA 91730 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. 25-17168/393158 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 25-17168/393158 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. 25-17168/393 1 58 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. 25-17168/393158 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, CERTERRA RMA GROUP a municipal corporation of the State of California By: ( Wa Slawek Dymerski •., (elk Manager print name ITS: (circle one)Chairman/PresidentNice President INITIATED AN APPROVED: AND � Director of Public Works By: Anam Usman APPROVED AS TO FORM: print name ITS: (circle one)Secretary/Chief Financial Otlicer/Asst. Secretary—Treasurer City Attorney Date t D' Z? j ZoZ-Y RECEIVE AND FILE: City lerk Date 3• ..)5 25-17168/393158 12 of 12 EXHIBIT "A" of work to be performed) A. STATEMENT OF WORK: (Narrativep ) Provide on-call Construction Materials Testing Services B. CONSULTANTS DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT A CERTERRA RMA GROUP City of Huntington Beach Proposal for On-Call Construction Management, Materials Testing, and Inspection Services Certerra RMA Group 1210 E.223rd,Street,Suite 319 Carson,CA 90745 June 13,2025 Proposal No.00-251697-P Table of 0i. Cover Letter 02. Vendor Application Form 03. Pre-Qualification Form (Exhibit A) 04. Service Category 9 rY Firm Qualifications Preferred Staffing Understanding & Methodology Section 05. Rate Sheet 06. Appendix Cover Letter ... , ... .. . . . .. . , . . 4 . .. . .... . 4 ,1:,: . .i. • , . • „ ,•..... _ _ _ * . . . I • • - I I . •- ,•• I - -i 4 - 1 0 imiiii i I el 0 i. r , I • - , 1 '• It -1• ' • .• . - 1 / I 1111111111t 1 il Ily Trani'1 1 i•1 I 1 .1 I 114. w'IT cid. • I 1 •A• 1-11 / 'XifStiii."':". -- " ' '' '''" - - •••• . . ... _ _-_-, • . ..•-• • '•••.-• - , i ., . ,_ .:„..10000.swiligewsmaamoiiiiiiiisiceetmtopet.,,,,. 4.. .. ,-:-,., ...............-,-- ".'•••ar.?'-4.1' ' ._ .... - ,,•< .,. • .. • 1 . 1 -- • . f"-le--- ... . -. ,. . . . . „,... . - - • .... at. •,‘ • 1 ••.. , .....' . . . . - - . ....'''- ............. - .. !-...' ..,. --........ ., -.....,...• - „ .... - +' ... eir"Inr..' - ''''." ' '. s.....- •- . . r.- „...--„:„.. __,_ ........--- . '-',Z4;:,.1,7e,e., -:' • r",""r"— •- - - •'-'-'%,-'s. ;#f...' . ', .. .. . .. . _.• . *-*'• ', .:A.k`4-,, .1 . . - - . i '...-::. r:ti=''..i",,, . .:,,‘•,,:. ,:-..t-4*! ;•,..*::•.% •k :/.. i ' '.- q). ' * r. ., ...,;,-. ,; ..1...,‘,4 ..064.14,-,.. -'--- . ' ALCi4 - -• .:4,,,,.. ,...p.• 4 . .. „. ••,..,,.. _-T----...-0'' , ... . A r ;"- - • . :i" :',•- , Z-41-. •'.:1•.;!..P.'`' . ' -,.-1.:‘ '.. Z..- ' ,;.'•: _:. ' ...'*'• .. • ..r.... ilk..• ••... 1'. - -4.. .1 - -',4 , - ---,. - .1_:-...i.::::r. ..-",.. .,,... ....- -,... .• Aut .:;,.-., ..,. ...., t.1.-*0: ; 4-....y....--., , • ,. - . ....., .---, - , .,- ,.; J,-. . .........t.‘..........2.i: . ...-._., .„.,ei:!, N'...t..-`4.4.01..Ahz..t:; "•:•,:. Aliii.,•'...1.,''...,.7:-*.7, •. . sz'' ,'. CERTERRA Materially Better' RMA GROUP June 13,2025 No. 00-251697-P City of Huntington Beach, Public Works Department 2000 Main Street Huntington Beach,CA 92648 RE:Proposal for On-Call Construction Management,Materials Testing,and Inspection Services Dear Reviewing Panel: Certerra RMA Group(RMA),formerly RMA Group,is pleased to submit our proposal to provide on-call construction management,materials testing,and inspection services for the City of Huntington Beach (City). With more than six decades of experience delivering high-quality geotechnical engineering,construction inspection,and materials testing services across Southern California, RMA is well-prepared to support the City in delivering its critical capital improvement and facility projects. We understand the scope of work outlined in the RFP includes support for a wide range of public works and vertical construction projects,including road rehabilitation,bridges,pump stations,and civic facilities,as well as those delivered via traditional design-bid-build,design-build,and progressive design-build. Our in-house team and prequalified subconsultants are fully capable of meeting the technical requirements described across each service category,including labor compliance,construction management,and Caltrans-certified lab testing,while ensuring compliance Project Manager with City standards and state prevailing wage laws. Johnny Rodriguez, PE, PMP In February 2025,RMA Group was rebranded to"Certerra RMA Group" Project Manager and although our name has changed,our team remains the trusted RMA P:951.836.5299 team you've always known and collaborated with.As part of the Certerra E:jrodriguez@rmacompanies.com umbrella,we are proud to bring expanded capabilities and resources to better serve the City. OFFICE LOCATION The RMA Difference Certerra RMA Group 1210 E.223rd,Street,Suite 319 Established in 1962 and headquartered in Rancho Cucamonga,RMA has Carson,CA 90745 grown to nearly 450 professionals across California,including engineers, geologists,ICC-certified inspectors,and AASHTO-and Caltrans-accredited P:310.684.48541 F:310.8611117 lab personnel.Our nearby regional laboratory is the largest in Southern www.certerra-rmagroup.com A CERTERRA Materially Better' 1 RMA GROUP California,offering the City immediate turnaround of test results to support schedule-critical project delivery. RMA has worked extensively with public agencies throughout Orange and Los Angeles Counties,including the Cities of Santa Ana, Long Beach,Torrance,San Diego,Ontario,and Simi Valley,as well as the Counties of Los Angeles and Orange.We are also familiar with the City's staff,procedures,and local soil conditions through our previous work with the City and our current role under the existing on-call contract. During our tenure, RMA has been focused on providing our clients with the most dependable,accurate, and timely geotechnical and testing schedules of any firm in the industry.This standard of performance permeates our corporate culture from field technicians to upper management.Our firm has invested heavily in a diversified pool of talented,professional staff who understand the construction industry and the standards that must be maintained.We continually purchase equipment and develop technology that supports our efforts with the latest advances in engineering,testing,and inspection. The RMA Team RMA is committed to meeting the City's expectations for excellence,responsiveness,and efficiency.Our proposal includes a robust and flexible team of professionals with extensive public works and vertical construction experience,many of whom have supported the City in the past. I will serve as Principal-in- Charge and am authorized to bind our firm to the commitments made herein.Our proposed Project Manager, Johnny Rodriguez, PE,PMP,will serve as your primary contact and day-to-day lead for all assigned task orders.Johnny can be contacted at 951.836.5299 or by email atjrodriguez@rmacompanies.com. RMA confirms our full understanding of and compliance with the terms of the RFP and draft agreement. This proposal is firm for 180 days following the submission deadline.We acknowledge receipt of all issued addenda and are prepared to begin work upon award. Thank you for this opportunity to continue serving the City.Should you have any questions or require additional information,please do not hesitate to contact me directly. Sincerely, Certerra RMA Group Slawek Dymerski,PE,GE IPrincipal-in-Charge/President 4 411•111:01,'A. f... . !,v,..t,..,.. . . 1 ,pir . ........i....,. „_..,..,i .,. ..„... ... .,,,,,.w.r.,,,, , „......; .,.... . ., ..,,,.; ,. . Lk ,... ..., • 40.,:.fp I . 3 ' . -, .. ,i ... • ' ' , . '''''.4° E . . , , . " . . . 5 0 , illillialla 14 '..: . \ , INEL . 111111117- . ..4 t ‘ .4 _ ...___• immi....... i \ . \ - '..i C ._ .. : MIN 4 I - ; 1 . 1 0 \11.1114 , -, :, •••.- I ', , 11. • 11 ;\ •II0 . . .—........... . •''.1': 1 41••••••• . ; . r•,,p, ....... .• ,A,oi 0.... . ...t. , i . a „..B. ... . 7,:o ' ....... . q \ , 4' < • , .... —. Willi 1 . •ri, - in.... I ( j 0 Ai, agru. • , I , .44•114.: 4 ' i f . ;- 1 . . , • - . 4 _ . • .L , ........, , , ...........a) • 111111111 .1;I I 7.;, !, WNW-.•i ,:.• , ; ,-t'., • . • • . .. . . .. Vendor Application Form VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑NEW R(CURRENT VENDOR Legal Contractual Name of Corporation: Certerra RMA Group Contact Person for Agreement: Slawek Dymerski, PE, GE Corporate Mailing Address: 12130 Santa Margarita Court City, State and Zip Code: Rancho Cucamonga,CA 91730 E-Mail Address: sdymerskiPrmacompanies.com Phone: 909.989.1751 Fax: 909.989.4287 Contact Person for Proposals: Johnny Rodriguez, PE, PMP Title: Construction Manager E-Mail Address:Jodriguez@rmacompanies.com Business Telephone: 310.684.4854 Business Fax: 310.861.1117 Is your business: (check one) ❑NON PROFIT CORPORATION NFOR PROFIT CORPORATION Is your business: (check one) ($CORPORATION ❑LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION 03 Pre-Qualification Form (Exhibit A) . .. .. . _ , .. ..../IA a .. . II I 0.. . II •• V" 0 I ' i. 1.• . ..— • • I . • //. I ./. . . 11,1)1111f I • - '. t • , f . 1.iii i 1 pli I , I .i. ' ' ll II II I illigi l' i, .1,0 , ., i, 1 ... . . ii ir ..... . . . • "t :4 •• • * . . 4' , • ...- ,.. _ --,_• --• ... ._ ... [ _ — . .- ....... _ F:ii:fif•i'-'-**:,: .,* ... „.... • _-,*7„ti.. . e ••,-4..) - ,. Vendor Application Form Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Slawek Dymerski, PE,GE President 909.989.1751 Jim Bishop Vice President 909.989.1751 Anam Usman Secretary 909.989.1751 Federal Tax Identification Number: 95-265759() City of Huntington Beach Business License Number: A318634 (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 4.30.2026 Pre-Qualification Form PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING'? Y/N (circle) A. Construction Management 0/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: Certerra RMA Group Firm Address: 12130 Santa Margarita Court, Rancho Cucamonga,CA 91730 Signature: - Date: June 13,2025 A i Service Category . . • . .... .... ._ , s 4 . . _ , , , _ . • . . . .: \ • . . • • 4 i • •• . • .1, lk i 1 t 1 . 1 . 0 • . I 1 • - t s I. 1 .... 1• ''' t .am.." • I. 1 il III I ill s' , tr,070:1111 I i ,,is . 1 1 h... ,... .211 g.. - - -..- — . ... 4 ., 4- . ...... 1 3 - ._ rr -.4 41.'• -.:-- ' -,' . ...44 . ... ...----- •—.— •• • _ - — r. '' .—'••• __-..............— ' 4. e ' C, , . -•-• ..., ....—- I ! 44.k•t, ..i . . 1."r •;,:.'.''. • .. . . ' , Service Category Firm Qualifications 63 Years Providing 177 Similar. titiF �. % �l<<, Services RMA is an engineering firm providing diverse markets with a broad range of versatile engineering services since 1962.Our passion for high-end service drives constant innovation and investment in the development of world-class lab facilities and interactive management technologies. The competitive spirit that lives in every member of our team ensures that we consistently deliver our best results,both through high-quality technical expertise and in devotedly responsive interactions with our clients. We pride ourselves on our standard of proactive solutions and attentive communication in every project Over the course of our history,RMA has developed long-standing positive relationships with the agencies and firms with which we interact,establishing clear lines of communication and complete team integration.We function as an extension of our clients'staff and are fully invested in the successful outcome of their projects. Our clients trust us to function in their best interest by providing superior levels of quality with strict adherence to their budgets and schedules. Established in 1962,we are a California corporation with professional offices and laboratory facilities strategically located within California,Oregon,Washington,and Nevada The breadth of our regional coverage allows us to complete any size project throughout the state.Today we have grown to employ more than 450 of the industry's brightest engineers,geologists,technicians,inspectors,and construction professionals. RMA's professional staff includes registered civil and geotechnical engineers,registered geologists,and certified engineering geologists who provide our firm with comprehensive geotechnical and environmental capabilities. RMA's geotechnical and geologic design services include preliminary geotechnical investigations, foundation studies,fault investigations,liquefaction analysis,Phase 1 environmental site assessments,and geotechnical and geologic review of grading and foundation plans. Our inspectors and technicians are highly qualified to perform all aspects of construction inspection and materials testing.They are experienced,cross-trained,and hold multiple certifications including ICC,ACI, AWS,ASNT,HCAI(formerly OSHPD),DSA,NICET,and more than 500 individual Cattrans certifications,which allows them to inspect diverse elements of construction projects simultaneously.This enables us to provide inspection services for projects in a highly efficient manner,reducing the overall cost of inspection and testing programs for our clients. I 1 Service Category RMA provides the highest quality of service for your projects and will ensure timeliness,quick turnaround of reports,compliance with code and specifications,and quality customer service in providing the City with inspections and materials testing services.We provide the utmost satisfaction due to our 63-years of experience in a multitude of professional disciplines that will exude with the successful completion of your projects in a fast and efficient manner,on time and on budget „-4:17';';',Akt."444-3":"ral.4.47- zAkzi The strength of RMA lies within our professional personnel.The key individuals proposed for this contract include our most experienced and capable staff members who have worked on various major contracts and bring a combination of skills and knowledge that will be an asset to the City. We have assigned a team of senior-level individuals with direct relevant experience in construction management that understands the unique nature of new construction and modernization projects.Their experience grounds them with an understanding of the complex and often time-sensitive nature of project directives.Each member will have specific areas of responsibility to manage and carry out all aspects of this contract The combined experience of these individuals will result in a staffing plan that specifies the level of experience and certifications required,and number of technical personnel required matching the construction schedule. Slawek Dymerski,PE,GE I Principal-in-Charge Slawek will serve as Principal-in-Charge and will handle all contractual matters with the City. He is a registered civil engineer and geotechnical engineer with more than 30 years of experience with geotechnical,materials testing,and inspection projects. He has worked on hundreds of construction management projects requiring materials testing and inspection. He has extensive knowledge of an experience with all phases of project development on construction management projects. Johnny Rodriguez,PE,PMP I Construction Manager As the Construction Manager,Johnny will serve as the primary point of contact for all construction-related activities,overseeing daily field operations,contractor coordination,schedule management,and compliance with City standards.With over nearly a decade of municipal infrastructure experience,Johnny brings a proven track record managing roadway,utility,and facility projects from preconstruction through closeout. His dual credentials as a licensed Professional Engineer and Project Management Professional (PMP)ensure a disciplined,solutions-oriented approach to construction oversight.Johnny's familiarity with public agency procedures,field inspection protocols,and contractor performance management will support the City's goals for quality,accountability,and efficient project delivery. 2 Service Category Kameron Alvarado I Project Manager Kameron will maintain direct and continued responsibility for all services provided for the duration of any project serviced under this contract. Kameron will continually monitor the project schedule and proactively plan for increases in personnel in conjunction with and supported by RMA management to recruit new personnel or reassign from projects nearing completion. Kameron will also assign and direct project team personnel and manage the dispatch of qualified inspectors and technicians. Joe Bouknight,PE I Quality Assurance/Quality Control Manager Joe will ensure that all processes consistently meet industry standards and City requirements. In his role,he will develop and implement robust quality management systems,conduct thorough inspections and audits, and meticulously review testing results for accuracy and compliance.Joe will also provide training to team members and work closely with the project manager to address and resolve any quality-related issues, guaranteeing that the project is completed on time,within budget,and to the highest standards of excellence. Ray Roblero I Field Operations Manager Ray will oversee all testing and inspection activities,ensuring that all staff assigned to your project are highly qualified,certified,and equipped with properly calibrated equipment.With nearly two decades of experience, Raymond has specialized in soils inspection and testing using California Test Methods,as well as certified testing applications from the American Concrete Institute(ACI)for aggregates and concrete. His expertise includes managing field testing,ensuring compliance with testing frequencies,overseeing production testing, and maintaining detailed inspection and testing documentation,including daily reports. He will also conduct regular training sessions to keep the team aligned with project plans,specifications,safety requirements,and reporting protocols,ensuring efficient and precise project execution. Construction Management Support Team The construction management support team will oversee and coordinate all construction inspection activities,ensuring thorough review of contract documents,plans,and specifications.The team will verify that all field staff assigned to projects are appropriately certified and experienced for the required inspections. Responsibilities will include documenting construction activities,SWPPP compliance,RFIs,non- conformances,meeting minutes,and final closeout documentation.The team will participate in all key project meetings,including pre-construction,field,and progress meetings,and will maintain up-to-date records of all required permits and certifications throughout the life of the project. 3 ¢�s Service Category Subconsultant I Larry Ginid& Edith Bolanos I Labor Compliance Larry will serve as Labor Compliance Officer with the assistance of Edith as Labor Compliance Analyst.As a duo,Larry and Edith will inform the RMA team and the City of prevailing wage requirements,reporting,and applicable wage determinations.They will also monitor DIR procedures/inquiries/requests and resolve any non-compliance issues that may arise.Larry and Edith will ensure that payroll is accurate,site investigations during the construction contract comply with applicable codes and regulations,and that a final report is submitted to the City upon completion of each project. Project Schedulers The project scheduling team will provide comprehensive scheduling support throughout the duration of the contract.With over 30 years of combined experience,the team is well-versed in developing,maintaining,and analyzing construction schedules using tools such as Primavera,Procore,SharePoint,InEight TeamBinder,and others.The team's expertise includes defining and analyzing work breakdown structures(WBS),performing critical path and time impact analyses,and ensuring schedule adherence and timely project delivery. Administrative Support The RMA team will include a group of administrative support personnel.These individuals will support our Project Manager and Construction Manager by reviewing all plans,specfications,project documents,permit requirements,etc.They will assist in preparing reports and status updates as well as coordinating inspections activities and team training sessions. Public Works Inspectors All Public Works Inspectors will be certified in Public Works infrastructure which includes concrete,sewer, water,and paving inspections. Facility Inspectors All Facility Inspectors will be certified in California Building Code(CBC)which ranges from electrical,plumbing, mechanical and building inspections. Subconsultants RMA Group has teamed with several different subconsultants over the years and has established firm and close working relationships with these forms.Our partnerships with these subconsultants span many contracts.We have either directly teamed with each subconsultant on other proposal efforts or have worked alongside them on the same projects with mutual clients. The firms we have teamed with for any upcoming City contract will help supplement the resources we have and add additional strengths in new areas of expertise specific to this contract and the codes and standards that we continually evolving as construction technology improves. 4 Service Category Subconsultant I Pacifica Services Pacifica Services is a minority-owned and small business enterprise that has provided P S Southern California with full-service construction,program,program management, PACIFICA SERVICES INC. labor compliance,and construction support for over 38 years.One of the components of Pacifica's success in creating a collaborative environment is establishing lines of communication for the various levels of engagement and various groups involved on projects. Subconsultant I Capo Projects Group Capo Projects Group(Capo) is a key member of the team GROUP assembled to support the County on this contract.With over 11 , �'�O PROJECTS years as a firm and decades of combined team experience,CAPO brings deep expertise in construction planning,project controls,and claims support. Headquartered in San Clemente with offices in Los Angeles,San Diego,and Denver,CAPO has supported public agencies and utilities throughout Southern California and beyond.Their services include CPM scheduling, estimating,and delay claims preparation,critical components to ensuring project delivery remains on time and within budget.CAPO's subject matter experts,including specialists in roadway,wastewater, and infrastructure construction,will provide hands-on schedule and cost analysis in support of the City's construction program. 5 Service Category Name of Project On Call for Construction Inspection and Related Services �.r.., Agency Los Angeles County Public Works Contact Victor Bermudez,Supervisor Constract Construction Email I Phone veermudez@dpw.lacounty.gov 1626.688.8275 Project Description RMA is currently providing construction inspection and related inspection services to the County of Los Angeles. BMW::_ Project Manager Kameron Alvarado ', 7 - Slawek Dymerski, PE,GE Raymond Roblero -1/ fict, Key Personnel Johnny Rodriguez,PE,PMP Doug Mangandi rr Start Date April 2021 se • Finish Date Ongoing Name of Project On-Call Materials Testing and Inspection Services Agency City of Santa Ana Contact Arne Cvek Email I Phone acvek@santa-ana.org 1714.647.5051 RMA is currently providing on-call materials testing and inspection services for a variety of Project Description capital projects,including streets,utilities,buildings,and parks,with a scope covering soils, concrete,asphalt,steel,and related quality assurance needs. Project Manager Johnny Rodriguez, PE, PMP :. Ke Personnel Slawek Dymerski, PE,GE Raymond Roblero y Johnny Rodriguez, PE,PMP Doug Mangandi ! „ Start Date 2018 Finish Date Ongoing ? tea Name of Project Harbor-UCLA Medical Center On-Call Agency Los Angeles County Public Works Contact Howard Nguyen Email I Phone hnguyen@dpw.lacounty.gov 1626.710.5353 providing materials testing and inspection services to the Harbor-UCLA Medical Center on an Project Description as-needed basis.The$3 million contract has an initial contract term of three years and will be extended for a two year term through 2026. Project Manager Kameron Alvarado Key Personnel Slawek Dymerski,PE,GE Raymond Roblero ®. - Johnny Rodriguez,PE,PMP Doug Mangandi Start Date 2021 Finish Date Ongoing 6 Service Category 4. rY Prop osal Summary .a. RMA is a California corporation that has provided construction management,geotechnical engineering, materials testing,and construction inspection services since 1962.With nearly 450 dedicated engineers, geologists,inspectors,and certified technicians,we have built a strong reputation for technical excellence and responsive service throughout the state. Our clients include cities,counties,water districts,transportation agencies,councils of government,and state entities such as Caltrans.We understand the specific challenges faced by public agencies and have developed efficient,proactive systems that ensure timely,accurate service delivery. RMA recognizes that the City is seeking qualified firms to provide on-call construction management and inspection services for a wide range of public infrastructure and facility improvement projects.We are fully prepared to support the City throughout the anticipated contract term,providing experienced professionals who understand the complexities and time-sensitive demands of municipal capital projects. Our proposed team includes Construction Managers,Public Works Inspectors, FacilityInspectors, p p g , p p , and a dedicated Project Scheduler,each assigned specific responsibilities to ensure full coverage of the City's needs.All services will be performed in strict accordance with the Ciity's standards and project documentation. Consistent with the RFP requirements,all inspection personnel will be qualified and experienced in the relevant disciplines. RMA will submit names and resumes for City approval prior to the start of work and will ensure that staffing remains consistent and responsive throughout the duration of the contract. 5. Design-Build Project Experience RMA has extensive experience supporting DB and PDB project delivery for a range of public agency clients. Our team has served as the construction management and quality assurance consultant on multiple DB projects for local governments and public utilities,including facility upgrades,pump stations,and transportation infrastructure. In these roles, RMA provided early-phase constructability reviews,materials testing,and inspection services,while coordinating closely with both design teams and contractors to identify potential conflicts and maintain project momentum.Our responsibilities included tracking submittals, verifying compliance with evolving design packages,and ensuring adherence to schedule and quality standards throughout design and construction phases. 7 Service Category One key lesson learned is the importance of establishing strong communication protocols early to support the fluid,collaborative nature of PDB delivery.Our familiarity with alternative delivery structures allows us to anticipate project needs,facilitate coordination,and help the owner maintain control over quality and risk while accelerating project timelines. Our personnel resumes as well as their pertinent certifications can be found at the end of our proposal in the Appendix Section per the RFP's instructions. 8 Service Category �A. t� Preferred Staffing ro``, G{7 4�� , tQ i1'C.,` . . 4Qf1. \BOUNTY CP;f Quality Assurance/Quality Control Manager Principal-in-Charge Joe Bouknight,PE Construction Manager/ g Single Point of Contact Slawek Dymerski,PE,GE* Johnny Rodriguez,PE, PMP Project Manager Kameron Alvarado Subconsultants Field Operations Manager Capo Projects Group Ray Roblero Pacifica Services Public Works Inspectors Facility Inspectors Project Scheduler Construction Support Labor Compliance Tyler Witte Benjamin Gutierrez Denny Kong Adam Trimm 1 Aaron Trimm Larry Ginid Mike Gracia Kristin Fikel Jason Gardiner Scott Morse Raul Salazar Edith Bolanos Christopher Patmore Benjamin Guttierez Robert Burford Trevor Kroesch Joshua Cornejo Sam Abayan Robert Hogan Richard Abrantes Carlo Pascucci Douglas Mangandi Michael O'Laughlin John M.Thomason Edwin Carrillo Jerry Leyba Jerry Chisholm Alex Main Michael Maglione 9 Service Category Understanding and Methodology 4 a" `, RMA understands that the City is seeking a trusted partner to deliver reliable,high-quality construction management,inspection,and materials testing services on an on-call basis to support a wide range of capital improvement projects outlined in the City's 2024/2025 Capital Improvement Program(CIP).These efforts include roadway rehabilitation,utility upgrades,public facility renovations,and new vertical construction,each requiring disciplined oversight,technical precision,and schedule sensitivity. Our objective is to support the City in delivering these projects efficiently and cost-effectively while maintaining the highest standards of quality,safety,and compliance.We recognize the City's emphasis on proactive coordination,responsive service,and clear communication,especially when dealing with the public and multiple stakeholders.To meet these goals,RMA brings a structured,yet flexible approach to project delivery that emphasizes early engagement,accountability,and real-time information sharing. Our team will utilize innovative tools such as field-based digital reporting,mobile testing coordination,and project tracking systems to streamline communication with City staff,contractors,and design teams.For inspection and materials testing,our proximity to the City allows us to provide rapid turnaround on test results, supporting timely decision-making and minimizing construction delays.We also integrate quality control and risk management into every phase of our work,helping to identify potential issues early and implement corrective actions before they escalate Client satisfaction is a priority embedded into our project delivery framework.Each project will be led by an experienced construction manager who serves as a single point of contact,backed by inspectors, facility specialists,and schedulers with proven municipal expertise.Regular progress meetings,detailed documentation,and issue tracking will ensure that the City remains informed and in control throughout the life of each task order.We are committed to continuous improvement and will conduct performance reviews and feedback sessions to adapt to the City's evolving needs and maintain a high level of service throughout the contract term. 10 Service Category �7 The approach outlined in the following is employed on all of our construction inspection and construction management projects.With our continuous efforts to create efficient and cost-effective internal management processes,this approach has successfully been used and valued by our clients,many of whom we continue to provide services for in repeat business. After the award of the project,we conduct an in-depth study of the most up-to-date project plans, specifications,construction schedule,and Authority-Having-Jurisdiction(AHJ)requirements to determine the specific project/assignment needs.A cost estimate is then prepared and includes a detailed cost breakdown for each item of work and an estimate of turnaround times for reports and inspections.The estimate breakdown includes a price for each item of work that will be entered into our project management(LIMS)TM software to track each line item as the project progresses.This allows us to proactively address potential budget overruns before they actually happen. Once we receive authorization to proceed with work,we begin customizing our project-specific approach by communicating with the construction project team.Our project manager and key staff will gather information from the project team to confirm requirements and address concerns,particularly in regards to deadlines, budget,and safety.We understand the need to deliver our services on time and the cost of project standby, therefore,we will dedicate a main point of contact that will manage our 24 hours emergency service line and we can respond to your requests within 12-24 hours. Priority will be given to the City projects.Our customized approach and early team integration has been successful and highly regarded by our clients. Work Plans Establishing Work Scopes&Cost Estimates Each project will require an individual task order proposal for construction inspection and related services;this will be created by our project manager.This proposal will consist of a scope of work,summary of deliverables, and a cost estimate or not-to-exceed amount.Our scope of work will include summaries for all types of work we expect to encounter on the project and what frequencies we anticipate to conduct our services. We will use our extensive experience to produce a cost estimate that accurately reflects the needs of the project.Our team thoroughly reviews project plans and specifications to identify everything that we anticipate will be required on the project.A more thorough review will allow for a cost proposal that is more accurate and 11 Service Category is not missing any of our services,meaning there will be less likelihood of having change orders that could cause delays in the work.Our cost estimate will specify prices for each scope of work and all of the rates used in preparation of the estimate will be taken directly from the master agreement contract between RMA and the City. The cost estimate breakdown will include a price for each item of work that will be directly entered into our project management software so we can track each line item as the project progresses.This allows us to proactively address potential budget overruns before they actually happen.Should a change in scope and/ or design occur,our project manager or construction manager will coordinate with the City's authorized representatives to ensure we address the budget and additional project needs. Implementing Staff After the City has reviewed and approved the task order proposal,we will set the contract up in our project management software as a new project and key team members will be notified.The City will communicate service requests directly to our project manager.The RMA team will review the request and decide which RMA team member or partner is best suited for the work and for the project,and whose personality will be most likely to compliment the other project team members.We will submit resumes for the City to review and approve before we staff any project. Our field inspectors and representatives are equipped with company iPads,each iPad has the RMA proprietary app that allows our field team to be connected with our office and dispatch team.The RMA app also allows inspectors to stay connected with the approved project documents and RFIs;this will allow our field team to proactively inspect the work in the field.At the end of each shift,our field team is able to distribute their daily field reports to the project team. Our project manager and construction managers are actively involved with supporting our field team and supporting the operational needs of our projects. In the event that the City or project team is even remotely unsatisfied with the performance or behavior of an RMA team member or our partner,our project manager will proactively remove that team member from further City projects and will coach that team member to help build them up.Our project manager will have a discussion with the project team on who will be best suited to replace the individual and how we can identify the specific problem and implement practices to avoid similar problems in the future.We will also submit resumes of proposed replacements for the City to review and approve before any changes are made on projects. 12 Service Category The field team assigned to your projects will be entered into the field schedule of our Laboratory Information Management System(LIMS)T"software.The software will automatically send a pre-formatted daily inspection report to that team member's iPad,our team members are also notified by phone call of their reporting instructions.Typically,the field team will also communicate with the Project Manager to review project-specific requirements and expectations. Document Control In the event that personnel are scheduled for work that was not included in the original task order proposal,our proprietary software will send an i' Vitt automatic email notice to the project manager and key team members. Apt This instant notification allows for rapid communication between RMA and the City authorized representative to guarantee that any work outside the original scope will be agreed upon before it happens. It is a proactive approach to project management that allows us to discuss and resolve extra work or change order issues before they become a problem. RMA field personnel will arrive onsite with their daily report,code references, internet access,equipment and safety gear,and instructions from the : ;-: project team.Field personnel work will vary drastically depending on the type of project,but they will always fill out their daily report after the work is complete and have it signed by an authorized representative onsite. Daily reports will be distributed to the project team,City authorized representatives,and to the RMA office.RMA office personnel will review the daily report for quality control purposes and will log them into our proprietary software where it can be instantaneously recalled by any team members,any time. Ongoing Management Our management team performs supervision and coordination of all services.Our administrative staff assists in maintaining a high level of quality assurance in preparation of reports,presentation of test results and observations.Should this project be underway,RMA has methods and personnel in place to retain product work quality and project schedules should a key staff member be lost for this contract.Some of these methods include meetings,constant project documentation and tracking,and updates.Our in-house project correspondences are in-depth. If need be,new personnel whom are unfamiliar with the project are able to read the documentation and in a matter of minutes be up to speed on where the project is at. 13 Service Category Project Close-Out Upon project completion,RMA will provide the City with closeout documents.Our team will be able to recall all daily inspection reports and all laboratory test results using our LIMST"software.This allows for easy access to information and inspection summaries.Our inspection summaries for the entire project can be put together efficiently. If there are any outstanding issues as the project comes to a close,RMA staff will be able to very quickly reproduce any relevant reports or laboratory test results using LIMSTM,reducing delays that otherwise might result from having to track down physical files. Staffing and Resource Management Plan Since our daily operations are customer service focused,we have an excellent reputation for responding to urgent and last-minute requests.All involved in a construction process would prefer to follow a set schedule of work;however,anybody who has been involved in a construction process knows that rarely occurs. Therefore,we fully expect that urgent or last-minute requests from the project team will occur and we are prepared to accommodate those requests.All of our staff,from the construction manager through our project scheduler and construction inspection staff are fully dedicated to accommodating such requests to eliminate any potentially negative impacts to the project schedule or cost. Additionally,our team members are provided company vehicles so travel is never an issue.Even out of state inspections may be performed easily by our staff or one of our associates located at the out-of- state locations. Availability of Staff RMA has successfully implemented construction inspections and related service programs for cities and counties throughout California for 63 years.We have worked on a wide range of projects ranging from one- day emergency repairs to five-year-long,$1 billion new highway projects.Through this experience,we have gained a thorough working knowledge of local,State,and Federal requirements of various project types and their relationship to the source of project funding. We have successfully completed over 2,000 state and local improvement projects constructed under the guidelines of the State of California Local Programs Assistance Manual with oversight and audit by the FHWA.This experience has provided lessons learned from staffing,testing frequencies,through project documentation and closeout.The experience that our staff of engineers,inspectors,and technicians has gained on these projects will allow them to work fluently on multiple projects using varying specifications and execute our services in line with the appropriate governing requirements. 14 Service Category Innovative Approaches RMA uses cutting-edge technology to advance and simplify the execution of our work.We are early adopters of modem technologies and as such we have embraced the paper-free digital reporting of inspection activities wholeheartedly.We regularly use online apps in the field at the request of our clients and can easily adapt our methods to the client's preferred application or program. We have developed a proprietary Testing and Inspection Management System(TIMS)T""application for budget validation,robust digital reports,and assured project closeout This software is an essential part of RMA's proactive project approach and strategy for successfully executing inspection and testing services. Budget Validation To provide real-time budget validation we developed a budget based on The benefits to your the review of the plans,specifications,and construction schedule.After project team are: our team has completed an initial review of the plans and specifications, • All Tasks Validated we request an initial scoping/project kick-off meeting with the project and Before They are construction team.The detailed scope of work,workforce estimate taken Performed from our initial review of the project plans and specification,and any special • Always in Scope requirements identified in the initial scoping meeting will be used to develop • Project Manager Real-Time E-mail a final project budget that clearly reflects all of the project requirements. Notifications Once the detailed project budget has been developed,it will be entered into • Proactive and our TIMST"application which is utilized to dispatch our inspectors,schedule Forward-Looking laboratory tests and manage inspection and testing activities. Budget Management Robust Digital Reports Each inspector will carry an iPad to proactively provide inspection reports electronically via email and with 24-hour accessibility through a web-based portal/FTP site.All inspection reports will be completed through the user-friendly TIMST"interface with specific checklists and required fields appropriate to the type of inspection being performed. The inspection reports will include digital photographic documentation of the field conditions as well as a narrative describing each day's activity.As field personnel submit each report,the electronic record is e-mailed to a pre- determined distribution list and immediately uploaded and available through our secure web portal.Before the completed inspection reports are submitted,the application validates required fields to ensure that the reports are complete.Once submitted,the completed inspection reports are then automatically uploaded and available on our web-based file system. 15 IL. 1 0 Rate Sheet ,. .. i re el . .. .._ .• 1 i 14Y/ill'11 ' 1 ' li'lii 1111111111 P ' I �a j�. Y,,�. ......... .. ..,...ac:'.......-.^.'"'.... - __ µ. A. %.^ap .. r '7r�' �r q5 Rate Sheet RMA as well as our subconsultants, Pacifica Services,and Capo Projects Group,have submitted a detailed hourly rate sheet concurrently with this proposal per the RFP's instructions. 17 „ -..,.. :. ) Appendix • • _ ....,. .. .... . . ...•._ 4 .. .. . rri 4), , X .. r. r- r•—•-•_r , .. ., , e , 76 .-.. .„ • ” 'I • . 4 • -- ... • • - • - , ...• IRA • •4 • - , - . . . - . . I , V• . .. !. -. i • 6 6 . . • •. .. " . f . , Ili 1111111111! fl 1 I i ill I "111111 '.1 1 1 411 111;111: ', ' ! 0 .-. 1 Nalik. . ...-- ammo-• , `• • ' ' .....,....,........ .., ...,. , • . , ....... —",, . Ti -,„ •„. .% .. . .... - ,... ._ t'l ' _ __, n -'.2%.1.ou,-...,,,,, : „,,.....-•".- - • . --• .....-- . ..—. ..•••• . ,...- .6_ 4•• .-44.- 4 • . . .. 4 4.. . . 'T-4e4.4'. '• • --:'''':4.' '..s '.... . '`.:,..... , Slawek Dymerski, PE, GE ,.. Principal-in-Charge Slawek possesses over 30 years of engineering experience,including over 20 years in project management. He has extensive expertise in all aspects of field exploration and data analysis for diverse projects, including pavement evaluation,construction inspection,geotechnical Years of Experience exploration,and design. His work involves conducting materials 31 Years testing on asphalt concrete,Portland cement concrete,masonry,soils, Education aggregates,and steel,in compliance with Title 24,DSA,Caltrans,ASTM, BS, Civil Engineering, and AASHTO standards. California State Polytechnic University- Slawek's experience spans the full lifecycle of geotechnical services, Pomona, Summa Cum from initial planning and site investigation to laboratory testing,data Laude analysis,and report preparation. He has a strong understanding of Registrations Title 24 requirements and deliverables and has successfully managed CA, Civil Engineer, projects with a wide range of geologic conditions and constraints. No. 49969 Throughout his career,he has demonstrated a proven ability in CA, Geotechnical scheduling,budgeting,and managing complex assignments efficiently Engineer, No. 2362 and effectively. Relevant Experience County of San Bernardino On-Call Services,San Bernardino Slawek serves as Principal-in-Charge for the County of San Bernardino On-Call contract,where RMA provides on-demand geotechnical and geological services for road paving projects over a three-year term. Under this contract,we offer a range of services,including quality control investigations and standard geotechnical support for road paving initiatives.These services are designed to ensure the successful execution of County projects,meeting both technical and regulatory requirements. City of Moreno Valley On-Call Services,Moreno Valley Slawek serves as Principal-in-Charge for the City of Moreno Valley On-Call contract,which RMA has held since 2015. Under this contract,we provide a range of as-needed services,including geotechnical engineering,stormwater monitoring,materials testing,and special inspections. City of Ontario Pavement Rehabilitation Project,Ontario Slawek serves as Principal-in-Charge for the City of Ontario contract.The scope of work currently being carried out under this contract includes pavement grinding,removal of asphalt concrete,and the replacement of existing P.C.C.curbs and gutters,as well as the repair of local depressions,sidewalks,and driveway approach spandrels.Additional tasks encompass the installation of base pavement,asphalt level courses,Type A pavement,and ARHM overlays,as well as adjustments to water valves,manhole rings, and covers.The contract also involves the removal,replacement,and adjustment of IEUA manhole covers and rings,the installation of truncated domes and monument wells, replacement of irrigation systems, installation of video detection systems,and other necessary improvements as outlined in the City's Plans and Standard Specifications. 19 Johnny Rodriguez, PE, PMP Construction Manager 4 Johnny excels in providing technical support and reviewing project correspondence and field reports to ensure compliance with project plans and specifications,including the Standard Specifications for LAr Public Works Construction(SSPWC),Caltrans,the California Building Years of Experience Code(CBC/Title 24),and the Uniform Building Code (UBC). He is 9 Years actively involved in projects throughout the entire construction cycle, Education from initial project review and bid estimation to project closeout and BS, Civil Engineering, payment negotiations.Johnny's project experience includes the California Baptist construction of masonry sound walls,steel-reinforced concrete,airport University and highway paving,and more. He also provides supervision and Registrations support to lab technicians,field technicians,and project managers. CA, Civil Engineer, No. With a strong background in quality assurance,Johnny has contributed 93236 to projects involving grade separations,highways,hospitals,universities, PMP No. 3360838 and public infrastructure. USACE Construction Quality Relevant Experience County of San Bernardino On-Call,San Bernardino Management for Johnny plays a key role in supporting the project manager and Contractors: engineering staff on various projects under RMA's on-call contract with SPL20201106-20 the County of San Bernardino. His responsibilities include providing Inertial Profiler quality control and investigative services,as well as typical geotechnical Operator: CTIP294 support for road paving projects.These services encompass pavement reconstruction,maintenance resurfacing,and the paving of dirt roads.Additionally,Johnny is involved in conducting geology investigations for road stability,performing ground penetrating radar(GPR) surveys with reports for depth analysis of subgrade layers,pavement layers,and utilities,as well as collecting core data and soil samples. City of Santa Ana On-Call Material Testing and Inspection Services,Santa Ana Johnny served as Project Manager for the City of Santa Ana on-call contract.The City of Santa Ana selected RMA to serve as their materials testing and inspection consultant on an as-needed basis.Our original contract in 2018 was renewed in 2020 and supports projects such as street pavement,traffic signals, underground utilities,buildings,bridges,and park facility improvements. RMA's scope of services included but are not limited to providing testing and inspection services for construction activities involving grading, soils,base material,concrete,masonry,asphalt concrete,structural steel,reinforcing steel,and other quality assurance services as needed. City of Moreno Valley On-Call Services, Moreno Valley Johnny serves as Project Manager for the City of Moreno Valley on-call contract. RMA has been contracted since 2015 for as-needed geotechnical,storm water monitoring,materials testing,and special inspection services. 1 Kameron Alvarado 3 3a Project Manager t fia fi ^.A Kameron brings a decade of experience in the testing and 1 inspection industry, with expertise in project management and coordination. Her experience spans a diverse range of projects, L, from pavement rehabilitation, single-story, single-use facilities to Years of Experience multi-level, mixed-use complexes and campuses. Kameron has 10 Years successfully managed numerous structural projects, overseeing Education testing and special inspections, as well as project management BS, Business for medical office buildings and mixed-use sites. She is adept at Management, California managing multiple projects simultaneously, consistently delivering Baptist University them on time and within budget. Relevant Experience City of Pomona,Geotechnical & Material Testing Services for Street Preservation Citywide,Pomona Kameron supported this citywide street preservation project,overseeing all field inspection and materials testing services to support pavement rehabilitation efforts across multiple locations in Pomona. Her responsibilities included coordinating daily testing operations,managing field crews,and ensuring compliance with City and Caltrans standards. Kameron worked closely with City staff,contractors,and laboratory personnel to schedule field sampling, review test results,and address any non-conformance issues. Under her leadership,the team performed compaction testing,asphalt and concrete sampling, and geotechnical observation to verify subgrade conditions and material performance. Kameron's proactive communication and quality-focused oversight contributed to the timely and compliant delivery of the project's testing scope. UCLA Materials Testing and Inspection Services On-Call,Los Angeles Kameron managed RMA's materials testing and inspection services for UCLA Capital Programs. Her role involved overseeing a variety of projects,from new construction to renovation,for both on-campus and off- campus UCLA facilities. Kameron ensured RMA's services,including concrete and structural steel testing, and special inspections,were completed efficiently,supporting projects such as the Geffen Academy and Margan Apartment Redevelopment. Fontana Medical Center Campus Wide Modernizations, Fontana Kameron managed RMA's materials testing and inspection services for the extensive modernization of the Kaiser Fontana Medical Center campus. Her role included overseeing steel inspections,geotechnical testing,and fireproofing inspections for various upgrades,including the new hospital tower and oncology expansion. Kameron's expertise contributed to the seamless progression of critical modernization efforts. Chino Hills Regional Testing Laboratory,Chino Hills Kameron oversaw RMA's involvement in the conversion of an existing building into the Kaiser Permanente Southern California Regional Reference Laboratory. She coordinated testing for concrete,structural steel, fireproofing,and special inspections,ensuring the laboratory met rigorous safety and quality standards. Kameron's leadership helped ensure the facility's successful conversion into a state-of-the-art medical Ray Roblero Field Operations Manager Ray has more than 19 years of experience in the construction industry and nearly a decade of experience as an Operations/QC Manager. He also has firsthand experience as a Field Technician and Deputy Inspector. Ray is responsible for managing the operations department Years of Experience and field personnel to provide quality customer service.His duties 19 Years include monitoring projects to ensure adequate inspection and testing Education /Licenses/ personnel are provided,materials are sampled as required for quantity, Registrations and provides oversight and assurances of integrity of field personnel Construction and quality control procedures. He also makes onsite visits to guarantee Technology the adherence to industry standards and proper operating procedures Certification, Riverside by field personnel. Community College AWS / CWI Relevant Experience ICC Concrete County of San Bernardino On-Call,San Bernardino Ray serves as the Field Operations Manager for RMA's on-call contract ICC California Commercial Building with the County of San Bernardino. He oversees testing and inspection activities,ensuring all staff are qualified and properly equipped. He ICC Spray-Applied manages field testing,conducts geology investigations for road stability, Fireproofing performs GPR surveys,and collects core data and soil samples.Ray ICC Reinforced ensures compliance with testing frequencies,maintains documentation, Concrete and conducts regular training to align the team with project plans, ICC Structural Steel and specifications,and safety protocols. Bolting ICC Structural Welding Harbor UCLA Medical Center On-Call,Los Angeles ICC Structural Masonry Ray serves as Field Operations Manager for RMA's materials testing and inspection services at Harbor-UCLA Medical Center under a$3 Master of Special million contract. He oversees more than a dozen facility improvement Inspection projects,including the construction of a new seven-story parking ACI Concrete Field - structure and renovations at the Children's International Institute. Ray's Technician leadership ensures that all field operations and testing services adhered Grade I to stringent quality control standards,playing a pivotal role in the Caltrans: 504, 518, 521, successful execution of these medical infrastructure projects. 523, 539, 540, 543, and 556 County of Los Angeles Construction Inspection& Related Services Contract and the County of Los Angeles Building Inspection Contracts,Los Angeles Ray served as Project Manager for the Construction Inspection and Related Services contract and the Countyof Los Angeles BuildingInspection contracts. He coordinated inspection activities and ensured that g P P any staff sent to a project site were properly certified and experienced to perform the inspections that have been requested,and that they were properly equipped. 7. Jerry Leyba Public Works Inspector Years of Experience 20+Years Jerry brings over 20 years of progressive experience in construction Certifications/Regis- inspection,with a specialized focus on traffic signal systems and related trations electrical infrastructure. He has served as a Traffic Signal Inspector on a ICC Reinforced variety of highway and street improvement projects,where he oversaw Concrete the installation,alignment,and testing of traffic signal poles,mast arms, ACI Concrete Field controller cabinets,conduit systems,and detection loops. His work Testing Technician - ensured compliance with Caltrans Standard Plans and Specifications, Grade I local agency requirements,and applicable electrical codes. Nuclear Gauge In addition to his traffic signal inspection expertise,Jerry has extensive Operation and experience performing materials sampling,laboratory analysis,and Radiation Safety field testing in accordance with Caltrans and ASTM procedures for Caltrans TL-0111 soils,aggregates,hot mix asphalt,and Portland cement concrete. His Certificate of background includes quality control and quality assurance(QC/QA)on Proficiency;105,125, Caltrans paving projects,where he also served as a batch plant and 2 202,2 3 , 30, 226,227, 231,308 309, street paving inspector. His well-rounded technical knowledge and in- 370, 382, 504, 518, 523, depth understanding of construction practices make him a key asset in 524, 533,539, 540, 556, ensuring traffic signal infrastructure is installed safely,accurately,and in 557 full compliance with project specifications. Relevant Experience Crenshaw/LAX Transit Corridor,Los Angeles As a special inspector on this high-profile light rail project,Jerry was responsible for inspection across multiple disciplines,including structural concrete,waterproofing,and excavation support. His scope also included monitoring traffic signal and street lighting installations,ensuring integration with existing infrastructure and conformance with Los Angeles Department of Transportation (LADOT)standards. State Route 30—Segment 9,San Bernardino County Jerry performed daily inspection activities for highway construction on a new freeway segment,ensuring compliance with project plans,contract documents,and Caltrans specifications. His responsibilities included inspection of traffic signal infrastructure,verification of field data and materials,and documentation of all work to ensure quality standards were met. Runway 16R Rehabilitation,Van Nuys Jerry supported the major runway rehabilitation project at Van Nuys Airport by inspecting placement of slurry seal,observing concrete placement operations,fabricating concrete cylinders for compressive strength testing,and conducting compaction testing during hot-mix asphalt(HMA)installation to confirm FAA compliance. Samuel Abayan Public Works Inspector Years of Experience 20+ Years Samuel is a dedicated and detail-oriented Traffic Signal Inspector with Education over 20 years of combined local and international experience in heavy BS, Civil Engineering, construction projects. His career has been marked by a strong focus on Technology Institute of traffic signal systems inspection,quality assurance/quality control (QA/ the Philippines QC),and field testing,particularly for infrastructure and industrial plant 1998 - US Equivalency developments.Samuel's expertise includes ensuring proper installation, Report: IERF# S06-1517/ alignment,operation,and compliance of traffic control devices and tw- IERF Inc. Credential signal systems with municipal and state standards. Evaluation Services, He holds multiple industry-recognized certifications,including NACE Culver City, CA Coating Inspector Level I and II,ICC certifications in Reinforced Concrete, Certifications Structural Masonry,Steel and Bolting,Soils,as well as ACI Field ICC Soils Technician Grade I.These credentials support his technical authority in ICC Structural Masonry both structural inspection and traffic signal compliance. ICC Reinforced Concrete Relevant Experience ACI Concrete Field Crenshaw/LAX Transit Corridor,Los Angeles Testing Technician As Construction Inspector for the Crenshaw/LAX Transit Corridor Grade I project,Samuel attended pre-construction meetings,reviewed project plans and specfications,conducted comprehensive field inspections and laboratory testing to verify compliance with applicable standards and regulations,and maintained detailed project documentation. His work ensured quality control and adherence to project requirements throughout the construction phase. 1-805 HOV/BRT Design-Build Project—Caltrans District 11 Samuel served as a Special Inspector on the 1-805 HOV/BRT design-build project,a major infrastructure improvement in Caltrans District 11. In this role,he was responsible for overseeing daily construction activities to ensure compliance with Caltrans standards,contract specifications,and project design documents. His duties included field inspection of structural concrete,asphalt paving,grading,drainage systems,and traffic control elements,as well as coordinating with contractors,engineers,and third-party stakeholders. Samuel played a key role in documenting work progress,identifying non-conforming issues,and verifying corrective actions. His familiarity with design-build delivery and Caltrans procedures contributed to the efficient execution and successful delivery of this high-profile regional transportation project. Mid-Coast Corridor Transit Project,San Diego Samuel served as a Special Inspector on the Mid-Coast Corridor Transit Project,a major regional transportation initiative in San Diego.Given the scale and complexity of the project,his role required detailed familiarity with specifications,diligent coordination,and consistent quality control to ensure compliance across all phases of construction. 1 Doug Mangandi Public Works Inspector Years of Experience 20+Years Doug is a dedicated construction inspector with over 10 years of Certifications/ experience across diverse projects. He has expertise in inspection, Registrations testing,and documentation in compliance with ICC,ASTM,AASHTO, ICC Reinforced Ca!trans,and Greenbook standards. Doug is skilled in roadway and utility Concrete construction,AC/PCC paving,and structural concrete and masonry ICC Structural Masonry work. He's comfortable in heavy construction,deep foundation,and ICC Soils underground environments,and has a strong command of construction tools,material testing procedures,and project computations.Throughout Nuclear Gauge his career,he has steadily taken on greater responsibilities and Certification leadership roles. Relevant Experience County of San Bernardino On-Call Services,San Bernardino Doug serves as a Special Inspector/Technician for the County of San Bernardino under an on-call contract. RMA provides on-call geotechnical and geological services for road paving projects. Under this contract, RMA's services to the County include quality control investigative work for County projects and standard geotechnical services for road paving. Crenshaw/LAX Transit Corridor,Los Angeles As Construction Inspector for the Crenshaw/LAX Transit Corridor project,Doug attended pre-construction meetings,reviewed project plans and specifications,conducted comprehensive field inspections and laboratory testing to verify compliance with applicable standards and regulations,and maintained detailed project documentation. His work ensured quality control and adherence to project requirements throughout the construction phase. County Department of Public Works On-Call Services,Los Angeles Doug serves as a Special Inspector under the County Department of Public Works'On-Call Geotechnical Services and Materials Testing contract,as well as the County's Building Inspection contract.These contracts cover a broad range of horizontal and vertical infrastructure projects across the region. In this role,Doug performs field inspections and materials testing on key construction elements including soils, concrete, asphalt,masonry,structural steel,and traffic signal systems. His responsibilities often involve inspecting traffic signal foundations,conduit placement,pull boxes,and electrical components to ensure compliance with County standards and Caltrans specifications. Doug also verifies alignment with approved plans,identifies non-conforming work,coordinates retesting or corrective actions as needed,and prepares detailed inspection reports. His deep understanding of County procedures and his expertise in both general materials testing and signal inspection make him a dependable and efficient asset in supporting public works and capital improvement efforts throughout Los Angeles County. Benjamin Gutierrez Public Works Inspector Years of Experience 16+ Years Benjamin brings over 15 years of experience in inspection,quality Certifications control, and laboratory testing. He has served as a field supervisor on ICC Structural Masonry large-scale construction projects across heavy civil and commercial ICC Reinforced Concrete sectors,managing up to ten QC inspectors on complex paving, structural,and public works assignments. His leadership has ensured ICC Post-Tension consistent quality assurance and regulatory compliance on a wide ICC Structural Steel/ range of infrastructure projects. Welding/Bolting Relevant Experience ICC Fireproofing AWS Certified Welding Regional Connector Transit Project,Los Angeles Inspector Benjamin served as the Lead Quality Control Inspector for the Regional ACI Field Technician- Connector Transit Project in Downtown Los Angeles. RMA was Grade 1 responsible for the daily supervision,coordination,and quality control management of all inspection and testing activities on the project. Certified Nuclear Gauge Operator Benny provided quality oversight during all stages of construction, including grading,reinforced concrete placement,embedded anchorage systems,stray-current cathodic protection,and structural steel support installations. His oversight also extended to specialized systems such as aluminum curtain wall glazing,post-tension concrete,waterproofing,grouting,cable railing,and HDPE lining,as well as architectural, HVAC/plumbing,electrical,communications,and train control systems. County Department of Public Works On-Call Services,Los Angeles Benjamin serves as Special Inspector for the Geotechnical Services and Materials Testing contract and the County Building Inspection contract.This on-call encompasses Geotechnical services including investigations for such projects as pavement studies/analyses for various road projects and soils engineering/geotechnical investigations for vertical structures. Expo Line LRT Phase 2,Culver City Benjamin provided lead quality control inspection services for the Expo Line Light Rail Transit(LRT) Phase 2 Project,a 6.6-mile extension that includes five at-grade stations,two aerial stations,and seven bridges. He coordinated daily inspection and testing activities across the project site,ensuring all work met applicable specifications and quality standards. His responsibilities included oversight of structural steel welding inspections,concrete placements,earthwork operations,rebar installation,plumbing,and electrical system inspections. Benny also supervised and trained the field inspection team,which included lead inspectors and technicians,and managed their daily schedules and assignments. He reviewed construction submittals, daily inspection reports,and work plans,while also coordinating day-to-day field activities and monitoring subcontractor performance. In addition to his field responsibilities,Benny supported the quality control manager with administrative functions,contributing to the smooth execution of inspection operations and helping maintain compliance with project specifications and agency requirements. Denny Kong Facility Inspector Years of Experience 11 Years Denny brings over 11 years of experience as a Special Inspector,with Certifications expertise spanning a wide range of sectors,including high-rise and CCDB Approved wood frame construction,OSHPD and DSA projects,public works, City of LA Certified concrete tilt-up buildings,water and sewer projects,and fabrication shops. He is a fully certified MEP inspector,holding current ICC County of LA Certified certifications in mechanical,electrical,and plumbing systems. Denny AWS /CWI Inspector possesses a comprehensive understanding of the methods,materials, ICC CA Commercial and techniques used in electrical/IT trade,plumbing,heating,air Building conditioning,and plumbing installations. His ability to identify violations ICC Mechanical and hazards in both new and existing installations enables him to take ICC Electrical a proactive approach during construction,preventing and mitigating ICC California Plumbing potential issues before they arise. ICC Reinforced Relevant Experience Concrete CitizenM Hotel,Los Angeles ICC Masonry Denny is currently overseeing inspections for the CitizenM Hotel project ICC Structural Steel & in Downtown Los Angeles.This$60 million,11-story mid-rise will feature Bolting 31 5guest rooms and is beingdeveloped in partnershipwith BLVD p ICC Welding Hospitality. His responsibilities include inspecting mechanical,electrical, ICC Fireproofing and plumbing systems,welding,reinforced concrete,spray-applied fireproofing,framing,and drywall. Denny ensures that all construction activities meet the highest standards of quality,safety,and code compliance. Sunset Parking Garage,Los Angeles Denny performed inspections on the Sunset Parking Garage project in Los Angeles. His scope of work included inspections of electrical,plumbing,and mechanical systems,along with prestressed and reinforced concrete,welding,framing,and drywall. He ensured that all construction was completed in accordance with project specifications and applicable codes. 888 Hope Street, Los Angeles Denny was responsible for inspections at 888 Hope Street,a$250 million high-rise residential development in Downtown Los Angeles.The project features 526 residential units,ground-floor retail,a penthouse clubhouse,and a 33,000-square-foot open-air amenity deck. His duties included inspecting mechanical, electrical,and plumbing systems,as well as prestressed concrete,reinforced concrete,welding,framing,and drywall—ensuring compliance with all quality and safety standards. Pasea Hotel and Spa,Huntington Beach On the$140 million Pasea Hotel and Spa project in Huntington Beach, Denny oversaw inspections for this eight-story development,which includes 250 guest rooms and extensive amenities. He was responsible for inspecting plumbing,electrical,and mechanical systems,along with prestressed and reinforced concrete. Jerry Chisholm Facility Inspector Years of Experience 25+ Years Jerry is a licensed electrician with over 25 years of diverse experience Education in building maintenance,electrical construction,and industrial facility Electrical Maintenance operations. His expertise spans both new construction and electrical Certification, Los maintenance within power refinery plants and large-scale infrastructure. Angeles Technical He has played a key role in constructing and installing electrical systems College in commercial,industrial,and residential projects,including service panel Licenses/Registra- installations,branch circuits,feeder and tap circuits,as well as machinery, tions raceways,lighting systems,and outlet installations. ICC/ICBO Certified In the energy sector,Jerry served as a plant and field engineer,where he Combination Inspector was responsible for the maintenance and upgrading of electrical motors, 10 Hour OSHA Seminar switchgear,and control systems within power plants and refineries. His - General Industry experience includes complete electrical system replacements during 40 Hour HAZWOPER planned facility shutdowns,requiring precise coordination and strict per 29 CFR 1910.120 adherence to safety and operational standards. Earlier in his career,Jerry gained hands-on experience in general construction trades including concrete fiatwork,foundation construction,roofing systems,and structural improvements. His well-rounded technical background,combined with his dedication to quality workmanship and safety compliance,makes him a valuable asset to any construction or industrial project team. Relevant Experience Navy Weapons,Seal Beach Jerry served as Electrical Inspector at the Navy Weapons Project,Seal Beach Missile Magazines. He was responsible for inspection of three new missile magazines,two new transformers,and all related electrical components. Duties included testing of grounding systems,ground rods,ohms,rebar continuity,and equipment calibration. Ensured all work was performed under ADA compliance. Crenshaw/LAX Corridor Light Rail Project,Los Angeles Served as Quality Control Electrical Inspector on the Crenshaw/LAX Corridor Light Rail Project.Oversaw inspections of underground stations,including auxiliary rooms housing switchgear, MCCs,transformers, lighting,fans,motors,conduit,cables,receptacles,and power drops.Also inspected mechanical rooms and trays for conduit and piping installed over rail lines in tunnels.All inspections followed ADA compliance standards. Whither City School District,Whittier Inspector of Record(IOR)for the Whittier City School District across four elementary schools. Inspected underground and above-ground electrical wiring and cable installations in classrooms,multi-purpose rooms, libraries,and administrative offices.Oversaw installations for Juno lighting,TVs,speakers,phones,IDF/MDF rooms,and telecommunications systems,all in accordance with ADA compliance. Aaron Trimm, PE, CCM Construction Support I Capo Projects Group Years of Experience 20 Years Aaron Trimm has over 18 years of construction,construction Education management,and scheduling experience on major water infrastructure B.S., Civil Engineer, projects. He is a licensed Professional Engineer in the State of California Boise State University and a Certified Construction Manager(CCM). He has strong technical Certifications background on large water infrastructure projects,including RCC Dams, Certified Construction large diameter pipelines,pump stations,flow control facility,and other Manager(CCM) 3017 Dam construction and rehabilitation projects. He has served as the lead OSHA 10 Hr. project scheduler and change manager for both Contractors and the Registrations Owner's representative.Aaron's areas of technical expertise include Professional Engineer in change order management,dispute resolution,estimating,scheduling, the State of California - comprehensive schedule reviews,preparation and review of time impact License C78604 analysis,delay assessment and determination of merit,schedule delay claims,and loss of efficiency&productivity claims. Relevant Experience San Vicente Dam Raise Project,San Diego Served as the Resident Engineer for the construction management team,overseeing all aspects of field inspection and quality assurance.Aaron coordinated daily with the Contractor and District staff,reviewed technical submittals and RFIs,monitored the Contractor's schedule,and ensured compliance with project specifications.The project scope included the replacement of an existing pump station,integration with the District's pipeline network,and the installation of an aeration system in Lake Jennings. Chet Harritt Pump Station and Lake Jennings Aeration System Project,San Diego As Senior Project Scheduler representing the Owner,Aaron supported both construction contracts by reviewing the Contractor's baseline schedule,analyzing monthly updates,and preparing forensic schedule analyses for all submitted time impact claims.The project involved over 600,000 CY of roller-compacted concrete placement,1.25 million CY of excavation,and the construction of a new outlet tower.Aaron also supported legal counsel during the global claims process and provided testimony during litigation,serving as one of the core team leads throughout the process. Morena Conveyance Pipeline-Middle and South Segments,San Diego Aaron served as the Senior Project Scheduler for the Prime Contractor,leading the development o.f the cost- and resource-loaded baseline CPM schedule.The project involved two parallel 10.5-mile pipelines:one for conveying wastewater to the North City purification facilities and the other for transporting brine byproduct to the Point Loma Wastewater Treatment Plant. He provided ongoing schedule support to maintain progress and contractual compliance. Adam Trimm :,$ Project Scheduler I Capo Projects Group Years of Experience 20+Years Adam Trimm has over 20 years of experience in construction Education management&project controls with a technical focus on project BS, Finance & scheduling,construction data integration,workflow process Economics, improvement,project software application development and business University of Oregon intelligence(BI)reporting.Adam has spent the last five years working to BS, Construction improve and solve many of the administrative challenges associated with & Engineering, delivering large scale projects and programs. Boise State University Relevant Experience Port of Los Angeles Pier B Improvements-Port of Los Angeles, Los Angeles Adam established and managed the scheduling and reporting environment for design vendors working on the Pier B Improvements. He implemented CPMaxis and Primavera P6 to consolidate cost and progress data,creating a single master schedule.This system supported real-time reporting,executive dashboards, and enhanced transparency throughout the design phase. Capital Improvement Program-Inland Empire Utilities Agency,Chino Serving as Program Controls Director,Adam developed and implemented the process for managing a large-scale capital improvement program. He used CPMaxis,SAAP,and Primavera P6 to integrate field planning,cost tracking,design milestones,and critical notes into a unified database. His approach facilitated automated visualization and informed weekly executive-level decision-making. LULEP Program-Los Angeles World Airports,Los Angeles Adam directed program controls for the successful delivery of 40 progressive design-build projects. Using CPMaxis and Primavera P6,he integrated field planning data into the master program schedule,ensuring alignment between execution and strategic goals across multiple stakeholders and contractors. Capital Improvement& Project Scheduling-Eastern Municipal Water District,Perris Adam delivered preconstruction and construction scheduling services for a two-phase wastewater treatment plant project. He developed a 4D macro-level schedule,coordinated the creation of 3D contract drawings,and combined both elements into a virtual simulation of the full build-out.This proactive approach improved planning accuracy and supported early resolution of constructability challenges. Alecia Espinoza, CCM Project/ Office Engineer I Capo Projects Group Years of Experience 9+ Years Alecia has 9+years of experience in overseeing and coordinating a Education wide range of Heavy Civil construction projects from start to finish, BS, Real Estate ranging in contract values of 50 million to 4.9 billion dollars. Proficient and Construction in Construction Engineering, Project Management,Cost,Schedule, Management, Process,Design Review and Claim Management for high profile large- University of Denver scale design-build and bid-build heavy civil and capital improvement Certifications projects.She has been exposed to a wide range of scope,covering Certified Construction various delivery methods and has hands-on knowledge of diverse work. Manager (CCM), Ranging from transportation, rail projects,utility improvements,bridge OSHA 30 Hour Certified work,grading,paving,site work and electrical and mechanical work. Alecia is adept at communicating and collaborating with contractors, owners and design professionals to maintain positive relationships and ensure project success. Relevant Experience Los Angeles Airport-Automated People Mover Project,Los Angeles Managed structural foundation and vertical construction activities at multiple stations.Oversaw subcontractors responsible for cast-in drilled hole installations across the entire project. Reviewed construction drawings and specifications to identify potential issues and ensure accurate implementation of design intent.Worked closely with design teams,inspectors,and regulatory agencies to ensure compliance with safety and quality standards. Maintained construction schedules,managed budgets,tracked documentation,and coordinated inspections and certifications to support production. LULEP-LAWA Utilities and LAMP Enabling Project,Los Angeles Directed document control and coordinated both pre-construction and construction phases.Led change order negotiations and managed project budgets and payment applications.Created phasing plans to support logistical and construction strategies.Supervised field coordination with superintendents,designers, inspectors,agencies,and subcontractors to ensure safety and high-quality work. Provided take-offs and assisted in estimating efforts. Cubic Corporation Projects,Various Locations Oversaw weekly maintenance and management of cost and resource-loaded schedules.Worked closely with project teams to align staffing and execution timelines. Facilitated regular coordination meetings to optimize resource utilization and ensure timely project delivery. Blythe System Integration Phase 1 &2-SoCal Gas,Blythe Served as scheduler responsible for the development and maintenance of detailed CPM schedules incorporating cost,labor,equipment,and quantities. Delivered weekly schedule updates,narratives,and earned value reports to support production tracking and performance analysis. Raul Salazar, EIT Construction Estimator I Capo Projects Group rziTr A construction professional with over twelve years experience in heavy civil infrastructure attained in construction scheduling,estimating and project management. Raul is resourceful,creative,and service- -49 oriented,offering a unique combination of construction experience, a, organizational and analytical skills with the ability to understand,build and maintain complex construction schedules. i F Relevant Experience JCSD Recycled Water Service Expansion Project,Jurupa Valley Led scheduling efforts for the construction management team,focusing on the analysis of contractor- prepared CPM schedule files.Oversaw schedule components related to the installation of a new pump station and several pipeline segments. Provided critical insights and ensured schedule integrity and compliance with project objectives. Various Projects-Chino Basin Desalter Authority,City of Imperial,City of Hesperia,Long Beach Water Department I Southern California Directed planning and development of CPM schedules across multiple public works projects,including pump stations,lift stations,and associated civil improvements.Responsibilities included schedule creation,monthly updates,narrative development,and impact analysis. Project scopes included removals, dewatering,underground utility work,mechanical piping,electrical upgrades,and site restoration. Webster Dam Spillway Chute Replacement,Kansas Led the rebaselining and ongoing maintenance of the project's cost-loaded CPM schedule. Provided monthly progress updates,detailed narratives,five-month schedule outlooks,and reporting.Supported the management team through all phases of the spillway reconstruction,which included access road regrading, concrete chute demolition,rock anchor and shotcrete installation,filter material placement,drainage improvements,and concrete construction. Glen Elder Dam Spillway Chute Replacement,Kansas Oversaw rebaselining and monthly maintenance of the CPM schedule. Delivered narratives,look-ahead planning,and schedule variance reports.Assisted in the development and review of Time Impact Analyses (TIAs). Project scope included demolition and reconstruction of spillway elements,including concrete chutes,drainage structures,shotcrete applications,rock anchors,and filter material installations. Big Dalton& San Dimas Dam Access Improvements Project,Los Angeles County Managed the planning and monthly maintenance of a cost-loaded CPM schedule for dam access and infrastructure upgrades. Produced progress narratives and reports.The project included bridge construction, heliport development,maintenance of hydraulic infrastructure,application of air-placed concrete,and installation of new security systems around both dam sites. Richard Abrantes Construction Manager I Pacifica Services Years of Experience 30+ Years Richard Abrantes has more than 30 years of experience in the Education construction industry,including a background in supervision,project BS, Civil Engineering, engineering,project management and construction. He has a proven The University of track record of successfully managing and providing technical and Mindanao, Davao City, engineering support on multiple projects simultaneously. He provides Philippines day-to-day management,including the overall management of Certifications engineering and construction duties with the design team and the OSHA 30-Hour subcontractors. He holds constructability and value engineering reviews American Society of during the design phase,schedule development throughout the project, Civil Engineers (ASCE) analysis of trade contractor bids,and development of written contracts. Certified Member of During construction,he provides budget and schedule management, Construction Institute leads estimating teams using detailed software-generated estimates, Certified Member of organized job walks,and preparation of on-site meetings. Transportation and Relevant Experience Development Institute Multiple Projects,Los Angeles County Department of Public Works (LACDPW),Los Angeles County Richard provided project management support on multiple projects,including a Central Plant Replacement and Laboratory remodeling at the LAC+USC Medical Center. He met with LACDPW to clarify specific requirements for each project and tracked project performance analyzing successful completion of short- and long-term goals. He ensured the projects met budgetary objectives and adjusted project constraints based on financial analysis. He also developed project plans. Remedial Action Plan Implementation for the El Monte Gateway—Parcel 3,El Monte This project encompassed site cleanup,remediation,and grading on this redevelopment site. Richard oversaw our quality assurance program and handled general inspections. He developed the quality assurance and control program with the project's contractor and provided oversight of the daily inspection process.Throughout the project's construction, Richard coordinated inspections and worked with our material testing partners to ensure that the construction adhered to contract requirements and building codes. Los Angeles River Headwater Bikeway,Los Angeles This revitalization of the Los Angeles River encompassed increased access,stormwater management, amenities,and recreational opportunities,including a continuous,paved bikeway along the entire length of the river. Richard worked on a section of the south bank,managing construction and ensuring the project remained in conformance with all contract documents. He collaborated with engineers,designers and other workers and assisted with the selection of subcontractors. He monitored the project,complying with safety and DOT codes and legal requirements. He provided project and budget reports,prepared budgets,cost estimates and work schedules. oX P Appendix Slawek Dymerski, PE, GE Licenses ICiC� BOARD LICENSE TYPE LICENSE NUNN. BUSINESS NAME FIRST NAME LAST NAME Cl`ice.G Professions Geoteshr 2764 i mess :r.'f�da,r L;�s[Pa, t AuwINL ID sL.�,�,1 4 RESULTS :SH�WiNG I1 DYMERSKI,SLAWOMIR WALDEMAR Ai kiLICENSE.NUMBER:2764 LICENSE TYPE:GEOTECHNICAL ENGINEER LICENSE STATUS:CLEAR 0 EXPIRATION DATE:SEPTEMBER 30.2026 ' SECONDARY STATUS:N:A CITY:SAN CLEMENTE STATE:CALIFORNIA COUNTY:ORANGE ZIP:92073 MO.w*ui 11.11111111101.111.111111111 e== BOARD LICENSE TYPE LICENSE NUMBER BUSINESS NAME FIRS TNAME LAST NAME 4 t.y o Profession, Civil Engi 63389 _t:ne r. x t r;:r;: ;I,.Ir V SWAN"U SI ANtU af„ 4 RESULTS ;SII LW,II DYMERSKI,SLAWOMIR WALDEMAR 0 LICENSE NUMBER:83389 LICENSE TYPE:CIVIL ENGINEER Ai A LICENSE STATUS:CLEAR 0 EXPIRATION DATE:SEPTEMBER 30 2026 SECONDARY STATUS:N/A CITY:SAN CLEMENTE STATE:CALIFORNIA COUNTY:ORANGE ZIP:92673 NOES MINIS Johnny Rodriguez, PE, PMP Licenses RODRIGUEZ,JOHNNY MICHAEL LICENSE NUMBER:93236 LICENSE TYPE:CIVIL ENGINEER g� LICENSE STATUS:CLEAR 0 EXPIRATION DATE:MARCH 91,.2026 R0. SECONDARY STATUS:N/A _.. .. CITY:ONTARIO STATE:CALIFORNIA COUNTY:SAN BERNARDINO ZIP:91761 NuunmlL linineNienini fi* Ps4.8,4A4 e TP rt „tea. h,• 1 Appendix Raymond Roblero Licenses Raymond A Roblero Raymond A Robierc Gen,No. Valid Epo Status Cert.Description Visual Acuity Eye Farm AC! Concrete Feld Testtna Tecnnictan- Grade Ifrom D.to Expires-Aprfl 12. 2029 151,1,11 tic, Nov Active Cesifiee Weld th ing Wi Cocrectionieolor Atlf; 2O1N Inspector(CiNli RiversIde. CA 92504-4623 United States ,•• Certified under this name City State Certificates Raymond Roblero Riverside CA Prestressed Concrete Special Inspector(expires 07/1 5/2027) California Commercial Building Inspector(expires 05/08/2026) Spray Applied Fire Proofing Special inspector(expires 05/08/2026) Structural Steel and Bolting Special Inspector(expires 07/15/2027) Structural Welding Special Inspector(expires 07/15/2027) Structural Masonry Special Inspector(expires 07/1 5/2027) Master of Special Inspection(expires 07/15/2027) CERTERRA MOO RMA GROUP • 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. 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. CERTERRA RMA GROUP CityHuntingtonof Beach Proposal for On-Call Construction Management, Materials Testing, and Inspection Services Cost File Certerra RMA Group 1210 E.223rd,Street,Suite 319 Carson,CA 90745 June 13,2025 Proposal No.00-251697-P CERTERRA Materially Better"' memelF RMA GROUP June 13, 2025 No. 00-251697-P City of Huntington Beach, Public Works Department 2000 Main Street Huntington Beach, CA 92648 RE: Proposal for On-Call Construction Management, Materials Testing,and Inspection Services Dear Reviewing Panel: Certerra RMA Group (RMA),formerly RMA Group, is pleased to submit our proposal to provide on-call construction management, materials testing, and inspection services for the City of Huntington Beach (City). With more than six decades of experience delivering high-quality geotechnical engineering, construction inspection, and materials testing services across Southern California, RMA is well- prepared to support the City in delivering its critical capital improvement projects. Our proposal was uploaded separately via PlanetBids in response to your request for proposals and our rate schedule is included on the following pages which represents our proposed personnel rates for our staff that would be assigned to this contract, as well as unit costs for laboratory materials testing. Our general conditions for minimum call out charges, overtime charges, and reimbursable expenses are also included. Each subconsultant rate sheet has also been included. As the President of the firm, I am duly authorized to bind Certerra RMA Group to all statements and representations made herein and represent the authenticity of the information as presented. Sincerely, Certerra RMA Group C>e"' k...J___AL,g : Slawek Dymerski, PE, GE I Principal-in-Charge / President 12 Rates CERTERRA RMA GROUP Staff Geologist-Field HR $200.00 Qualified SWPPP Practitioner QSP HR $220.00 Building Envelope Consultant HR $1.00 Personnel Charges-Field Staff Product Name Units Rate($) Soils Engineering Technician HR $160.00 Soils Technician Compaction Testing HR $155.00 Soils Technician Rough Grading HR $155.00 Public Works Inspector HR $180.00 Public Works Technician HR $155.00 Public Works Inspector-Asphalt Paving HR $140.00 Public Works Inspector-Asphalt Plant HR $155.00 Public Works Inspector-Concrete Paving HR $155.00 Public Works Inspector-Concrete Plant HR $155.00 Public Works Technician-Asphalt HR $155.00 Public Works Technician-Concrete HR $155.00 Laboratory Technician-Field Lab HR $140.00 Special Inspector(ICC) HR $155.00 Mechanical Inspector Night HR $170.00 Special Inspector Reinforced Concrete HR $155.00 Special Inspector Prestressed Concrete HR $155.00 SI Concrete Batch Plant HR $155.00 ACI Concrete Technician HR $155.00 Sample/Delivery Driver HR $150.00 Technician Material ID HR $155.00 Special Inspector Fire Proofing HR $155.00 Special Inspector Post Installed Anchors HR $155.00 Special Inspector Roofing/Waterproofing HR $155.00 Special Inspector Masonry HR $155.00 Special Inspector Masonry(DSA) HR $155.00 Special Inspector Shotcrete HR $155.00 Special Inspector PT Concrete HR $155.00 3 • Rates 1 CERTERRA RMA GROUP Special Inspector Fire Stopping HR $160.00 AWS Certified Welding Inspector-Field HR $155.00 AWS Certified Welding Inspector-Shop HR $155.00 Special Inspector Structural Steel HR $155.00 Special Inspector High Strength Bolting HR $155.00 Special Inspector Wood Construction HR $160.00 NDT ASNT Level II Field HR $160.00 NDT ASNT Level III Field HR $300.00 NACE Coating Inspector Level 2 HR $160.00 Special Inspector Fiber Wrap HR $155.00 Radiographic Testing Crew HR $700.00 Pull I Torque Testing Technician HR $155.00 Project Inspector(IOR) HR $165.00 Lead Coring Technian HR $175.00 Assistant Coring Technician HR $175.00 Horizontal Wall Coring HR $175.00 Supervising Soil Technician HR $240.00 Supervising Public Works Inspector HR $240.00 Supervising Special Inspector HR $240.00 Quality Control Manager HR $255.00 Building Envelope Field Technician HR $1.00 Building Envelope Inspector HR $1.00 Laboratory Testing HR Quote Laboratory Tests-Steel Product Name Units Rate($) ASTM E605 Spray Applied Fireproofing Den EA $135.00 ASTM A370 Rebar Tension up to#8 EA $70.00 ASTM A370 Rebar Tension#9 to#11 EA $85.00 ASTM A370 Rebar Tension#14 EA $125.00 ASTM A370 Rebar Tension#18 EA $180.00 ASTM A370 Bend Test Rebar up to#8 EA $60.00 ASTM A370 Bend Test Rebar#9 to#11 EA $70.00 4 P Rates CERTERRA Nor RMA GROUP ASTM A370 Bend Test Rebar#14 EA $125.00 ASTM A370 Bend Test Rebar#18 EA $180.00 ASTM A370 Headed Bar Prod.Lot up to#8 LOT $275.00 ASTM A370 Headed Bar Prod.Lot#9 to#11 LOT $335.00 ASTM A370 Headed Bar Prod.Lot#14 LOT $515.00 ASTM A370 Headed Bar Prod.Lot#18 LOT $670.00 ASTM A416 Stress-Strain Analysis EA $250.00 ASTM A416 Tensile Test Only EA $175.00 ASTM A370 Tensile Up to 100K lbs(Each) EA $85.00 ASTM A370 Tensile Up to 200K lbs(Each) EA $100.00 ASTM A370 Tensile Up to 300K lbs(Each) EA $120.00 ASTM A370 Tensile Up to 400K lbs(Each) EA $180.00 ASTM A370 Tensile 400K-500K lbs(Each) EA $365.00 ASTM A370 Tensile Stress-Strain Percent EA $205.00 AWS Weld:Macroetch EA $120.00 AWS Weld:Fracture EA $95.00 AWS Bend Test EA $85.00 ASTM A370 Rockwell Hardness(Each) EA $120.00 Steel Chemical Analysis EA $255.00 ASTM F606 Bolt Axial Tensile to 7/8" EA $70.00 ASTM F606 Bolt Wedge Tensile to 7/8" EA $100.00 ASTM F606 Bolt:Axial 7/8"-1 1/2" EA $105.00 ASTM F606 Bolt Wedge Tens 7/8"to 1 1/2" EA $120.00 ASTM F606 Bolt Proof Load up to 7/8" EA $110.00 ASTM F606 Bolt:Proof Load up to 1 1/2" EA $135.00 ASTM F606 Nut:Proof Load up to 7/8" EA $75.00 ASTM F606 Nut:Proof Load up to 1 1/2" EA $120.00 Laboratory Tests-Soil Product Name Units Rate($) ASTM D4318 Plasticity Index of Soils EA $335.00 ASTM D1883 California Bearing Ratio EA $750.00 ASTM D2435 Consolidation EA $295.00 I 5 Rates ,=l CERTERRA RMA GROUP ASTM D2435 Consolidation with Time Rate EA $355.00 ASTM D3080 Direct Shear,Consol&Drained EA $285.00 ASTM D4829 Expansion Index of Soils EA $270.00 ASTM D2166 Unconfined Comp Strength EA $335.00 ASTM D5333 Hydro Collapse Potential EA $260.00 ASTM D2050 Tri-Axial Shear Strength EA $550.00 ASTM D2937 In-Place Density,Drive Cyl EA $75.00 ASTM D2216 Soil Moisture Content by Mass EA $55.00 ASTM D698 Maximum Density Std Effort EA $350.00 ASTM D1557 Max Density Optimum Moisture EA $450.00 ASTM D2974 Moisture,Ash,Organic Matter EA $120.00 ASTM D4972 pH of Soils EA $125.00 ASTM D2844 R-Value&Expansive Pressures EA $480.00 ASTM D2434 Const Head Permeability Test EA $470.00 ASTM D422 Sieve Analysis of Soil EA $260.00 ASTM D1140 Materials Finer than#200 EA $160.00 ASTM D422 Hydrometer Anaylsis EA $395.00 ASTM D854 Specific Gravity of Soils EA $295.00 ASTM D4546 Swell Potential EA $260.00 ASTM D4943 Shrinkage Factor by Resin EA $290.00 ASTM D559 Soil Cement Sample Preparation EA $160.00 ASTM D558 Soil-Cement Maximum Density EA $395.00 ASTM D1633 Compression Test Soil Cement EA $130.00 AASHTO T100 Specific Gravity of Soils EA $295.00 Laboratory Tests-Masonry Product Name Units Rate($) ASTM C140 Block Compressive Strength SET $100.00 ASTM C140 Block Moisture&Absorption SET $110.00 ASTM C426 Block Linear Shrinkage SET $375.00 ASTM C140 Block Unit Wt&Dimensions SET $265.00 ASTM C90 Masonry Block Conformance SET $740.00 ASTM C67 Brick Compressive Strength SET $125.00 6 Rates CERTERRA RMA GROUP ASTM C67 Brick Moisture&Absorption SET $110.00 ASTM C67 Brick 5 Hour Boil EA $135.00 ASTM C67 Brick Modulus of Rupture EA $135.00 ASTM C780 Mortar Cylinder Compression EA $50.00 ASTM C1019 Grout Prism Compression EA $55.00 ASTM C1314 Masonry Core Comp Str 8"Max EA $120.00 ASTM C1314 Masonry Core Shear Str 8"Max EA $130.00 ASTM E519 Assemblage Comp Str 8"Block EA $155.00 ASTM E519 Assemblage Comp Str 12"Block EA $140.00 ASTM E519 Assemblage Comp Str 16"Block EA $175.00 ASTM C109 Compressive Strength 2"Cube EA $75.00 Laboratory Tests-Concrete Product Name Units Rate($) ASTM C39 Cast Concrete Cyl 4x8 EA $60.00 ASTM C42 Compressive Strength,Core EA $120.00 ASTM C39 Cyl Tested out of Sequence EA $80.00 ASTM C495 Lightweight Concrete Strength EA $75.00 ASTM C78 Flexural Strength,Beam EA $155.00 ASTM C1140 Shotcrete Panel Test SET $450.00 ASTM C138 Unit Weight of Concrete EA $90.00 ASTM C649 Concrete Modulus of Elasticity EA $275.00 ASTM C157 Concrete Shrinkage(Set of 3) SET $650.00 ASTM C496 Splitting Tensile Test EA $125.00 ASTM C495 Density-Lightweight Concrete EA $240.00 AASHTO T336 Coefficient Therm Expansion EA $750.00 Laboratory Tests-Caltrans Product Name Units Rate($) CT202 Sieve Analysis,Combined Agg EA $275.00 CT202 Sieve Analysis,Fine Agg EA $210.00 CT202 Sieve Analysis,Coarse Agg EA $195.00 CT235 Flat and Elongated Particles EA $400.00 CT205 Percentage Crushed Particles EA $275.00 7 Rates j CERTERRA 1 RMA GROUP CT206 Specific Gravity,Coarse Aggregate EA $255.00 CT207 Specific Gravity,Fine Aggregate EA $295.00 CT208 Apparent Specific Gravity of Fines EA $295.00 CT229 Durability Index EA $455.00 CT234 Angularity&Voids,Fine Agg EA $295.00 CT211 Abrasion,Los Angeles Rattler EA $375.00 CT227 Cleanness Value EA $420.00 CT213 Organic Impurities in Sand EA $155.00 CT214 Soundness by Sodium Sulfate EA $650.00 CT226 Moisture Content by Oven Drying EA $75.00 CT217 Sand Equivalent EA $190.00 CT308(A)Core Density Paraffin Coated EA $85.00 CT308(C)Core Density SSD EA $75.00 CT303 Approximate Bitumen Ratio EA $335.00 CT304/308(A)LTMD Kneading Compactor EA $480.00 CT305 Swell of Bituminous Mixtures EA $550.00 CT366 Stabilometer Value EA $395.00 CT308(A)/366 Stability and Density EA $490.00 CT308(C)/366 Stability and Density EA $470.00 CT309 Maximum Theoretical Density EA $350.00 CT370 Moisture Content by Microwave EA $110.00 CT379 Asphalt Content Nuclear Gauge EA $275.00 CT382 Ignition Oven Correction Factor EA $650.00 CT382 Asphalt Content by Ignition EA $295.00 CT371 Tensile Strength Ratio EA $1,470.00 CT302 Film Stripping EA $335.00 CT521 Concrete Cyl Compressive Strength EA $60.00 CT523 Concrete Flexural Strength,Beam EA $155.00 CT531 Length of Drilled Concrete Cores EA $75.00 CT550 Surface Abrasion of Concrete EA $535.00 CT534 Water Retention,Liq Curing Cmpnd EA $570.00 CT521 Compressive Strength LCB EA $50.00 CT524 RSC Flexural Strength,Beam EA $135.00 I 8 Rates j CERTERRA 1 RMA GROUP CT515 Relative Mortar Strength,PCC Sand EA $900.00 CT670 Tensile Strength up to#8 EA $95.00 CT670 Tensile Strength#8-#11 EA $120.00 CT670 Tensile Strength#14 EA $180.00 CT670 Tensile Strength#18 EA $255.00 CT670 Steel Splice Slip Test EA $275.00 CT670 Operator Qualification up to#8 LOT $550.00 CT670 Operator Qualification#9-#11 LOT $655.00 CT670 Operator Qualification#14 LOT $950.00 CT670 Operator Qualification#18 LOT $1,235.00 CT670 Operator Qualification#18 EA $1,235.00 CT670 Production Lot up to#8(Service) LOT $355.00 CT670 Production Lot#9 to#11 (Service) LOT $475.00 CT670 Production Lot#14(Service) LOT $635.00 I CT670 Production Lot#18(Service) LOT $825.00 CT670 Production Lot up to#8(Ultimate) LOT $455.00 CT670 Production Lot#9 to#11(Ultimate) LOT $490.00 CT670 Production Lot#14(Ultimate) LOT $790.00 CT670 Production Lot#18(Ultimate) LOT $1,350.00 CT204 Plasticity Index,Atterberg EA $355.00 CT209 Specific Gravity of Soil EA $295.00 CT216 CA Impact Max Density EA $325.00 CT216 CA Impact,Rock Correction EA $95.00 CT301 Resistance R-Value Stabilometer EA $475.00 CT417 Soluble Sulfates EA $155.00 CT422 Chloride Content EA $135.00 CT643 Resistivity and pH EA $155.00 Laboratory Tests-Asphalt Product Name Units Rate($) ASTM D2726 Core Density(SSD) EA $75.00 ASTM D1188 Core Density Parafilm Coated EA $85.00 ASTM D6926 Lab Max Density Marshall EA $395.00 19 Rates CERTERRA RMA GROUP ASTM D6927 Marshal Stability and Flow EA $480.00 ASTM D1561 LTMD Kneading Compactor EA $395.00 ASTM D1560 Hveem Stability and Density EA $490.00 ASTM D1560 Hveem Stability EA $375.00 ASTM D2041 Maximum Theoretical Density EA $350.00 ASTM D6307 Ignition Oven Calibration EA $650.00 ASTM D6307 Asphalt Content by Ignition EA $295.00 ASTM D2172 Asphalt Content by Solvents EA $475.00 ASTM D4125 Asphalt Content Nuclear Gauge EA $335.00 ASTM D5444 Gradation of Extracted Agg EA $335.00 ASTM D244 Emulsion Residue Evaporation EA $280.00 ASTM D244 Emulsion Sieve Analysis EA $185.00 ASTM D3910 Wet Track Abrasion EA $350.00 AASHTO T324 Hamburg Wheel Tracking Test EA $1,100.00 AASHTO T283 Tensile Strength Ratio EA $1,200.00 AASHTO T275 Core Denisty Paraffin Coated EA $85.00 AASHTO T312/T275 LTMD Gyratory Compactor EA $480.00 AASHTO T308 Asphalt Content by Ignition EA $285.00 AASHTO T209 Theoretical Maximum Density EA $350.00 AASHTO T308A AC Correction Factor EA $550.00 AASHTO T324 Hamburg Wheel Tracking-RHMA EA $1,100.00 AASHTO T283 Tensile Strength Ratio RHMA EA $1,200.00 AASHTO T312/T275 LTMD Gyratory Comp RHMA EA $480.00 Laboratory Tests-Aggregates Product Name Units Rate($) ASTM C131 Abrasion,Los Angeles Rattler EA $375.00 ASTM C40 Organic Impurities in Fine Agg EA $135.00 ASTM C127 Specific Gravity,Coarse Agg EA $255.00 ASTM C128 Specific Gravity,Fine Agg EA $290.00 ASTM C1252 Angularity&Voids,Fine Agg EA $280.00 ASTM C566 Moisture Content by Drying EA $35.00 ASTM C117 Materials Finer than No.200 EA $160.00 10 Rates CERTERRA 1 RMA GROUP ASTM D2419 Sand Equivalent EA $190.00 ASTM C289 Alkali-Silica Reactivity EA $950.00 ASTM D4791 Flat&Elongated Particles EA $395.00 ASTM D5821 Percent Fractured Particles EA $275.00 ASTM C123 Percent Lightweight Particles EA $295.00 ASTM C88 Soundness by Sodium Sulfate EA $695.00 ASTM C136 Sieve Analysis,Combined Agg EA $290.00 ASTM C136 Sieve Analysis,Fine Agg EA $265.00 ASTM C136 Sieve Analysis,Coarse Agg EA $255.00 ASTM C142 Clay Lumps&Friable Particles EA $260.00 ASTM C535,Abrasion Large Aggregate EA $465.00 AASHTO T304 Angularity&Voids in Fines EA $255.00 AASHTO TM Specific Gravity,Fine Agg EA $280.00 AASHTO T85 Specific Gravity,Coarse Agg EA $255.00 AASHTO T96 Abrasion,Los Angeles Rattler EA $375.00 AASHTO T27 Sieve Analysis,Combined Agg EA $290.00 AASHTO T27 Sieve Analysis,Fine Agg EA $285.00 AASHTO T27 Sieve Analysis,Coarse Agg EA $255.00 AASHTO T176 Sand Equivalent EA $190.00 AASHTO T335 Percent Fractured Particles EA $285.00 Equipment Charges Product Name Units Rate($) Portable Drilling Equipment HR $850.00 Mileage MILE Quote Proof Load Testing Equipment DAY $180.00 Drilling Equip Mobilization/De-Mob EA $800.00 Mini Environmental Quality Meter DAY $400.00 Inertial Profiler DAY $2,000.00 Materials/Supplies LS Quote VOC Meter DAY $200.00 Misc Permits EA Quote Facility Inspector HR $175.00 11 Rates arm ••'"' CERTERRA RMA GROUP Misc Subconsultant#1 LS Quote Set of Aerial Photographs EA Quote Dutch Cone Penetrometer with Operator HR $875.00 Hollow Stem Auger Drill Rig w/Operator HR $875.00 Portable Drilling Equipment WI Operator HR $850.00 Bucket Auger Drill Rig with Operator HR $975.00 Air Rotary Drill Rig with Operator HR $950.00 Rotary Wash Drill Rig with Operator HR $950.00 Per Diem DAY $175.00 Mobile Laboratory Trailer Mobilization EA $2,500.00 Mobile Lab Trailer&Testing Equipment DAY $700.00 Stationary Lab Trailer&Test Equipment MO $1,500.00 Diamond Bit Core Rig and Generator DAY $850.00 Nuclear Density Test Gauge Unit $50.00 Hand Held Turbidity Meter DAY $75.00 Ultrasonic Test Unit and Consumables DAY $100.00 Magnetic Particle Test Unit DAY $100.00 Skidmore DAY $80.00 Schmidt Hammer DAY $100.00 Holiday Tester DAY $250.00 Floor Flatness/Levelness Device Day $2,900.00 Torque Wrench DAY $100.00 General Charges RMA requires twenty-four(24)hourprior notification for schedulinginspectors and/or technicians. q Y P Inspection charges start at the scheduled show up time at the job site. All inspection hours will be billed in the following increments: There will be a minimum two(2)hour charge for any RMA Group employee presence on site. Any time less than four(4)hours of work will be billed as four(4)hours. Four(4)to eight(8)hours will be billed as eight(8)hours. When personnel are required to work in excess of 5 hours without an uninterrupted meal period of 30 minutes,due to project constraints,'/2 hour will be charged at double time rates in addition to any applicable hours worked. Certified Payroll Reports will be prepared upon request. There will be a$75.00 charge for each certified payroll report. Outside services will be billed at cost plus 15%unless billed directly to and paid for by Client. 12 Rates CERTERRA 1 RMA GROUP Requests made by client for management attendance at meetings at the project site will be charged at standard rate.Administrative/clerical support will be charged at 3%of the monthly direct charges. Overtime Charges Work performed in excess of 8 hours per day and/or up to eight(8)hours on Saturdays will be billed at 1.50 times the unit rate. Work performed on Sunday,recognized holidays,or in excess of eight(8)hours on Saturdays will be billed at 2.00 times the unit rate. A 20%surcharge will be applied for laboratory tests performed on a Saturday or Sunday. Per Diem Travel Charges An$150.00 charge per day will be applied when our personnel are required to stay overnight at remote locations. Time will be billed at the unit rate while traveling to a remote location or if a location requires an overnight stay Mileage for travel outside a 50 mile radius from either the project site or the nearest RMA facility whichever is closest,will be charged at a rate of$0.60 per mile. Night Work A$10.00 per hour surcharge will be added to all personnel rates for work performed during night shifts. 13 Rates CERTERRA 1 RMA GROUP GENERAL CONDITIONS AGREEMENT.This agreement is made by and between Certerra RMA exploratory Services or from information provided to RMA by Client. Group ("RMA") and the party that accepted RMA's proposal or There is an inherent risk that samples or observations may not be requested that RMA perform Services("Client").RMA shall mean the representative of materials or locations not sampled or seen and that aforementioned entity,any of its affiliates or subsidiaries to the extent conditions may change over time.Variations between inspected or same are performing any of the Services under this Agreement,and tested discrete locations may occur and the risk of such occurrence their respective engineers and employees.This"Agreement"includes is understood and accepted by Client. Client is responsible for RMA's proposal and any exhibits or attachments noted in the proposal notifying the appropriate party or professional regarding the or incorporated by reference including but not limited to these General correction of any deviations or deficiencies noted by RMA and RMA Conditions. Requesting Services from RMA shall constitute accepts no liability in connection therewith. RMA shall not be acceptance of the terms of these General Conditions. responsible for the interpretation by others of information developed by RMA and makes no guarantee that RMA's recommendations are 1.SCOPE OF SERVICES.Services means the service(s)performed properly implemented by any party.RMA shall not be held liable for by RMA for Client or at Client's direction.RMA's findings,opinions, problems that may occur if RMA's recommendations are not followed. and recommendations are based upon data and information obtained To the fullest extent permitted by law,Client shall indemnify and hold by and furnished to RMA at the time of the Services.RMA may rely harmless the Indemnitees(as defined below)from any and all Losses upon information provided by the Client or third parties.Client may (as defined below)arising from or related to interpretations made by request additional work or changes beyond the scope of Services others. described in RMA's Proposal.If any alteration or addition of Services are requested by the Client("Additional Services"),RMA may provide 4.SUBSURFACE EXPLORATIONS.Client understands RMA's layout a proposal detailing the additional scope of work,time extension and of boring and test locations is approximate and that RMA may deviate associated fees for Client's review. Client shall provide written a reasonable distance from those locations.Client acknowledges that acceptance of such. RMA shall not be obligated to perform the it is impossible for RMA to know the exact composition of a site's Additional Services,if Client does not follow these procedures,but subsurface, even after conducting a comprehensive exploratory instead directs,authorizes,or permits RMA to perform the Additional program. There is a risk that drilling and sampling may result in Services without written acceptance.To the extent RMA does perform contamination of certain subsurface areas. To the fullest extent the Additional Services without written acceptance,RMA will be paid permitted by law, Client waives any claim against, and agrees to for this work according to its proposal for same or current fee defend, indemnify and save the Indemnitees harmless from any schedule. Losses which may arise as a result of subsurface contamination caused by drilling,sampling,or monitoring well installation.Client also 2.DELAYS.RMA shall be entitled to an equitable adjustment to the agrees to adequately compensate RMA for any time spent and project schedule and compensation to compensate RMA for any expenses incurred in defense of any such claim. increase in time or costs necessary to perform the Services under this Agreement due to any cause beyond RMA's reasonable control.All 5.CLIENT PARTICIPATION. Client will make available to RMA all promises related to the time of the Services are approximations by information in its possession regarding existing and proposed RMA and are subject to the Client and contractor's schedules,weather conditions at the site, of which RMA may rely on to perform its conditions, travel conditions, disputes with workmen or parties, Services. Such information shall include, but not be limited to accidents,strikes,natural disasters,health emergencies,discovery of engineering reports,plot plans,topographic surveys,hydrographic hazardous materials, differing or unforeseeable site conditions or data,soil data including borings,field and laboratory tests and written project conditions,acts of governmental agencies or authorities,or reports.Client shall immediately transmit to RMA any new information other causes.In no event shall RMA be responsible for any damage concerning site condition which becomes available,and any change or expense due to delays from any cause,other than to the extent the in plans or specifications concerning the project.RMA shall not be damage or expense is directly caused by RMA's own proven liable for any inaccurate or incorrect advice,judgment or decision negligence after having been warned in writing by the Client of the which is based on any inaccurate information furnished by Client and damage or expense which may result from the delay. Client, to the fullest extent permitted by law, shall indemnify the Indemnitees against any and all Losses arising out of,or contributed 3.RMA RESPONSIBILITIES.Services performed by RMA under this to,by such inaccurate information. In the event Client,the project Agreement will be conducted in a manner consistent with the level of owner, or other party makes any changes in the plans and care and skill ordinarily exercised by members of the same profession specifications,Client agrees,to the fullest extent permitted by law,to currently providing the same or similar services under similar indemnify and hold the Indemnitees harmless from any and all Losses circumstances in the same locality and in accordance with applicable arising out of such changes,and Client assumes full responsibility standards in effect at the time the Services are performed. RMA unless Client has given RMA prior notice and has received RMA's MAKES NO OTHER REPRESENTATIONS OR WARRANTIES, written consent for such changes. RMA does not assume EXPRESS OR IMPLIED INCLUDING WITHOUT LIMITATION ANY responsibility for any conditions at the Client's site(s)that may present WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A a danger,either potential or real,to health,safety,or the environment. PARTICULAR PURPOSE.Testing or inspection Services may require Client hereby agrees that it is the Client's responsibility to notify any the destruction of a sample or sample location.Client understands and all appropriate federal,state,or local authorities,as required by that,in the normal course of performing the Services,some damage law, of the existence of any such potential or real danger and may occur, and understands that RMA is not responsible for the otherwise to disclose to all appropriate or affected individuals or correction of any such damage or for replacing samples. Client entities,in a timely manner,any information that may be necessary to acknowledges that opinions, data, interpretations and prevent any danger to health, safety, or the environment. Client recommendations prepared by RMA are based on limited data and assumes sole responsibility for determining whether the quantity and recognizes that subsurface conditions or other actual conditions may the nature of Services ordered by Client is adequate and sufficient for vary from those encountered at the location where inspections,tests, Client's intended purpose. borings,surveys,or explorations are made by RMA and may vary from those depicted on logs of discrete borings, test pits, or other 14 Rates eat' CERTERRA mitir RMA GROUP 6.THIRD PARTIES.To the fullest extent permitted by law and to the claim against RMA and agrees to defend,indemnify,and save the extent not resulting from RMA's proven negligence,Client agrees to Indemnitees harmless from any and all Losses arising from the defend, indemnify, and hold harmless RMA and all of its agents, presence of hazardous materials on the project site. affiliates, subsidiaries, officers, directors, representatives, and employees and their successors(collectively the"Indemnitees")from 9.SITE CONDITIONS.Client shall secure all necessary approvals, any and all claims,losses,causes of action,demands,suits,losses, notices, permits, licenses, and consents from all owners, lessees, charges, liability, expenses, costs, defense costs, disbursements contractors, and other possessors of the project, necessary to (including attorney fees and costs at trial and appeal), and/or commence and complete the Services,and will provide RMA access allegations of responsibility(Losses")by any and all third parties to the project site for all equipment and personnel necessary for the including but not limited to,contractors, subcontractors, agents, Performance of the Services.RMA shall be allowed free access to the employees (including without limitation Client's employees), site.Client understands and agrees that RMA shall only be responsible assignees transferees,successors,invitees,neighbors,and the public for losses which directly result from BMA's negligence. Client is relating in any way to this Agreement,the Services,or the project.It responsible for the accuracy of locations for all subterranean is expressly understood and agreed that the enforcement of these structures and utilities.To the fullest extent permitted by law,Client terms and conditions shall be reserved to the Client and RMA.Nothing waives any claim against RMA,and agrees to defend,indemnify,and contained in this Agreement shall give or allow any claim or right of hold the Indemnitees harmless from any and all Losses arising from action whatsoever by any third person.It is the express intent of the damage done to subterranean structures and utilities not identified or Client and RMA that any such person or entity,other than Client or accurately located.In addition,Client agrees to compensate RMA for RMA,receiving services or benefits under this Agreement shall be any time spent or expenses incurred by RMA in defense of any such deemed an incidental beneficiary. Neither party may assign this claim. Agreement or any right or obligation hereunder without the prior 10.ENVIRONMENTAL LIABILITY. Neither this Agreement nor the written consent the other party, ever,shall not unreasonably providing of Services will operate to make RMA an owner,operator, withheld or delayed; provided, hassignment tntat no consent shall be generator, transporter, treater, storer, or arranger for disposal or rensultingary the regert of an on consolidationn t a successor of entity treatment within the meaning of the Resource Conservation Recovery anwaiting from a merger,acquisition ori by or of RMA or Act, Comprehensive Environmental Response Compensation and assignment to an affiliate or subsidiary of RMA. Liability Act,or within the meaning of any other law governing the 7. SAMPLE DISPOSAL. Samples are consumed in testing or handling,treatment,storage,or disposal of hazardous materials.To disposed of upon completion of tests or upon report completion the fullest extent permitted by law,Client will indemnify,defend and (unless stated otherwise in the Services).Client acknowledges that hold the Indemnitees harmless from and against any and all Losses contaminated drill cuttings, sample spoils,wash water, and other arising or claimed to arise from violations by Client of any and all materials may be produced as a result of encountering hazardous environmental laws,rules and regulations relating to the existence, materials at the site.In such event,Client shall be responsible for their generation , current or future ownership, storage, transport or proper transportation and disposal.RMA may be able to arrange for disposal of pre-existing hazardous substances and wastes,but this the transportation and disposal of hazardous materials at Client's indemnity shall not cover such loss,damage,cost or expense to the request.In no event shall RMA be required to sign a hazardous waste extent caused by RMA's proven negligence in performing the Services manifest or take title to any hazardous materials. Contaminated under this Agreement.For purposes of this Agreement,a pre-existing samples delivered to or taken to RMA's laboratory for testing shall hazardous substance is any hazardous substance or hazardous waste remain the property of Client and Client is responsible for ultimate having been generated by Client or existing on Client's premises prior disposal of any samples which are found to be contaminated. On to the date of this Agreement. request, Client shall retrieve contaminated samples from RMA's 11.OWNERSHIP AND LEGAL USE OF DOCUMENTS. All notes, laboratory and dispose of them in an approved manner. data, reports, original final reproducible drawings, plans, 8.DISCOVERY OF UNANTICIPATED HAZARDOUS MATERIALS. specifications,calculations,and studies memoranda assembled or Client shall furnish to RMA all documents and information known or prepared by RMA are instruments of service with respect to the available to Client that relate to the identity,location,quantity,nature, subject project, and RMA shall retain an ownership and property or characteristic of any hazardous waste, toxic, radioactive, or interest therein,whether or not the project is completed.The Client contaminated materials prior to commencement of the Services. may make and retain copies for information and reference in Client warrants that it has made reasonable efforts to disclose known connection with the subject project;however,such documents are not or suspected hazardous materials on or near the project site.Client intended or represented to be suitable for re-use by the Client or agrees that the discovery of such unanticipated hazardous materials others. Any modification, changes, or reuse without written constitutes a changed condition which may require either a re- verification or adaptation by RMA for the specific purpose intended negotiation of the scope of RMA's Services,time for completion,and will be at the Client's sole risk and without liability or legal exposure to compensation or termination of such Services or this Agreement. RMA,and the Client,to the fullest extent permitted by law,agrees to Client recognizes that the discovery of hazardous materials may indemnify and hold harmless the Indemnitees against any and all necessitate immediate protective measures to safeguard the public Losses whatsoever arising out of or resulting therefrom. health and safety and agrees to compensate RMA for measures that 12.ALLOCATION OF RISK AND LIMITATION OF LIABILITY.The in RMA's professional opinion are justified to preserve and protect the parties have evaluated the respective risks and remedies under this coalth and safety forof site equipment and the puinati n Client otheragr costss is Agreement and agree to allocate the risks and restrict the remedies compensate to tRMA any of unanticipatednipmc decontamination or Client to reflect that evaluation.Notwithstanding any other provision to the agreeseenthathe discoveryeventof thehazardouuss materials.at contrary in this Agreement and to the fullest extent permitted by law, thae in the hdiscovery tot discovery properof authori materials required the Client agrees to restrict its remedies under this Agreement against site it federal,ll report such local ns.Client also authorities as inform RMA,its parents,affiliates and subsidiaries("RMA Covered Parties"), by i state,oandr nthe regulations.thatentzr agrees ao ilsthe so that the total aggregate liability of RMA Covered Parties shall not project site owner in event hazardous materials are exceed$50,000 or the actual paid compensation for the Services encountered at the site.Notwithstanding any other provision of the performed by RMA under this Agreement,whichever is greater.This agreement,to the fullest extent permitted by law,Client waives any 1 15 Rates l• CERTERRA RMA GROUP restriction of remedies shall apply to any and all Losses of any nature accordance with the laws of the state where the RMA office originating arising from or related to this Agreement without regard to the legal the work or proposal is located.Exclusive of lien claims,any legal theory under which such liability is imposed.Claims must be brought action or proceeding brought to enforce or otherwise arising out of or within one calendar year from performance of the Services. relating to this Agreement shall be brought in the county where the RMA office originating the work or proposal is located.Each party 13. LIABILITY FOR OTHERS. RMA shall not be responsible for waives its right to a jury trial in any court action arising between the supervising,overseeing,or controlling the Client's contractors or for parties,whether under this Agreement or otherwise related to the their means and methods,procedures,performance,or site safety. work being performed under this Agreement. RMA shall not be responsible for the acts or omissions of the Client, owner, architect, architect's other consultants, contractor, 17.COMPENSATION AND PAYMENT TERMS.Client agrees that an subcontractors, other third parties or their respective agents, invoice amount is due when received unless otherwise agreed.A employees, assigns, successors, or any other persons ("Others"). service charge of one and one-half percent(1-1/2%)per month(but RMA shall have no authority to control Others regarding their work or not exceeding the maximum allowable by law)will be added to any their safety practices. RMA does not control or guarantee the work of account not paid within 30 days after the invoice date.In the event that Others. RMA has no duty to inspect or correct health and safety any portion of the account remains unpaid 30 days after the invoice deficiencies of Others. RMA will not be responsible for the failure of date, RMA may immediately discontinue Services on any and all Others to perform in accordance with their undertakings and the projects for Client, or withhold any final report or instrument of providing of RMA's Services shall not relieve Others of their service,or demand prepayment of fees at RMA's option.Client shall responsibilities to the Client or Others. RMA reserves the right to pay all costs incurred by RMA in collecting any delinquent amount, report to the Client any unsafe conditions observed at the project including staff time,court costs and attorney fees.To the fullest extent without altering the foregoing. permitted by law,failure to make payment within sixty(60)days of invoice shall constitute a release of RMA from any and all claims which 14. CONSEQUENTIAL DAMAGES WAIVER. Notwithstanding Client may have,either in tort or contract,and whether known or anything to the contrary in this agreement and to the fullest extent unknown at the time.Should Services based on a fee schedule be permitted by law,Client and RMA waive against each other any and performed beyond the end of the calendar year,RMA's current fee all claims for or entitlement to special, incidental, indirect, schedule shall apply unless otherwise negotiated in advance. consequential,delay,punitive,or similar losses or damages arising out of, resulting from, or in any way related to the project or this 18. TERMINATION. This Agreement may be terminated without Agreement. cause by either party upon thirty(30)days written notice,and at any time by either party if the other party defaults in the performance of 15. INSURANCE. RMA will maintain the following insurance any material provision of this Agreement and such default continues coverages and amounts: (1)Workers Compensation insurance as for a period of seven(7)days after written notice thereof.In the event required by law,(2)Employer's Liability insurance with coverage of of termination,RMA will be paid for Services performed through the $1,000,000 per each accident/employee, (3) Commercial General date of termination,plus reasonable termination expenses,including Liability insurance with coverage of $1,000,000 per the cost of completing analyses,demobilization,records and reports occurrence/aggregate, (4) Automobile Liability insurance with necessary to document job status at the time of termination. coverage of$1,000,000 combined single limit, and (5) If RMA is providing professional services,Professional Liability insurance with 19. ENTIRE AGREEMENT. This Agreement constitutes the entire coverage of$1,000,000 per claim/aggregate.Client shall name RMA agreement between the parties and shall supersede other prior as additional insured on its Builder's Risk policy.Client shall require agreements and representations.No amendments to this Agreement any general contractors working on the project site to include RMA in shall be valid unless made in writing and signed by the parties.If Client any indemnity that the Client requires such contractors to provide to uses its standard business forms,all pre-printed terms and conditions the Client and as an additional insured under any such contractor's contained in or on such forms shall be deemed stricken and null and general liability insurance policy. Client shall provide RMA with a void.If the terms and conditions of this Agreement conflict with the certificate of insurance evidencing the required insurance. terms and conditions of any other agreement or document this Agreement shall govern and control over any such conflict. The 16.RESOLUTION OF DISPUTES.Client shall not be entitled to assert invalidity or unenforceability of any portion(s)of this Agreement shall a Claim against RMA based on any theory of professional negligence in no way affect the validity or enforceability of any other portion(s) unless and until Client has obtained the written opinion from an hereof.Any invalid or unenforceable portion shall be severed from the independent and reputable Professional Engineer (RE.), licensed Agreement and the balance of the Agreement shall be construed and architect(A.I.A.),or Registered Geologist(R.G.)that RMA has violated enforced as if the Agreement did not contain a particular portion held the standard of care applicable to RMA's performance of the Services. to be invalid or unenforceable.This Agreement may be executed in Such party shall be currently practicing in the same discipline as RMA several counterparts, each of which shall be deemed an original and be licensed in the state where the project is located.This written having identical legal effect.The titles,captions and headings of this opinion shall specify the acts or omissions that the independent Agreement are included for ease of reference only and will be engineer,architect,or geologist contends are not in conformance with disregarded in interpreting or construing this Agreement.RMA shall the standard of care for professional services performed by local not be bound by any language incorporating by reference any consultants under similar circumstances;and state in detail the basis contract or term of any contract unless the term or terms incorporated for their independent opinion that such acts or omissions do not by reference are specifically furnished to RMA and are expressly conform to that standard of care.Client shall provide this opinion to agreed to in a writing signed by RMA. RMA and the parties shall endeavor to resolve the dispute within 30 days. This Agreement shall be governed by and construed in 16 Rates PACIFICA HOURLY BILLING RATES 2025-2028 POSITION RATE Project Executive $228 Senior Project Manager $214 Project Manager $204 Preconstruction Manager $197 Construction Manager $196 Senior Project Engineer $161 Project Engineer $142 Contract Administrator $173 Business Analyst $158 Senior Estimator $214 Estimator $197 Estimating Assistant $159 Sr. MEP Coordinator $190 MEP Estimator/Coordinator $235 Scheduler $198 Senior Project Accountant $164 Project Accountant $101 Cost Analyst $142 Field Office Coordinator $128 Safety Manager $160 Safety Coordinator $148 BIM Manager $158 BIM Sr. Project Engineer $146 BIM Project Engineer $101 Field Engineer/Intern $77 SME-Energy $178 SME-ADA $190 Labor Comp Mgr $116 Labor Comp Analyst $78 Project Inspector Class 1 $142 Project Inspector Class 2 $138 Project Inspector Class 3 $123 QA/QC Manager $166 QA/QC Engineer $81 17 Rates CAPO PROJECTS GROUP Position 2025 Construction Managers I $ 251 Construction Managers II $ 230 Resident Engineers $ 218 Schedulers $ 209 Estimators $ 209 Office Engineer $ 147 18 CERTERRA RMA GROUP i--10 DATE(MMIDOIYYYY) : RD CERTIFICATE OF LIABILITY INSURANCE 10128/2025 ;(IS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ;ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poiicy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT _NAME: Sandy Peters AssuredPartners Design Professionals Insurance Services, LLC PHONE FAX 3697 Mt. Diablo Blvd Suite 230 INC No.Eel):626-696-1901 (NC.No): Lafayette CA 94549 E-MAIL DesiinProCerts@AssuredPariners.com INSURER(S)AFFORDING COVERAGE NAIC# ucense#:6003745 INSURER A:Continental Casualty Company 20443 INSURED RMAGROU-Ot INSURER B: RMA Group dba Certerra RMA Group 12130 Santa Margarita Court INSURERC: Rancho Cucamonga CA 91730 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1982914998 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUeR POLICY EFF POLICY EXP LIMITS LTR INS° WVD POLICY NUMBER IMWDD/YYYY) (MMIDOFYYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) _$ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO- F I JECT LOC PRODUCTS-COMP/OPAGG S OTHER: AUTOMOBiLELIABILITY COMBINED SINGLE LIMIT s (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) UMBRELLA LIAB 1 _ OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DEC RETENTIONS S WORKERS COMPENSATION - PER • OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANYPROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCIUDED? 1 N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S if yes,describe Under DESCRIPTION OF OPERATIONS below _ _ _ E.L.DISEASE-POLICY LIMIT $ A 'Professional Liab.hry& MCH591960458 1011r2024 3/1/2026 PerClaim/3,004000 3,000,0001Agg Poliabon UabrLty included Claims Made Form (�3PROVCI) AS TO FORM DESCRIPTION OF OPERATIONS r LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule.may be attached it more space is required) AM Bests Rating:A/Xii or greater. Professional Liability is Errors and Omissions Liability(E&O).Blanket Waiver of Subrogation attached plies as required per written contract. Additional Insured Status is not available on Professional Liability Policy.CANCELLdION 30 day notice Wrill be t to the certificate holder. Project:00-251697-0 On Call CM and Inspection for CIP Projects City of Huntington Beach MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION 30 Day Notice of Cancellation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, City of Huntington Beach Public Works Department 2000 Main Street AU RIZED REPRES ATIVE Huntington Beach CA 92648 ej2/61.4••Xs ©1988-2015ACORD CORPORATION. All rights reserved. ACORD 25(2016(03) The ACORD name and logo are registered marks of ACORD i Pollution Incident LiabilityInsurance CNA Professional Liability and Pol ut 4. fully cooperate with the insurer or the insurer's designee in the defense of a claim, including but not limited to assisting the Insurer in: the conduct of suits or other proceedings, settlement negotiations, and the enforcement of any right of contribution or indemnity against another who may be liable to the Insured. The Insured shall attend hearings and trials and assist in securing evidence and obtaining the attendance of witnesses; 5. refuse, except solely at the Insured's own cost, to voluntarily make any payment, admit liability, assume any obligation, or incur any expense,without the Insurer's prior written approval; and 6. pay the deductible amount when due. After the Insured reports a circumstance or a claim is made and the Insured has the right under any contract to either reject or demand arbitration or other alternative dispute resolution process, the Insured shall only do so with the Insurer's prior written consent. C. The Insured's Rights and Duties in the Event of a Circumstance If the Insured reports a circumstance for which there may be coverage under this Policy, and the Insured gives the Insurer written notice containing as much detail as the Insured can reasonably provide regarding: 1. what happened and the professional services or activities the Insured performed; 2. the nature of any possible injury or damages; and • 3. how and when the Insured first became aware of such circumstance, then any claim or related claims that subsequently may be made against the Insured arising out of such circumstance shall be deemed to have been made on the date the Insurer received written notice of the circumstance. The Insured will cooperate with the Insurer in addressing the circumstance, and refuse, except solely at the Insured's own cost, to voluntarily make any payment, admit liability, assume any obligation, or incur any expense without the Insurer's prior written approval. D. Subrogation If any Insured has rights to recover amounts from another, those rights are transferred to the Insurer to the extent of the Insurer's payment. The Insured must do everything necessary to secure these rights and must do nothing after a claim is made to jeopardize them. The Insurer hereby waives subrogation rights against any person or organization to the extent that the Named Insured has, prior to a wrongful act or circumstance, entered into a written agreement to waive such rights. E. Premium All premium charges under this Policy will be computed according to the rules, rates and rating plans that apply at the effective date of the current policy term. F. Examination and Audit The Insured agrees to allow the Insurer to examine and audit the Insured's financial books and records that relate to this insurance. The Insurer may do this at any time during the policy term or any extensions, and up to three years after the end of the policy term. G. Legal Action Limitation 1. The Insured agrees not to bring any legal action against the Insurer concerning this Policy unless the Insured has fully complied with all the provisions of this Policy. 2. If, after the final adjudication or settlement of a claim, there is any dispute concerning tort allegations against the Insurer regarding the handling or settlement of any claim, the Insured and the !usurer agree to submit such dispute to any form of alternative dispute resolution acceptable to both Form No:CNA79034XX(11-2022) Policy No:MCH591960456 Policy Endorsement Page 13 of 17 Policy Effective Date:10/01/2024 Underwriting Company:Continental Casualty Company 151 North Franklin Street,Chicago,IL 60606 pyng ig s esery . Switzer, Donna From: Switzer, Donna Sent: Thursday, December 4, 2025 6:39 PM To: 'jrodriguez@rmacompanies.com' Cc: Pinel,Joseph Subject: City of Huntington Beach - 11/18/25 On-Call Const. Mgt, Mat.Testing & Inspection Srvcs Prof. Services Contract Attachments: 11.18.25 Certerra RMA Group PSC.pdf Hello, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Certerra RMA Group for On-Call Construction Management, Materials Testing 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,Switzer@surfcity-hb.org 2000 Main Street,Huntington Beach,CA 92648 1 Arirdurog......„0„. Ate° low ii I N "�. Professional Services *v ...., cit milk ,.•- P a ••, i,, Contracts for On-Call ;- -- . � � _ \ :?c Construction Management, _ -------- s Materials ting, and ___ __ ti,' 'r,_., . •.. '' , .. Inspection Servi__-_ -..„________.„-----,„ . - - - - __ ._...._....__,..„.‘_,,,,_..,.....,_. ._ * _____ _ ____ __ _ _ ___ .• Department of Public Works _ November 18, 2025 "0C) ,o• ncS Ills .•.‘•0••1, 44A>— . • 4; *,. 00 ► ales` 1 , 1 g lt�„�0s j SUPPLEMENTAL sss• 40/ COMMUNICATION .�,, V UN T Ar I IF Meeting Date: 11/18/25 .4111.' Air' 411.:41110P411,40,40 Agenda 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. j 'NTI i ............................. y x +I O�( \N�p0.pOg � V t•t 4.G �` .<:� ,`z `(- jT ••...•...•N \� ��� � �" -- (�4UNTY �P1// 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. ‘, TINGto ; 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. �,f vN�ING/04/ — �( •�NGORPO,RA71',0 s��\� Set may. �,xrJ � ..— ,:s-.. is ,;,i',:,:: ''1...:::'.1.44:::'.i:i'.::: I :;-, - ..411t.fol:,'.2;K,'.'t'liit'r4F,':-S:t;:g,Sk!',''''4 4 irk;i 1 - ,,k, , ,,„ A .I '; '` `v t 111 3 ,, ,p '''' liEs _fir i,,,R,r"f, ;,f ,ii 4, r`i,°':. :,,..i.'1,,,,.,,,. .‘ ,.,. • 4 ,..,..,,L(�, � � ( tk. a. ti „-- ,A:I:g:1:A:v,...4!„.i'.17,:,,,:.,,:":46',.,. oti. ,,,....:...,.i.f".....:.,..., r3,bbFF TT Y C% • (11) 0 .Ul) a) ,for.w..., i' . SINreriak., ProfessionalServices I., .••............ • ilP0R ••••� \ Contracts for On -Call •• � _ __ _ _\. \ \ 1 < \ Construction Management, ' - --- ---7--l'• "P' Materials Testing , and __-- -- 7/e/Piii • c'-') II e Z "if_ �_ �_ . . 1 __ _ _ ___ _ ; Inspection Services -�z- _ _ _ . _ - _ ___,_- Department of Public Works '- " • I November 18, 2025 •. i 4ck 0 ••iee. Pv •• •es• %••• \ / °OUNTN G P / 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 proposing a similar selection of 19 on-call consultants from this RFQ Selection. r ' +. Igi NT I N G T� , 'j y. '' f - 'It'\„, a 'I O`• ••�NGpRPOHgTFo.••. V \ i b ? R ,,t' i n e+') �: -4 i+r it `�`P". ' , — . ` i .ot 1 '- e \, 1, r 7„,,,,,,+,,,„ .,.; , ; All ...,,,,,,..............ix.s.,-,..\,,, .ouNTY o-,,- 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. . _er . .` �tat1't 4/i � �' / �`5.,, _-.. P ,fig. "i: .e.1.,2"." vi %ii,'''' 0 { �p i yamt � ----fL----. A 4' � K .` . 4;; r,. I, TINGT —�� / f .•\ ••QaCtt 4'EO •••< \,‘ Vi; i , - i ,, ;,;, i � t,� �oWWII rryy Q /1 • eoLNPi C� l i#� I 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 anyamount of work to awarded vendors as these services are • ,,����NTINGl an "as-need" basis o� � DRPOR'••QO�nn • �C ATF•�• V I � .... of UN-r( C #/ 0 al „mi. ci) O (in ■Nii) 1 ..... . , .. . r , $", s , , .. ,. . . ... i, . . ... ,,‘,..:Iti,„...4. ,;!,..s.,,.....44,....,,,,,,;::: 1eag 5,^F � . -, .Nb .1 it., ,,,:iii.1::_,I.....,...,_. . ,.„ ,... . ift- 7"-- !..-'._._ •.- . , s �FFF "x C ..„ ''. -. �i je,1;4 , t. ,jI j Fes, . i ',to -,' :,,.. ., :i. '.1, I, , ."! ' . #41 'tiittia,`--"'I',,,,,----edinIMMutli ...- 1 44'.t-t, ' - 4. 1 ' ' .• '', .=',ik. l'A1.: :r.1 4, t 1 i ,tt ��r Y'''r • i-:-.. , \, •‘ Y 'Jill I.I i ''SSd,D. 1 • tip, t f�' g / > k 4l . ��. t L. I. Jy.uY�. � K f It >V � Ji J' i YJ c V +x t' 't+,+'4 Y 4 tic � �� '� • F,Y. a 6"f C sa r+x __ _ c 1. X , tit ( lay xAw. ,,,,T4 r3