Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Dudek - 2025-11-18
�'\sNTINGT e. 2000 Main Street, oF�� AF...;,...... Huntington Beach,CA 92648 City of Huntington Beach 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.' 4e —I[J 391 File #: 25-881 MEETING DATE: 11/18/2025 C)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Berg & Associates, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and �r 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 A. 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 E 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 pl^� � powered by LegistarT'� J�� 392 File #: 25-881 MEETING DATE: 11/18/2025 In response to an expanded CIP budget-from $35 million to $63 million-the City anticipates the need for an increased number of on-call contracts to meet the additional workload and project complexity over the next three years. Such large projects and developments include multiple lift stations, water wells, arterial street rehabilitations, bridge rehabilitations, traffic signal and lighting projects, facility rehabilitation, and park projects. In addition to CIP construction management and inspection services the contracts are used to provide inspection duties for the Development Section. These duties include inspection services for utility permits and larger development projects that are covered by developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Qualifications (RFQ) on June 13, 2025, inviting firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFQ encompassed a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed the procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers, and complied with the federal Brooks Act and California Senate Bill 419. The City received twenty-seven (27) proposals in response. A three-member evaluation panel- comprised of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The Public Works Department consistently attracts highly qualified firms for such RFQs, resulting in a robust and competitive selection process. Based on evaluation results, staff recommend awarding nine (9) on-call contracts to firms to continue service to existing projects. The nine firms listed would reduce any potential interruption of construction services. Additionally, nine (9) other qualified firms shall be considered for further approval and will be recommended in a subsequent council meeting. Recommended Firms The current recommended firms are: Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc.; Harris & Associates, Inc.; and PSOMAS. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-material basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant City of Huntington Beach Page 3 of 4 Printed on 11/12/2025 powered by 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 LegistarT' 394 6TING7" 1.4 '��twrfljp 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 fumes 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 final inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment, labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out,require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced, or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project. Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site,number and names of workers with hours on site,work accomplished, problems encountered, and other relevant data.Provide copies of daily logs to City as required. Include information on contractor and the entire-project, showing percentages of completion. Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10. During the course of construction,maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements,reporting, and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon&State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates,benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a final report to the City upon completion of each project summarizing any identified discrepancies and resolutions to those discrepancies affecting the project. 9. Defend certified payroll audits if conducted by controlling agency. E. Construction Materials Testing 1. The consultant shall be responsible for all the tests as required by the Caltrans Standard Specifications and the Project Special Provisions. 2. The consultant shall perform the materials testing services in accordance with the City's approved Quality Assurance Program (QAP) (See Appendix E), California Department of Transportation, Construction Manual, Chapters 3, "Control of Materials" and Chapter 6, "Sample Types and Frequencies."The consultant shall provide for initial"Samples and Tests" on materials proposed for use in the project. The firm shall provide for "Acceptance Tests" on materials that will be incorporated into the work. Sampling should begin as soon as material is delivered or in place. Sampling shall continue as work progresses. 3. The consultant shall conduct all testing in a Caltrans Certified Laboratory, or equivalent. All sampling and testing shall be done by personnel and laboratory with the appropriate accreditation for the testing and sampling designated to perform. Proof of the appropriate accreditation shall be submitted for approval by the City. 4. Provide a qualified technician as necessary to conduct density tests as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four(24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17" sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max. and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter.(Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form(See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel,sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish(months&years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code (CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches, and solutions to similar projects that would be undertaken by the City, and detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CIP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major proj ects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year,locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.cfm b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview,if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. 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. Staffmg - 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%20Pennits%20& %20CodeBusiness%20License/FORMS/Standard-Business-License-Application%202024.pdf K. Interview- After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. S. 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. EXHIBIT A Pre-Qualification Form • PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES .,.d5 "N,E•r3✓'�,". �-' . e,v^.,f">, , ., .:f b ; �!FA n f : : f �;.' � ;& 1��:%p-'Y 4 ' $ v-, ;.+.,F.. •.i Gy� " ':: tk ^ c i.^crk;:�1�.,a�f'37;r v., .;"ti ., f..y ir..,awP v . ,,r"`�� syw'y; \r 5 . e cY •.�:�'f{"'`"�,k «:1"p iR: teir.b;R' .r?e�i'v. e'K :YF/3 4"C} K,/r L .:.� a . , .w. , ,,: v; . .:��, <, -. . lli .. d , lua '<1 ,�roa. i, l3f ` i Fyt 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). Film 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: IAPPENDIX 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 maybe 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/professionalsvcs 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 CON IltACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY,become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all agree/surfnet/professional svcs mayor 5/19-204082 approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any fmancial 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/professionalsvcs 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/surfnet/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/surinet/professional svcs mayor 5/19-204082 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor • By: print name City Clerk ITS: (circle one)Chairman/PresidentNice 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 ofinsurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best'sRating of no less than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions or similarforms ofcoverage limitations or modifications must be approved by the Risk Manager and City Attorney ofthe City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type . , Minimum InsuranceRequirements .. .. Professional Liability .. Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate.Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix revised 10-27-08 1 of 1 CITY OF HUNTINGTON BEACH �oc.--Nt ?�,;T,,N?%•.. RCA Contract Agreement Summary '�F r;�oQ;.' Co(JNT,.C%/// GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT November 18, 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT[S) In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pinel CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE.$1,500,000 3-years VENDOR NAME+TYPE OF SERVICE Dudek will serve as an on-call professional specializing in construction management and inspection. Consultant will serve as construction managers and inspectors during various construction projects and will support City staff in a nonpermanent capacity.. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts.FE) CITY OF HUNTINGTON BEACH 658 ' I PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND DUDEK. FOR ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY,"and, DUDEK., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates George Litzinger 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. 25-17168/392216 1 of 12 3. TERM:TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence ont4o i4, 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed One Million Five Hundred Thousand Dollars($1,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 25-17168/392216 2 of 12 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 apply to all claims and liability regardless of whether any insurance policies are applicable. 25-17168/392216 3 of 12 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. • 25-17168/392216 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 25-17168/392216 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. 25-17168/392216 6 of 12 CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 25-17168/392216 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 Dudek ATTN: Director of Public Works ATTN: Legal Department 2000 Main Street 687 S. Coast Highway 101, Suite 110 Huntington Beach, CA 92648 Encinitas, CA 92024 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. 25-17168/392216 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 25-17168/392216 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. 25-17168/392216 10 of 12 L 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. 25-17168/392216 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, DUDEK a municipal corporation of the State of California By: OS 17� V✓ or t cv / Manager print name ITS: (circle one)Chairm rresiden ice President INITIATED PROVED: AND Director of Public Works By: Q V -_ DG,h1 r°«e guSS APPROVED AS TO FORM: print name ITS: (circle one)Secretary/Chief Financial Officer6st. Secre —Treasurer City Attorney Date t Or ti+l ems' RECEIVE AND FILE: 14.-)titott, City erk Date /a/3 A25- 25-17168/392216 12 of 12 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide on-call Construction Materials Testing Services B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: • EXHIBIT A ''''-' ,*-3':4,4 r , •- - •. .F... , ."‘'.: '--'7..C.7 's=, , • s ' ' ':".-45,g,'•'; '. ''.i; ti ,- . . \Z\--- .- '',^N •'',' ';, -ilitkA'' ss-'‘*\; -,iZ: .-.2.:-.,'-'1.i.f<,,, .--. .,. ,::,-- , ,., - s - •, ,,,,...z.k,-,-,., * ,.'.. -•• . . -.. , , - • \,,....--S.4,--1.-;,., ' .... . ,..! ^'.<'-',"'''' •'.. \ ' ,'\ ..., `, , .',' 41,`, VW, ' V• ''',4.,',„,'-,'',...,-, ,' ‘..,,, ": ,".\7`,..;.-,:l..,V* 4. C'' ,.., , b,Vt ' ,,1:+,k4,,,,,=. ' ,., ;* '.).• ',‘ -.-t \ ,...; 4, 4, I- ''' '... :, -,14‘. ,,,,; ‘`'i"St, "ii,"''*' Vs'ik.tr' ', '\ t \y7k,•>..,4. .,.- ,' • •-e '.. -,- —- ' ,,,,, i:. ,, ,,t4, t\,-,-'4, ',:kk,\A‘, /*k„,\''',,zsi'' ,*".. ‘2-5,.,„'''''.'.'4,:',,,",,,'"';1; cit;'' •--',41i \ ' A s ,I, i''''. (i. W.p.. ' ; '''''''.4...,_'''''''''''''7''‘'P.:,-.7:—'''''S,'„,,;'ill.4';''''***''',''',:/';'''''' ''''''''A , • ,'\' ''''''.k‘ - ., r'..*''„,,,*k '\'\,''1'4'‘,,,*,_ •7'4141, *.l'ili —.4: ri..... ' s,,,,*.14\ 'k: ' i.,,* ,‘.7'..._4,..--,.. ' .t.:4,,,e-,. '.'!" .t ..4 , '.. -4.,;:%.,,.'4.,1:.. .::*"‘*°,1* • ',','!‘.:‘'. *;,,, " '',''.\-,,V. '*;..?s, ,,, .,..,,, '., ' ',,:.. '",*•.*,t& Vilk.. -'','., ,.t ...-' -'tn., - '`,i,,;......,-.. ,,, • -1,1' t.It i. \': --..—....-.•-- '4., ...,,,,,),„..., ,,,,,\,,,,,.:t•\‘'‘, ''''' .'•s '',1 '; *- ,,• „0:q''. , ''!" ;,* ' /**k"..,,,,," ,ky. .,. „.,' ..,'*•....XN**:',,,,,,:`,, ti '.‘.;-,‘ ..''',A. . -';',-- 1 ., '° t .• ,.. ;:t. , t 1 t.';'— '44. ',;1 -s,„ ' "- - •''''it,‘,. L'i• ' • .i'4,‘.''''.: ''',.., , -. . Ale. -'',,i14), ' * . ,,- '`I'.• ‘" A, ,. .. . , - '•'‘'„ I ,. ..,, .. -.. • -t, , ',4,, ,'",::.:Z....`"...,,,`,7*.r::','•*"*', ''''..:'"*...,'':' fi'''''•l'i ''*A), ' - ' •..f, k• . ' U i''.''' 11 ...41 . .r, • . . 1 . . . ' ... .,..."''' . ,.,.. , „. •''.''''.-,:t1 , PROPOSAL FOR ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING AND INSPECTION SERVICES . .. _ CITY OF HUNTINGTON BEACH - --- — = - JUNE 13,2025 _ . - 4z1=1,' % '1-1 Nct'S kr '7,1 of' 27271 Las Ramblas,Suite 340 / Mission Viejo,CA 92691. / 949.450.2525 'tott OAJ L;$1 C ti..*,‘,, DUDEK A. Cover Letter June 13, 2025 Jessica Castro City of Huntington Beach 2000 Main Street Huntington Beach, California 92648 Subject: On-Call Construction Management, Materials Testing,and Inspection Services Dear Jessica Castro, Dudek appreciates the professional relationship we have built with the City of Huntington Beach (City) over the past 15-plus years, and we look forward to strengthening that relationship by continuing to provide quality, practical, and cost-effective construction management, inspection, public relations, and labor and funding compliance monitoring services. Over the years, we have worked as an extension of City staff to successfully complete several City projects and we currently have construction managers and inspectors working in the City's Inspection and Construction Management Division, as well as on other projects. Dudek's construction management team specializes in municipal projects and has a successful record of accomplishment working with the City and in Orange County on a variety of pump stations, lift stations, curb, gutter, sidewalks, pipelines, structures, road rehabilitation, and bridge retrofit projects. Our construction managers, engineers, inspectors, and administrative support staff offer the right knowledge, resources, and experience to match the City's project needs. They are familiar with the California Department of Transportation (Caltrans) Local Assistance Procedures Manual (LAPM), Caltrans Manual, and other Federal Highway Administration requirements and will administer the projects in accordance with Chapter 10 of the LAPM. Dudek's staff includes construction managers (including Professional Engineers); Certified Construction Managers (CCMs); inspectors (including NASSCO, ICBO, ACI, Special, and LEED-certified); resident engineers; on-staff schedulers proficient in the City's Project Tracking System (PTS), Primavera, Procore, and Microsoft Project experts; Certified Professional Estimators (CPEs); labor compliance monitors; and administrative and specialty staff with excellent communication skills that are essential to successfully managing complex, multiparty projects. Our construction managers and inspectors are flexible and efficient in managing various projects for the City, reducing the need for multiple consultant staff. Dudek has always provided the City with the requested construction managers and inspectors, and we have never pulled a "bait and switch" with any of our staffing during the course of a project. We will provide staffing that does the job efficiently and keeps the City well informed. Most, if not all, of our staff understand the City's procedures and processes and work well as an extension of City staff. We are familiar with state and federal funding requirements, as well as local financing. We are also familiar with labor compliance requirements and have in-house staff specializing in this field to support the City as required. Our closest office to the City of Huntington Beach, and from which projects will be managed, is in Mission Viejo at: 27271 Las Ramblas, Suite 340, Mission Viejo, California 92691, and our telephone number is 949.450.2525. We have provided project descriptions of our experience that are representative of the projects the City may need assistance in managing. We have included client contact information with each project description, and we encourage the City to call our references as we are proud of the testimonies our clients provide. Authority to Bind the Firm: The individual with the authority to contractually bind the company is Joseph Monaco, president and CEO. Joseph designates George Litzinger, PE, project principal, as his representative during the selection process and contract negotiations. We appreciate your consideration of our proposal. Please contact George at 619.980.7048 or glitzinger@dudek.com if you have any questions or need additional information during the proposal selection process. Sincere George Litzinger, PE J Monaco,AICP Project Principal President/CEO Joseph Monaco is authorized to sign on behalf of Dudek. On-Call Construction Management, Materials Testing,and Inspection Services ii DUDEK Table of Contents SECTIONS A. Cover Letter B.Vendor Application Form (Appendix A) iv C. Prequalification Form (Exhibit A) vi D. Service Category 1 E. Preferred Staffing 15 F. Understanding and Methodology 16 TABLES 1 Dudek Recent Orange/Los Angeles County Project Experience 3 2 Summary of Staff Qualifications 4 FIGURE 1 Organizational Chart 15 APPENDIX A Resumes B Rate Sheet DUDEK B. Vendor Application Form (Appendix A) REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT` DNEW RCURRENT VENDOR Legal Contractual Name of Corporation: Dudek Contact Person for Agreement: Monaco Corporate Mailing Address: 605 Thud Street City,State and Zip Code: tom.to 92024 E-Mail Address: iT" O 'de Phone: 760_9425147 Fax: 760_632.0164 Contact Person for Proposals: George Litz nger Title.Construction Management Division Manager Eflail Address: girtzingereacludek.com BusinessTllephone _819:960.7048 Business Fax 760.744.457° Is your business:(check one) =NON PROFIT CORPORATION EFOR PROFIT CORPORATION Is your business:(check one) BCORPORATION =LIIt'iii3_D LIABILITY PARTNERSHIP =INDIVIDL?AL :SOLE PROPRIETORSHIP =PARTNERSHIP =UNINCORPORATED ASSOCIATION DU •EK Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Bob Kelleher Outside/independent Director 760.942.5147 Torn Latin Chair,.Outside Director 760.942.5147 Meg Lassarat Outside Director 760.942.51 47 Sarah Lozano Larson Principal 760.042.5147 Joseph Monaco(authorized signer) President/CEO 760.942_5147 Jill Weinberger Principal 760.942.5147 Federal Tax Identification Number: 95-3873865 City of Huntington Beach Business License Number. A262143 (If none.you must obtain a Huntington Beach Business License upon award of contract) City of Huntington Beach Business License Expiration Date: 3r31/2026 • Additional signers Eric Wilson coo 760.942.5147 Pete Campbell Vice President Federal Services 760.942.5147 Helder Guimaraes Chief Financial Officer/Treasurer 760.942.5147 Michael McGrattan Chief Information Officer 760.942.5147 D. Vice Michael Metts President,Engineering 760.942.5147 Amy M.Paul General Counsel;Secretary 760.942.5147 Vice President Human Resources;Assistant 760.942.5147 Danielle Voss Secretary: On-Call Construction Management, Materials Testing, and Inspection Services DUDEK C. Prequalification Form ( Exhibit A) PRE-QUALIFICATION FORM ON-CALL CONSTRUCTI()\MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?Y/N (circle) A. Construction Management ©e /No G L (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). GL (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Dudek Firm Address: 605 Third Street,Encinitas,CA 92024 Signature: Date: June 13,2025 DUDEK D. Service Category D.1 Demonstrated Capabilities FIRM OVERVIEW Dudek is a California-based environmental and engineering consulting firm DUDEK AT/\GLANCE with offices nationwide staffed by more than 900 planners,scientists, civil engineers, contractors,and technical experts.We help our clients address challenges related to infrastructure, planning, and the environment to drive project progress and create lasting results. With analyses based in science and ethics, Dudek offers solutions that encompass the project life cycle and Multidisciplinary environmental and engineering services anticipate future needs. Our professionals find practical, cost-effective approaches to help you achieve your project-specific and overall goals.We 21 45 Y work to build your trust, which allows us to offer constructive and durable OFFICES BUSINESS project solutions. JOO t anplo;=ec-o-caned CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES EMPLOYEES TOP 125 C:+1P�LILCS L §Fk3pU_fr14t✓(AMS Dudek's construction management professionals specialize in public TOP54 TOPS1 infrastructure and buildings,and private-owner development projects. Our CAI�fltt ,1�Hf`Ak, {R`"""U fS1`°' project managers, inspectors, resident engineers,and specialty staff members blend technical knowledge with a commitment to finding timely solutions,Our team has managed hundreds of complex construction projects while coordinating with regulatory agencies,contractors,consulting firms,and municipalities.Our focus on communication and attention to detail leads to well-built,timely construction efforts. Our construction management and inspection team interpret each project's plans,specifications,and permits to facilitate compliance,and work to build a collaborative,trusting relationship.We quickly and proactively find solutions to construction challenges to avoid project delays. Dudek's construction management staff includes: • Licensed Professional Civil Engineers(PEs) • International Conference of Building • Division of the State Architect inspectors Officials inspectors • NASSCO-certified inspectors • Construction Management Association of America (CMAA) Certified construction • American Concrete Institute (ACI)- managers certified inspectors LABOR COMPLIANCE Dudek has in-house staff specializing in monitoring certified payroll submissions with compliance to Department of Industrial Relations(DIR) requirements. We use LCPtracker to monitor general construction and subcontractor payroll ensuring compliance with required forms required by the DIR. CONSTRUCTION MATERIALS TESTING TM1 We have included Atlas Technical Consultants (Atlas) on our team to ensure we are providing the full scope of services on this contract. Atlas is a trusted partner with whom Dudek has a successful, long-term relationship. Atlas is a professional services firm in operation since 1959 providing geotechnical engineering; construction material testing and special inspection; infrastructure design and modeling; environmental compliance and permitting; and program, project, and construction management services. Atlas employs more than 3,000 people in over 140 offices, including licensed geotechnical and professional engineers, engineering geologists, certified inspectors and testing technicians, environmental engineers, geophysicists, and appropriate support personnel. STAFF AVAILABILITY AND CONTINUITY r Dudek offers the City a team with accessible, committed staff who are ready to begin work immediately. Internally, Dudek focuses on hiring and retaining the most qualified construction management and inspection staff. We take care of our professionals. As a result, we have low staff turnover and career longevity. We can deliver a team that will stay . dedicated to the City's project assignments and committed to ,, responding to project needs or changes promptly. Dudek will not provide a parade of ever-changing construction managers and inspectors; we will commit our approved staff to the City. LOCAL PRESENCE AND EXPERIENCE Dudek has offices in Mission Viejo, San Marcos, and Pasadena,from which projects will be managed. Dudek has extensive experience providing construction management and inspection services throughout Orange and Los Angeles Counties and the surrounding areas. We have provided as-needed and project-based services to the Cities of Huntington Beach, Laguna Beach, Irvine, Lake Forest,San Clemente, Rancho Santa Margarita,San Juan Capistrano and Anaheim. Consequently, Dudek has an excellent rapport with the County's and affected cities' departments, as well as the utility companies that service the area, which will be an asset on the City's upcoming projects. Through our work in the area, Dudek has worked with many of the local contractors that will be bidding on the construction of the City's various projects. The expertise of our construction management team and knowledge of the construction process and procedures gives our team a thorough knowledge of the construction climate in the area and the ability to successfully serve the City. The following is a partial list of Dudek's local Orange and Los Angeles County project experience in the last 7 years. Table 1. Dudek Recent Orange/Los Angeles County Project Experience Agency Projects Federal/State Funding City of Huntington Beach Various projects through our current as-needed contract V City of Anaheim Recycled Water Plant, Pipeline,and Pump Station City of Laguna Beach Annual Slurry Seal Project ✓ City of Laguna Beach Coast Highway Intersection Improvements City of Laguna Beach Temple Hills Drive Pedestrian Improvements City of Laguna Beach CIPP Lining of Sanitary Sewer System City of Lake Forest ADA Ramp Phases 5-9 ✓ City of Lake Forest Foothill/Bake Slurry Resurfacing City of Lake Forest Saddleback Road Modifications ✓ City of San Clemente 10 miles of Recycled Water Pipelines ✓ City of San Clemente 48-Inch RCP/Pipe Storm Drain Project City of San Clemente Beach Stair and Bridge Pier Modifications City of San Clemente Ole Hanson Historic Building Renovation City of Anaheim Recycled Water Treatment Plant City of San Juan Capistrano Sewer Lining-CIPP-NASSCO ✓ City of Culver City Sewer Lining-CIPP-NASSCO Sewer Main Lining Phases I, II,Ill City of El Monte Road Rehabilitation Project City of Rancho Santa Margarita Various projects through our as-needed contract City of Culver City Sewer Main Lining Phase IV Moulton Niguel Water District Potable and Recycled Pipeline Replacements On-Call Construction Management, Materials Testing,and Inspection Services 3 D.2 Key Personnel To staff as-needed contracts appropriately, Dudek selects staff members who will be the most responsive, applicable, and efficient to meet client needs. George Litzinger, PE, is the management contact for the City and will serve as project manager and principal in charge for the City's projects. For this contract, George has assigned Southern California team members who are conveniently located, skilled to match the variety of City needs, and committed for the duration of the contract. In addition to Atlas, we have added Rockwell Construction Services (RCS) to our team to provide electrical inspection and instrumentation services. RCS provides electrical project review, inspection, and general construction management assistance. The RCS goal is to identify and correct problems before they happen by working closely with the construction team from review of the contract documents pre-bid through final operation/maintenance manuals and as- built drawings at the conclusion of a project. The founders of the firm, Rock Swanson and Jim Hudson, combined offer over 65 years' experience in the industry as electrical contractors. Table 2. Summary of Staff Qualifications Personnel Role/Years of Experience Licenses/Certifications George Litzinger, PE Project Principal/Management Professional Civil Engineer CA No.47544 Contact CA Contractor Engineering Class"A" License No. 731744 40 years of experience Landscape License C-27 Jason Linsdau,CCM,NASSCO Alternate Management CMCI Certified Construction Mgr., ID#5042 Contact/Construction Manager NASSCO Certifications: ITCP; PACP; MACP 25 years of experience AGC Advanced SWPPP Training 8-Hour Course Ryan Ruiz, PE,QSP,NASSCO Construction Manager Professional Civil Engineer No.C86394 14 years of experience CESSWI Qualified SWPPP Practitioner(QSP) NASSCO Certifications:ITCP; PACP; MACP Bill Gallegos Construction Manager US Army Corps of Engineers 39 years of experience Vicksburg Educational and Experimental Center Various 80-Hour Courses(see resume) Marius Jaskula, PE,CCM Construction Manager Professional Civil Engineer CA No.C61060 35 years of experience CMCI Certified Construction Manager, ID#A1588 U.S.A.C.E.Construction Quality Management Cert. Vince Gaby,CEG, RG Construction Manager CA Certified Engineering Geologist,CEG 1755 30 years of experience CA Registered Geologist, RG 5282 Certified Nuclear Gauge Operator, Radiation Safety Officer On-Call Construction Management, Materials Testing,and Inspection Services 4 1 b 011,3 Table 2. Summary of Staff Qualifications Personnel Role/Years of Experience Licenses/Certifications Garrett White,QSP, NASSCO Inspector ACI Concrete Field Testing Technician Grade I 39 years of experience ACI Concrete Repair Basics Qualified SWPPP Practitioner(QSP)#23394 OSHA 10-Hour Confined Space Safety and Training Cert. NASSCO Certifications:NASSCO Certified Trainer, ITCP; PACP; MACP Chad Costello Inspector American Concrete Institute 8-hour seminar 20 years of experience American Shotcrete Institute 8-hour seminar John Przybyszewski Inspector South Coast Air Quality Management District Fugitive Dust 38 years of experience Control Certificate Al Olea Inspector Hazmat Certified CFR-49 36 years of experience ICBO-Certified Building Inspector John Griffin Inspector APWA Certified Public Infrastructure Inspector(CPII) 40 years of experience Qualified Storm Water Practitioner(QSP) IMSA Work Zone Safety Brian Arii Scheduling/Estimating Cured-in-Place Pipe Inspection(ITCP-CIPP)#CIPP-0517- 30 years of experience 0202087 D.3 Public Agency References ON-CALL CONTRACT MANAGEMENT EXPERTISE Dudek has built a reputation for providing supplementary construction management, inspection,federal funding expertise,scheduling, cost estimating,environmental, planning, regulatory, engineering, and operations services, offering public agencies a cost-effective way to accomplish short-and long-term goals. With our skilled staff,we expand your ability to tackle more projects and expedite complex project processing by leveraging our long-standing relationships with regulatory agencies. Dudek has the resources and staff to meet the needs and requirements of the City's projects. The key to providing as-needed services is to be flexible and responsive to the needs of the projects, especially in construction. Construction is very unpredictable and contractors'schedules can change daily. Dudek is accustomed to responding to the changing schedules and being proactive to minimize underutilized staff working on a daily basis with the contractor. Dudek's Construction Management Division is currently providing on-call services to more than 30 cities, water and wastewater districts,and municipal agencies throughout Southern California. On-Call Construction Management, Materials Testing,and Inspection Services 5 HUNTINGTON BEACH AS-NEEDED CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES Client: City of Huntington Beach Dates: 2008-Ongoing Key Dudek Staff: George Litzinger,Jason Linsdau,John Przybyszewski,Al Olea, Brian Arii, Garrett White Project Manager: David Fait, 714.642.3005, David.fait@surfcity-HB.org Since 2008, Dudek has provided construction management and inspection services on several of the City's capital improvement program (CIP) projects. We are currently providing two in-house inspectors who have provided inspection on a wide variety of projects. Dudek's services are typically provided in the form of a full turnkey construction management team—construction manager, inspector, and special inspectors—performing typical services such as administration, daily and special inspections, manage schedules, change orders, document control, progress payments, submittal review, Request for Information (RFI) review, cost estimates, as-built drawings and operations and maintenance manuals, start-up and project closeout, and warranty period support. Recent projects where we have provided construction management and inspection services include the following: Project Year Project Year Heil Ave Storm Water Pump Station Ongoing Trinidad Pump Station Rehabilitation Project 2017 Residential Overlay Project 2020 Brookhurst Bridge Preventive Maintenance 2017 Central Park Restrooms 2020 Atlanta/Adams Street Paving Rehabilitation 2017 Saybrook Lift Station 2020 Worthy Park Reconfiguration Project 2017 Arterial Rehabilitation—Edinger 2019 Warner/Edinger Street Paving Rehabilitation 2017 Atlanta Avenue Widening 2019 Gothard/Center FDR Street Rehabilitation 2016 Various Utility Inspections 2018 Sewer Slip Lining 2016 Edinger Widening 2018 Main Street Talbert, Heil Street Paving 2016 Rehabilitation Atlanta/Indianapolis Street Paving Rehabilitation 2018 Zone 12 Residential Overlay Project 2016 Zone#10 Residential Overlay Project 2018 Brookhurst Frontage Road Rehabilitation 2016 Tree Petition Operetta Drive Rehabilitation Tree Petition 2018 Nichols FDR Street Rehabilitation 2016 Heil and Main Street FDR Street Rehabilitation 2018 Water Well#5 Security Improvement Project 2015 WAGS Warner Avenue Gravity Sewer Project 2017 Zone 8 Residential Overlay Project 2015 On-Call Construction Management, Materials Testing,and Inspection Services 6 AS-NEEDED CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES Client: City of Laguna Beach Dates: April 2017-Ongoing Key Dudek Staff: George Litzinger, Ryan Ruiz,John Griffin, Brian Arii Project Manager: Nathalie Chan, 949.497.0741, nchan@lagunabeachcity.net Dudek was selected in April 2017 to provide as-needed construction management and inspection services on various City CIP projects. We have provided the City with construction managers and inspectors for a sewer lift station, park upgrades, and several street projects, including the following: • Coast Highway Intersection Improvements: Work for this project included sidewalk, Americans with Disabilities Act(ADA), decorative concrete, traffic signals, streetlights, and landscaping/irrigation improvements. Close coordination with the California Department of Transportation (Caltrans) was required throughout construction. • Temple Hills Pedestrian Improvements: Work for this project included the construction of over 1 mile of new sidewalk, ADA, and driveway improvements on a very steep grade. Dudek also provided public relations services, coordinating daily with the impacted residents. • Zone 2 (Top of the World)Street Slurry Seal and Rehabilitation: Work for this $2 million project consisted of mobilization, clearing and grubbing, sawcut, removal and reconstruction of asphalt concrete (AC) pavement, grind and overlay, removal and replacement of AC berms and curbs, Caltrans traffic loop replacement, weed killing and crack sealing, application of Type I slurry seal, traffic control, stormwater pollution prevention, pavement striping and markings, utility adjustments, and other miscellaneous improvements. • Zone 3 Street Slurry Seal and Rehabilitation: Work for this $1.6 million project consisted of mobilization, clearing and grubbing, sawcut, removal and reconstruction of AC pavement, grind and overlay, removal and replacement of AC berms and curbs, weed killing and crack sealing, application of Type I slurry seal, traffic control, stormwater pollution prevention, pavement striping and markings, utility adjustments, and other improvements. On-Call Construction Management, Materials Testing,and Inspection Services 7 3�)� I.S P ..i. ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES Client: City of Rancho Santa Margarita Dates: June 2016-Ongoing Key Dudek Staff: George Litzinger, Brian Arii, Garrett White Project Manager: Wilson Leung, 949.635.1800, wleung@cityofrsm.org Dudek has provided construction management and inspection services on several road rehabilitation and slurry seal projects. Over the last 9 years, we have provided construction management and inspection on 9 different CIP projects, including: ■ Annual Residential Slurry Seal (FY 2016-2017 and FY 2019-2020) ■ Annual Slurry Seal (FY 2017-2018) ■ Avenida Empresa Pavement Rehabilitation ■ Annual Slurry Seal (FY 2018-2019) ■ Avenida Empresa Pavement Rehab ■ Avenida de las Flores Slurry Seal Project ■ Avenida de las Flores Slurry Seal Project ■ Arterial Slurry Seal at Various Locations ■ EP 19-75 Crown Castle Fiber Installation Encroachment Permit AS-NEEDED CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES Client: City of San Marcos Dates: 2009-Ongoing Key Dudek Staff: George Litzinger, Marius Jaskula, Jason Linsdau, Garrett White Project Manager: Kyle Wright, 760.744.1050 ext. 3209, kwright@san-marcos.net Since 2009, Dudek has been providing construction management and inspection services on several road, drainage, sewer, and park projects. Over the last 15 years, we have provided the City with construction managers, inspectors, and special inspectors on over 30 different CIP projects. Dudek provides qualified construction managers or inspectors to meet each request, depending on the type/level of staffing required, typically on short notice.The City's staffing needs vary from needing only a single inspector or construction manager to a full turnkey construction management team.The services provided to date have included construction management and administration, daily and special inspections, schedule management, change On-Call Construction Management, Materials Testing, and Inspection Services 8 orders, document control, progress payments,submittal review, RFI review, cost estimates, as-built drawings and operations and maintenance manuals, start-up and project closeout, and warranty period support. Recent projects where we have provided construction management and inspection services include the following: Project Year Project Year Barham Drive Widening and Overlay 2018 Discovery Street Median Improvements 2023 Right of Way Inspection Services 2023 Annual Surface Seal Project 2023 Biological Monitoring Services 2023 Citywide ADA Traffic Signal Modification Project 2022 Borden Bridge 2020 San Marcos Boulevard Sewer Extension 2012 Channel Widening at Grand Avenue 2020 Rancho Santa Fe Road Fiber Optic Interconnect 2018 San Marcos Blvd.at Discovery 2023 Inland Rail Trail Project 2017 Bingham Drive&Bailey Court Infrastructure 2022 ' Slurry Seal of Grand Ave.and San Marcos Blvd. 2020 City Hall Re-Roof Project 2017 Sidewalk Repair/Replace San Elijo Town Center 2008 2012-2018 City-Wide Slurry Seal Program 2018 ; Bradley Park Field Re-Grading Project 2023 Rancho Santa Fe Rd. Rehab Project 2018 Creekside Marketplace Building Addition 2003 AS-NEEDED CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES Client: City of San Clemente Dates: 2013-Ongoing Key Dudek Staff: George Litzinger,Jason Linsdau, Ryan Ruiz, Chad Costello, Garrett White, John Przybyszewski, Brain Arii Project Manager: Amir Ilkhanipour, 949.361.6130, ilkhanipoura@san-clemente.org Dudek has provided construction management and inspection services to the City over the past 12 years for a variety of projects, including beach access stairs/bridges, historic buildings. storm drains, pipelines, reservoirs, and park projects. SPECIFIC PROJECT EXPERIENCE RECYCLED AND POTABLE WATER SYSTEM PIPELINE, PUMP STATION, AND RESERVOIR EXPANSION PROJECT Client: City of San Clemente Dates: January 2013-July 2014 Key Dudek Staff: George Litzinger, Chad Costello, Marius Jaskula, Garrett White Project Manager: Amir Ilkhanipour, 949.361.6130, ilkhanipoura@san-clemente.org On-Call Construction Management, Materials Testing, and Inspection Services 9 fl3 3Yi ! ' The City of San Clemente expanded its recycled water system by constructing multiple projects in three concurrent phases—Water Reclamation Plant Expansion and Pump Station (Project 1), Cordillera and Recycled Water Reservoirs and Pipeline Schedule III and IV(Project 2), and Pipeline Schedule I and II (Project 3).The treatment and effluent pumping system are being expanded, almost 10 miles of recycled water transmission mains (6-inch to 20-inch PVC and ductile iron) are being constructed, and an existing reservoir converted and new small reservoir constructed. These projects were funded from several federal and state grants and a State Revolving Fund loan.The project was bid as three separate construction contracts. Dudek provided corrosion protection engineering services and inspection on Project 1. Dudek also provided resident engineering, inspection, and specialty inspection on Projects 2 and 3, and handling required coordination with all interested parties involved on the projects, including several City Departments and its consultants for required special inspection, geotechnical engineering, environmental, engineering,traffic control plans, County Department of Health, and all utilities. POTABLE AND RECYCLED PIPELINE REPLACEMENTS AT 1-5 AND OSO CREEK Client: Moulton Niguel Water District Dates: May 2019-October 2020 Key Dudek Staff:George Litzinger, Garrett White,John Przybyszewski,Chad Costello, Bradley Voorhees, Brian Arii Project Manager: Todd Dmytryshyn, 949.425.3525 Dudek provided comprehensive construction management and inspection services for this project that included construction of a new potable water and recycled water pipeline undercrossing the 1-5 freeway and Oso Creek at the Oso Creek Bridge in the City of Mission Viejo. The new undercrossing consists of a 72-inch steel casing constructed via trenchless microtunneling method. The two pipelines were installed within the 72-inch steel casing: a 20-inch fusible polyvinyl chloride (FPVC) potable water pipeline encased in a 30-inch FPVC pipe, and a 30-inch FPVC recycled water pipeline encased in a 36-inch FPVC pipe. A second microtunneling undercrossing was constructed on the east side of 1-5 beneath Oso Creek within the Mission Viejo Country Club to connect the new 20-inch potable water pipeline to an existing 12-inch potable water pipeline towards the south. The second undercrossing consists of a 30-inch steel casing via microtunneling method. A 12- inch FPVC potable water pipeline was installed within the 30-inch steel casing. Open-trench pipeline installation was conducted from the microtunneling jacking and receiving shafts to connect the new pipelines to the respective existing potable water and recycled water mains. On-Call Construction Management, Materials Testing,and Inspection Services 10 AGUA HEDIONDA LIFT STATION AND FORCE MAIN REPLACEMENT PROJECT Client: City of Carlsbad Dates: November 2016-March 2018 Key Dudek Staff: George Litzinger, Garrett White Project Manager: Terry Smith, PE, 760.613.8205 Dudek provided inspection services for the replacement of the City's force main and gravity sewer outfall pipe to the Encina Waste Water Treatment Plant.The facilities replaced included 1,600 linear feet of horizontal directional drilled (HDD) 36-inch force main. The HDD segment was installed from Agua Hedionda Lagoon to Avenida Encina. The project also included micro tunneling and open-trench segments for which Dudek provided inspection services. Dudek also provided review and analysis of the contractor's construction schedule, RFIs, requests for change orders, plans and specifications, and progress payment requests to ensure conformance with the contract documents. CITY OF FONTANA COMMUNITY SENIOR CENTER Client: City of Fontana Dates: 2008-2011 Key Dudek Staff: George Litzinger, Garrett White,Al Olea Project Manager: Luis Villalobos, 909.350.6644, Ivillalobos@fontana.org Dudek provided construction management and inspection services for the City of Fontana's 42,320- square-foot senior community center, which is located on a 2-acre site. Project responsibilities included pre-construction project management, construction management, quality control inspection, testing coordination, document control, and change order management. The center houses a fitness and exercise room, digital theater, multiple arts and crafts rooms, billiards room, computer center, library and gallery, card parlor, and counseling and screening exam rooms, as well as staff administration offices, a commercial kitchen, a café, a multipurpose room, and an outdoor patio. Winner of the CMAA Southern California Chapter 2011 Project Achievement Award for New Construction, Buildings NATIONAL CITY LIBRARY AND COUNCIL MEETING ROOM REMODEL Client: City of National City Dates: August 2015-May 2016 On-Call Construction Management, Materials Testing, and Inspection Services 11 lr Key Dudek Staff: George Litzinger, Garrett White, Al Olea Project Manager: Jose Lopez, 619.336.4380,jlopez@nationalcityca.gov Dudek developed the bid documents, managed the bid process, and provided construction management and inspection for the remodel of the Library and remodel of the Council Meeting Room and Chambers for the City. Project features included complete removal and replacement of all carpeting, the automated book drop system, interior/exterior lighting upgrades, new landscaping, new shelving, architectural concrete, and the CCTV security system for the two-story 50,000-square-foot Library. Carpeting and interior wall finishes/coverings were replaced in the 6,000-square-foot City Council Meeting Room and Council Chambers in City Hall. The project was bid and built under budget on an expedited schedule to complete the work during the City's work furlough to minimize impacts to the public and City operations. POLICE HEADQUARTERS FACILITY EXPANSION Client: City of Fontana Dates: December 2010-March 2015 Key Dudek Staff: George Litzinger, Bill Gallegos, Ryan Ruiz, Garrett White, Al Olea Project Manager: Candy Thomas, 909.350.6644, cthomas@fontana.org Dudek provided construction management and inspection services for this project. The project consisted of remodeling and expanding the station's 33,000-square-foot building and included converting the underground parking garage into a new 25-yard shooting range. Other amenities include an expanded locker room, weight room, report writing room, briefing area, new offices, property/evidence area, narcotics and met units, and new sergeant's headquarters. The project was constructed for LEED Silver Certification. EDWARDS FIRE STATION NO. 6 Client: City of Huntington Beach Key Dudek Staff: George Litzinger, Garrett White Project Manager: Eric Charlonne (retired) Dudek provided construction management services to oversee the developer's grading of the site before the City of Huntington Beach's building contractor took over to build a 14,000-square-foot station. The project took a year to construct and was completed within the City's budget. Dudek was instrumental in coordinating with the contractors, City of Huntington Beach, and developer to maintain site access and staging areas and allow work to occur within a residential community without major disruption. On-Call Construction Management, Materials Testing, and Inspection Services 12 D.4 Unique Qualities With an established presence in the area for over 40 years, Dudek has an extensive resume of performing construction f77- --' management and inspection services. Dudek's brings the following unique qualities to the City of Huntington Beach: What We Bring Personnel. Dudek's personnel have extensive experience with V Local Orange County office current and past projects for the City and in neighboring cities. • Extensive experience Consequently, we have local personnel who are ready and providing construction management and inspection available to assist the City on this contract. services throughout the area / Direct experience with the City Specific Project Experience. Dudek has managed and inspected V More than 30 current As- similar projects to those identified in the City's CIP, including J Y Needed Construction servicing as-needed contracts and related roadway, water, and Management and Inspection Services contracts throughout sewer infrastructure projects both large and small in the area Southern California and throughout Southern California. Extensive Public Relations Experience. Our personnel are experienced in dealing with the public, particularly with residents who will be impacted by the various types of projects we may be managing and inspecting. The key is to proactively work with the residents and businesses through regular and effective communication. We will work with the contractor and City to prepare a comprehensive and proactive public relations ram ro to minimize complaints throughout construction. program p g Economy of Scale. With our current local projects and work in the area, we will be able to utilize our local personnel by efficiently managing and sharing resources that will translate into cost savings for the City. George Litzinger, manager of Dudek's Construction Management Division, will work with the City to put the most productive and efficient team in place to manage your projects. Dudek Understands the Issues. Having completed numerous public works projects over the last 40 years, we understand the issues that will need to be addressed throughout the projects. Our team is up to speed on potential issues and ready to hit the ground running on construction. Issues will be proactively addressed at the start of the project with the contractor. We understand that we will serve as an extension of City staff and will coordinate closely with the City's project managers throughout construction, keeping them informed of the status of the project so there will be no surprises. On-Call Construction Management, Materials Testing,and Inspection Services 13 {„�3' w"i'. ey. D.5 Relevant Experience Supporting DB/PDB Projects Dudek has completed several design-build (DB) projects, most recently with the City of Vista. Dudek managed the DB process, including negotiating the contract with the DB team, performing the inspection, and monitoring the engineering and construction activities. Dudek has an as-needed contract with the City to handle all of their DB projects. Project Name,Client Project Description Eucalyptus Avenue Work,City of Vista The existing 10-inch diameter vitrified clay pipe(VCP)on Eucalyptus Avenue from Civic Center Drive to South Citrus Avenue is operating over capacity and beyond the City's design criteria.Approaching 975 linear feet in length,this sewer main will be abandoned in place and replaced with a 12-inch diameter polyvinyl chloride (PCV)sewer main,including seven new sanitary sewer manholes(48-inch diameter)and one rehabilitated sanitary sewer manhole.The proposed 12-inch diameter PCV sewer main will be installed approximately 6 feet south of the existing 10-inch diameter VCP sewer main and will remain within the asphalt concrete pavement of the roadway,entirely within the public right-of-way.The depth of excavations for the sewer improvements will vary between 8 and 14 feet. The proposed 12-inch diameter PCV sewer main and sanitary sewer manholes will be constructed with traditional open-trench,cut-and-cover means. South Citrus Avenue Work,City of Vista The existing 10-inch diameter VCP sewer main on South Citrus Avenue from Eucalyptus Avenue to Broadway is operating over capacity and beyond the City's design criteria.The sewer main reach width totals more than 400 linear feet and consists of 12-inch and 15-inch diameter PCV sewer mains,including two new sanitary sewer manholes,one new sanitary sewer"inside- drop" manhole,one rehabilitated sanitary sewer manhole at Broadway,and lastly,one new sanitary manhole to facilitate the connection of wastewater flows conveyed from Vista Magnet Middle School via an existing 10-inch diameter VCP main. Hacienda Drive Trunk Sewer The City of Vista had been advancing a comprehensive capital program to replace Rehabilitation, Phase II Design/Bid or rehabilitate all ductile iron pipelines in their sewage collection system in order to Project,City of Vista prevent pipeline failures resulting from ferrous metal corrosion.This project represented one of the final reaches of the ductile iron pipeline rehabilitation/replacement program for the Hacienda Drive Trunk Sewer pipeline that carries sewage from the City of Vista,through the City of Oceanside,to the Encina Water Pollution Control Facility. The scope of work for the project was to line approximately 3,700 feet of Class 51/53 36-inch ductile iron pipeline with cured-in-place pipe(CIPP).The location of the pipeline is along Plaza Drive and Haymar Drive, parallel to and just south of State Route 76,all within the boundaries of the City of Oceanside. Because of this, the DB team of Southwest/Dudek worked with the City of Oceanside for traffic control and urban runoff management. D.6 Resumes Resumes for all proposed staff have been provided in Appendix A. On-Call Construction Management, Materials Testing,and Inspection Services 14 r - DUDEK E. Preferred Staffing The Dudek team is led by George Litzinger, �<lrac,asr� PE, as principal in charge and constructionAltr management services manager. George has over 42 years' construction PROJECT MANAGEMENT management experience (all with Dudek) Project Principal/ Management Contact managing municipal infrastructure projects George Lthrg PS throughout Southern California. He Alternate Project Management Contact Jason Linsdau,CCM efficiently assembles the appropriate team -.; -- for each task assignment and assures that PROJECT TE M Construction Managers ( Certified Building U the proper resources are made available to ; Jason nsdau,CCM, GarrettW SP,tors NASSCCO Inspector Pool NASSCO Chad Costello Four Bey successfully complete each service task. SPeciallY Rada, franks/Reservoirs) Kurt Dampf R i s Water/Wastewater- �_.__._ Brian Grove&SA LEER John Prybyszewsia Ryan Ruiz,' PE,NASSCO Al Oka George will work closely with your projectSpecially: `` `ti3riksisBuildings, JohGriffin,, i n n ! Primavera/ nn n Itrn Hudson fFeriri and eve /Whir Engineering manager and staff to identify assignments $tfGal - 1 l Brian AN Specialty Roods w iason stark TE Water/Wastewater Chondroni tfavatdo4 PSP in advance and bring the appropriate Manus Jeskula,PE,CCM Speciattjrr Woter/Wasfesaater Maieaials Testing/ staffing resources to your project within a Specialty Inspection/ Contract Coatings/Welding _ Admi strati 1 moment's notice. George will assign the Vince Gaby,CEG,RG Atlas Technical Consultants funding Specialty Geotechnical Bill Reeves,CWI dadY&An Tunnels,Wastereater IGley Na* appropriate service manager and project 4 support staff based on the City's project °' `de Support ` service needs. Each staff member is Figure 1. Organizational Chart assigned for the duration of the on-call construction management and inspection services contract and will not be reassigned or changed without the written consent of the City. George will serve as the construction management services manager and will be responsible for assigning and managing construction managers and project support staff per scope of work requested by the City. Figure 1, Organizational Chart presents our proposed team for this contract. Resumes outlining individual experience and certifications are provided in Appendix A. *All key staff are committed for the duration of the on-call contract and will not be removed or replaced without prior approval from the City. DUDEK F. Understanding and Methodology At Dudek, we know our reputation is defined by the quality of our work and we take great pride in delivering consistently high-quality projects that are completed on time and within budget. Meeting this standard requires discipline, which is why we implement a rigorous quality assurance/quality control (QA/QC) process for all client deliverables. The cornerstones of our program begin with developing a deep understanding of the City's goals and the unique needs of each project, and the program is further defined below. Understanding the City's Needs Dudek understands that the City is looking for a professional consultant to provide on-call construction management, inspection, labor compliance, materials testing, and related services on a variety of projects. We have reviewed the scope of services listed in the Request for Proposal and in the City's CIP and can provide the full range of services. Dudek offers an array of construction management services and expertise—a tool kit for the City to initiate and complete your important projects. OUR COMMITMENT TO THE CITY OF HUNTINGTON BEACH Dudek has maintained a long-term commitment to the City,and we are dedicated to responsive and accurate project services.This dedication ensures the City of detailed scope development for each assigned task,with a corresponding negotiated fee that is cost effective and without excessive change order requests.Our detailed scope facilitates definition of the required project schedule,and that schedule ensures dedication of the appropriate staff and ongoing communication between the Dudek team and City project managers. Even under the most demanding schedule constraints, Dudek has and will continue to achieve City project goals and objectives. OUR APPROACH TO RESOLVING KEY ISSUES Our proposed staffing has provided construction management, resident engineering, and inspection services on all types of projects throughout Orange County. Based on our experience, there are four essential issues that must be addressed that are the foundation of all successful projects. As a firm, we train and expect our construction managers, resident engineers, wage compliance monitors, and inspectors to identify and proactively address these issues throughout the project. Establish a Single Point of Contact. Establish yourself as the single point of contact between the owner and the contractor. One person must be in charge of the project and responsible for overall project coordination. This role has to be established from the beginning of the project in order for the construction manager to effectively administer the contract, maintain proactive communication with all interested parties, promptly resolve issues when they arise, properly document the project, conserve the project budget and contingency, and stay firm with the contractor. All correspondence between the owner/agency/ contractor must go first through the construction manager. This eliminates misunderstandings and misdirection. Maintain a Strict Adherence to the Contract Documents. We have found most unnecessary disputes/claims are ultimately the result of allowing the contractor to stray from the contract requirements during the course of the project. Once this has occurred, it is nearly impossible to get strict control of the contractor back, so it is critical that the construction manager maintains strict adherence to the contract documents in handling all issues in dealing with the contractor. The construction manager and inspector must be firm and fair in all dealings with the contractor throughout the project. Timely Response to Issues. The key to avoiding controllable schedule delays are timely responses to submittals, RFIs, and other contractor inquiries. It is essential these issues are dealt with expeditiously, which requires the construction manager to pre-review all submittal/RFIs/change orders that need to be reviewed by the design engineer or owner, and regularly follow up with reviewers to ensure items are reviewed promptly. Coordination meetings and conference calls will be scheduled to discuss and resolve all issues as quickly as possible rather than tabling these items to be resolved at a later date. Ensure Quality Assurance. Dudek believes the most important role we perform on the project will be QA of the work during construction. We want to ensure there are no lingering long-term maintenance issues left for the owner due to lack of or improper inspection. Dudek will provide the proper, qualified personnel; we have an exceptional mix of construction managers, resident engineers, and inspectors with specialties in civil, mechanical, structural, and electrical disciplines on sewer lift stations, water lines, parks, and roadway rehabilitation projects. Our proposed staffing has a history of successful completion of high-quality projects in the Orange County area. They will be responsible for documenting,testing, and coordinating material testing/special inspection to ensure all work is constructed in accordance with the contract documents; if work does not meet these standards, it will be rejected and reworked until it is acceptable. WAGE AND LABOR COMPLIANCE Dudek understands the importance of labor and wage compliance and will utilize our expertise to ensure compliance on projects. Consequences can range from denial of reimbursements to large fines and civil actions. Wage and labor compliance will start at the pre-construction meeting, where the contractor and subcontractors will be provided with a summary of project wage and labor compliance requirements for each project. We will follow up with contractor training sessions, if needed,to be sure they understand how to properly fulfill their requirements. Certified payroll submissions will be reviewed to verify correct prevailing wage rates are paid and we will perform full audit reviews to ensure proper licensing and classification, and On-Call Construction Management, Materials Testing,and Inspection Services 17 Li payment of overtime and holiday pay. Fringe benefits,trust payments, and training fund contributions for hours worked on site and to confirm payments were made accordingly will be reviewed.Apprenticeship certificate of registration, both state and federal, will be reviewed to be sure the apprentices have been properly registered. The apprentice to journeymen ratios per classification or trade for the labor performed on site, as well as reviewing that the work performed is within the scope of work for which they are registered. Should the contractor be out of compliance,the contractor and City will be notified immediately in writing and we will follow through the wage and penalty collection phase until the issue is fully resolved. ENCROACHMENT PERMIT PROCESSING Our inspectors have extensive encroachment permit inspection experience and are currently acting as City inspectors for a variety of utility projects. We also have extensive experience with the City of Huntington Beach, City of San Marcos, and City of Lake Forest on many types of public and private utilities and development projects. Our inspectors have reviewed, issued,tracked, and inspected hundreds of encroachment permit projects and through this experience, we have gained the requisite knowledge to propose methods to better track permits, as it can become onerous at times. ALLOCATION OF RESOURCES AND BUDGET The Dudek team is composed of a wide range of experienced, local talent with the depth to meet any of the City's needs. George Litzinger, PE, a firm principal who leads Dudek's Construction Management Division,will be assigned as the City's main contact. George will be supported by a team of construction managers, inspectors,special inspectors, and wage compliance monitors. He will assign personnel with directly relevant experience and training related to each task order. Prior to initiating contract management services in support of each task order request, George and his team will develop a project procedures plan based on five elements per the City's requirements:Team, Budget,Schedule, Lines of Communication,and QA/QC control. Each element will be part of the management approach and will be used for allocation of staff resources, establishment of budget and schedule milestones,and assessment of progress during the course of work. Construction Services Technical Approach The Dudek team approach is to provide the City with construction management and inspection services to facilitate a project that is completed per code, on time, within budget, and to the City's standards. We will listen to the City closely to develop a complete understanding of the goals and needs by attending all pre- construction meetings from the outset. We believe to develop a team that works together seamlessly,roles and task assignments must be dearly defined. Although not all inclusive,responsibilities for the construction manager and inspectors are detailed as follows: On-Call Construction Management, Materials Testing,and Inspection Services 18 D E CONSTRUCTION MANAGER RESPONSIBILITIES The construction manager will be responsible for overall QA and coordination of the project and will work closely with the City, contractor, and inspectors to resolve day-to-day construction issues. The construction manager will also ensure project issues are identified and resolved quickly. Project issues will be organized on a critical action item report, which will detail administrative, design, construction, environmental, and coordination issues that arise. Each action item will be assigned to project personnel with a target date to complete or resolve. The report will be updated at the weekly construction management staff and contractor progress meetings and will be included in the monthly progress report. The construction manager will be responsible for tracking change orders and reviewing submittals and RFIs. He will also be responsible for directly managing the inspection and testing on the project. The construction manager will meet the City's representative to discuss the plan for the upcoming work on what may affect the public or traffic.She or he will also be available to meet with community groups to develop methods to inform the public,agencies,community groups,and contractors in the area regarding the work schedule.There are a number of issues that the community will be watching closely on construction projects: work hours,storm water control, noise control,dust control,and environmental measures,to name a few.We will make sure the project is complete and acceptable prior to scheduling a final punch list walkthrough with the City. The construction manager will review and recommend final payment and release retention once all outstanding items are completed to the satisfaction of the City.At the completion of the project,we will review and certify the as-builts, draft final change orders,and prepare a final construction summary report for the project. INSPECTOR RESPONSIBILITIES The inspectors assigned to the City will be on site daily during working hours and whenever work is performed outside of normal working hours.They will be available by cell phone whenever not at the site to answer any questions and resolve issues.The inspector will be the key point of contact for the contractor's project manager and superintendent during the course of the work.The inspector will not direct the contractor's work but will facilitate the contractor's efforts by anticipating issues that might affect the progress of the work. Dudek employs a state-of-the-art photo documentation system using commercial-standard photo management software. Upon beginning each day's fieldwork, our personnel will download the day's images from each digital camera to the computer network located in the field office. Using these images, the construction inspector will review completed work with the City's plans and specifications. The inspector will examine the site daily, manage subconsultants, and conduct weekly progress meetings with the contractor. One of the key activities is the weekly progress meeting with the contractor. This is where On-Call Construction Management, Materials Testing,and Inspection Services 19 old and new business issues are discussed, such as action items developed, progress to date is reviewed in detail, a contractor's 3-week look-ahead schedule is developed, and items from the City or other consultants discussed. If work is non-conforming per the specifications, the inspector will issue a written Notice of Non- Compliance report for any work installed by the contractor that does not comply with the project plans and specifications. This will require a written response from the contractor and the issue will be tracked weekly until it is resolved to our satisfaction. The inspector will also prepare a list of items for correction and redline as-built plans as needed.The inspector will assist with a submittal review meeting and with expediting the submittal turnaround process. He or she will conduct a submittal review meeting with the contractor for designated critical submittals to insure they are returned for prompt material procurement. Inspection Forms/Checklist Documentation is critically important in construction and all communication will be provided to effected personnel in writing. Our inspectors maintain daily logs, complete incident reports,and photograph elements of a project.We assist the City with progress pay estimates, contract change orders, labor and equipment records, personnel records,and other general correspondence that will ensure the effectiveness of the projects. Storm Water (SWPPP) Inspection and Compliance The inspector will inspect the contractor's SWPPP installation, erosion, tracking, and potential discharges every day for compliance with the National Pollutant Discharge Elimination System, permits and approved project SWPPP plan. The contractor will be notified immediately in writing of any corrections that need to be made. The inspector will stay up to date on all required reports and inspect the contractor's SWPPP reports to ensure they are up to date and accurate. TRAFFIC CONTROL The inspector will review traffic control plans and follow the requirements as stipulated by the City's traffic engineer and according to the latest California Manual on Uniform Traffic Control Devices and Work Area Traffic Control Handbook requirements. PROGRESS PAYMENT The Dudek team realizes the importance of an accurate timely review of the progress for each month.The on- site inspector will field measure pay quantities in accordance with Greenbook standards. We will meet with the contractor and discuss the status of pay quantities and schedule of values(if there are any lump sum bid items),and review the contractor's as-builts at the end of the month.The on-site construction inspector will then make a recommendation to the City for the amount of the monthly progress payment application. On-Call Construction Management, Materials Testing,and Inspection Services 20 Appendix A Resumes DUDE1( George Litzinger, PE PRINCIPAL/CONSTRUCTION MANAGEMENT DIVISION MANAGER Education United States George Litzinger is a licensed civil engineer with 42 years' experience in International University, leadership and supervision in engineering and construction.As Dudek's San Diego Construction Management Division manager, George is responsible for all BS, Civil Engineering, Dudek construction projects and programs covering both large and small 1985 projects with budgets of up to $100 million. His duties typically include Certifications managing construction staff and providing support in contract administration, Professional Civil cost management and control,scheduling, contract bidding/award, Engineer(PE), CA No. constructability reviews,field engineering, project management, claims 47544 management, and estimating. George has managed a variety of projects for California Contractor both the private and public sectors, including water and sewage treatment Engineering Class `A" License No. 731744 plants, reservoirs, pump stations, pipelines, parks and golf courses,small Landscape License C-27 dams,subdivisions,streets and roads, drainage projects,fire stations, and a variety of public buildings. Professional Affiliations Construction Management Association Project Experience of America As-Needed American Society of Civil • Principal/Contract Manager for over 30 As-Needed CM & Inspection Engineers Services contracts Building Industry Association Public Infrastructure Facilities Construction Industry • Water Recycling Demonstration Project,City of Anaheim Federation • Poway and Olive Street Pump Stations, Ramona Municipal Water District • Anaerobic Digester No.3,Western Riverside County Regional Wastewater Authority, Transportation • Dogwood Avenue Improvements Project—State Street to Interstate 8, City of El Centro • Street Rehabilitation Projects,City of Coachella • Rancho Santa Fe Road Widening,City of Carlsbad Municipal Buildings and Facilities • Police Headquarters Facility Expansion Project, City of Fontana • Carlsbad Safety Center,City of Carlsbad • Fontana Community Senior Center,City of Fontana • Headquarters Improvements, Orange County Fire Authority • Ladera Fire Station No.58,Orange County Fire Authority Parks • Connors Park, City of San Marcos • Alga Norte Community Park, City of Carlsbad DUDEK Jason Linsdau, CCM, NASSCO CONSTRUCTION MANAGER Education Jason Linsdau has 25 years'supervision and leadership experience in San Diego State University engineering and construction.As a construction manager/resident engineer, BS, Civil and Environmental he manages construction projects ranging between $1.5 million and Engineering $25 million. His responsibilities include project management, contract Certifications administration,cost control,scheduling,constructability reviews,field Construction Manager engineering, project coordination,claims management, and estimating. Certification Institute(CMCI) Jason has worked on a variety of projects for public agencies and Certified Construction municipalities, including parks,fire stations,administration buildings, Manager(CCM), No. 5042 reservoirs, pipelines, pump stations,treatment plants,golf courses, dams, Cured-in-Place Pipe(ITCP) roads,and drainage projects. Inspection Certification Program Project Experience Pipeline Assessment Certification Program(PACP) As-Needed Manhole Assessment and • City of San Marcos As-Needed Project Manager Certification Program(MACP) Associated General • City of Huntington Beach As-Needed Project Manager Contractors of America Transportation (A GC)Advanced Storm water • FY 2013-2017 Annual Chip Seal and Seal Coat Projects, City of San Pollution Prevention Plan Training 8-Hour Course Marcos HAZWOP Training 8-Hour • Sewer,Water,and Arterial Paving Project, City of Del Mar Course • Jimmy Durante Boulevard Sidewalk Project, City of Del Mar Professional Affiliations • Barham Drive Improvement and Barham Drive Wall Replacement Construction Management Projects,City of San Marcos Association of America (CMAA) • Rancho Santa Fe Road Widening Phases 1 and 2, City of Carlsbad Public Buildings • Fire Station No. 6, City of Carlsbad • Creekside Marketplace Building Addition,City of San Marcos • Avenue 54 Wastewater Treatment Plant Expansion,City of Coachella Public Infrastructure Facilities • Water Recycling Demonstration Project,City of Anaheim • Yorktown 30"Transmission Main Corrosion Rehabilitation, City of Huntington Beach • Lift Station 26 and Force Main Replacement, City of Huntington Beach • Sewer Main Lining Rehabilitation Project and Lining of Abandoned 10" Braddock FM, City of Culver City • Home Plant Lift Station and Force Main Replacement Project, City of Carlsbad • Galloway Pump Station and Force Main, County of San Diego • Olivenhain Pump Station and Olivenhain 8 Flow Control Facility,San Diego County Water Authority 1 DUDEK Ryan Ruiz, PE CONSTRUCTION MANAGER Education University of California, Ryan Ruiz has 14 years' experience as a construction manager, inspector, San Diego office engineer, and field engineer. Ryan has experience working on BS, Structural Engineering wastewater treatment facilities,aboveground tank reservoirs, pump stations, Certifications police stations,wetlands, and park and street improvements. His duties Professional Civil typically include reviewing contractor's schedules, progress payment Engineer(PE), applications, requests for information and submittals,design revisions, CA No. C86394 negotiating change orders, project safety, managing meeting agendas and Certified Erosion, minutes, and inspection of overall project work. Sediment and Storm Water Inspector(CESSWI) Project Experience Cured-in-Place Pipe(ITCP) Inspection Certification Public Infrastructure Facilities Program • Anaerobic Digester No. 3, Western Riverside County Regional Pipeline Assessment Wastewater Authority,Corona Certification Program (PACP) • Odor Mitigation Improvements Project,Western Riverside County Manhole Assessment Program Wastewater Authority, Corona Certification Program • Regional Treatment Plant Miscellaneous Improvement Project,South (MACP) Orange County Water Authority, Laguna Niguel • Ross Booster Station Upgrades, Pasadena Water and Power, Pasadena • Irvine Cove Sewer Lift Station Emergency Generator Installation Project, City of Laguna Beach • Water Main Construction (Project E-1022), Crescenta Valley Water District, Los Angeles County • Potable Water Reservoir Project, California Department of Corrections and Rehabilitation • Thermal Headwork Station Project, Coachella Valley Water District,Thermal • Newhall Ranch Advance Riparian Mitigation Project, Newhall Land and Farming Company,Valencia • Wastewater Treatment Plant Upgrade,Goleta Sanitary District, Goleta • Water Reclamation Plant No. 4 and No. 7 Headworks Improvements Project, Coachella Valley Water District,Thermal • Water Tank Replacement Project, Casmalia Community Service District, Casmalia • Carlsbad Desalination Pipeline Project, City of San Marcos Transportation • Zone 3 Street Slurry Seal and Rehabilitation,City of Laguna Beach, California. • Zone 2(Top of the World)Street Slurry Seal and Rehabilitation, City of Laguna Beach • Temple Hills Drive Pedestrian Improvements, City of Laguna Beach • Coast Highway Intersection Improvements,City of Laguna Beach Parks • Central City Park Project, City of Fontana • Miller Park Amphitheater Project,City of Fontana 1 DUDEK Bill Gallegos CONSTRUCTION MANAGER Education California Polytechnic Bill Gallegos has 39 years' construction experience managing and inspecting a State University wide variety of public works projects. Bill's experience also includes managing MS,Structural all phases of project development, including planning, design,construction, Engineering and operational start-up of the completed facilities. For the past 15 years, Bill BS, Civil Engineering has provided construction management and resident engineering services on a Certifications variety of public works projects for Dudek, including acting as Interim Public U.S.Army Corps of Works Director for the City of Coachella. Engineers Vicksburg Educational Project Experience and Experimental Center 80-Hour Courses: Municipal Management ■ Soil Design and ■ Interim Public Works Director,City of Coachella Mr. Gallegos provided Construction interim public works director services for a one-year period while the ■ Quality Assurance City recruited for a permanent director. and Quality Control • LeveePublic Infrastructure Facilities Design and Construction • Water Pipeline Extension for Medium Security Detention Facility, ■ Cost Estimating County of Imperial • Concrete Design and Construction • New 18" Water Line,Goleta Water District ■ Contract ■ Wastewater Treatment Plant Upgrade Project, Goleta Sanitary District Specification Writing • Entertainment District Avenue 52 Sewage Pump Station, City of Channel Design and • Construction Coachella ■ A and E Contracting ■ Avenue 48 Reservoir and Booster Pump Station 5 MG, City of • Asphalt Design and Coachella Construction ■ Construction Transportation Contracting ■ Rancho Santa Fe Road Widening, City of Carlsbad ■ Contract Administration ■ Dogwood Avenue Improvements Project State Street to Interstate 8, • Vertical Construction City of El Centro ■ Contract Law ■ Dogwood/Interstate-8 Freeway Ramp Widening and Signalization,City • Claims and of El Centro Modifications ■ Construction ■ Inspection and Construction Management Street Rehabilitation Engineering Projects,City of Coachella ■ Contract ■ Newport Road Widening Antelope to Menifee, City of Menifee Negotiations Public Buildings ■ Avenue 54 Wastewater Treatment Plant Expansion,City of Coachella Flood Control ■ Santa Ana River Project, County of Orange. Mr. Gallegos was also assigned to numerous flood control channel projects as part of this$800 million project 1 DUDEK Marius Jaskula, PE, CCM CONSTRUCTION MANAGER Education Marius Jaskula has 35 years' experience in construction management, University of Illinois at Chicago contract administration, and quality assurance on civil public works BS, Civil Engineering infrastructure projects. His project work has included water and stormwater Certifications pump/lift stations; reservoirs;sewers and water treatment facilities;California Professional Civil Department of Transportation (Caltrans)structures; roadway construction; Engineer, CA No. C61060 large earthwork projects; and water,sewer,and drainage pipeline projects with CMCI Certified tunneling. During his career, Marius has held numerous positions, including Construction Manager, construction manager for the U.S.government Na construction No.A1588 g (Navy), manager/resident engineer for a municipality and engineering consulting firms, and quality control manager and superintendent for a general contractor. Project Experience Public infrastructure Facilities • Bradt Reservoir Floating Cover Project,South Coast Water District • Recycled Water System Expansion, City of San Clemente • Water Recycling Demonstration Project, City of Anaheim • Zoe Avenue Drain & Pump Station, County of Los Angeles • Alameda Street Drain Phase 3BPump Station and Outlet Structure,County of Los Angeles • Southern Regional Treatment Plant Expansion, Camp Pendleton • Cypress Street Reservoir and Water Treatment, Lomita • Ion Exchange Treatment Plant Project,City of Corona • Wells 32 and 33 Equipping, City of Corona, Department of Water and Power • V1:West Vista Way Sewer Project, City of Vista • Twin Oaks Reservoir Tank No. 2, Phase 3,Vallecitos Water District,San Marcos • Buena Vista Force Main Replacement-Phases 1&2, City of Oceanside • Home Plant Lift Station and Force Main Replacement,City of Carlsbad • Terramar Lift Station and Force Main Replacement,City of Carlsbad • Connamera Pump Station, City of San Diego • Del Dios Joint Facility Pump Station, Rancho Santa Fe • Rancho Cielo Midpoint Sewer Pump Station, City of San Diego • 4S Ranch Neighborhood 3 Wastewater Pump Station,City of San Diego • Alameda Street Drain Phase 3B Pump Station and Outlet Structure, County of Los Angeles Transportation • Coastal Rail Trail Reach 1 Improvements/Carlsbad Blvd. Roundabout, City of Carlsbad • Caltrans District 7,Structures On-Call Contract, County of Los Angeles 1 DUDEK Vincent Gaby, CEG, RG CONSTRUCTION INSPECTOR CefVfiCationS Vince Gaby has over 30 years' experience in the fields of construction Certified Engineering Geologist(CEG), CA inspection and engineering geology.Vince has provided geological mapping, No. 1755 interpretation,and analysis on numerous projects throughout San Diego Registered Geologist(RG), County. He has extensive experience conducting geotechnical investigations to CA No. 5282 determine the impact of site conditions on proposed or existing public and Certified Nuclear Gauge private improvements. His work has involved the identification and analysis of Operator, Radiation geologic constraints such as landslides,seismic accelerations,ground rupture, Safety Officer liquefaction potential,and ground settlement. His experience includes the evaluation of groundwater intrusion into structural improvements.Vince is directly involved in managing the day-to-day activities of West Coast Geotechnical Inc. Project Experience Public Infrastructure Facilities • La Jolla Indian Campground Flood Mitigation Project, La Jolla Indian Reservation • Channel Widening South of Grand Avenue, City of San Marcos • Recycled Water Easterly Main Extension, City of Escondido • Vista Verde Reservoir Replacement Phase II, City of Escondido • Recycled Water Emergency Storage Pond,City of Escondido • Southwest Sewer Replacement Project,City of Escondido • Reed Reservoir, City of Escondido • Vista Water Treatment Plant Chemical Storage Facility,City of Escondido Transportation • 2018 Street Surface Seal Project,City of San Marcos • Coast Boulevard and 22nd Street, City of Del Mar • Avenida De Las Flores Slurry Seal, City of Rancho Santa Margarita • FY 2018-2019 Annual Residential Slurry Seal Project, City of Rancho Santa Margarita • FY 2017-2018 Street Repair and Maintenance Project, City of Escondido • Rancho Santa Fe Road Rehabilitation Project, City of San Marcos • FY 2015-2016 Street Repair and Maintenance Project, City of Escondido • Armorlite Drive Enhancement,City of San Marcos • Borden Road Bridge, City of San Marcos Parks • Sunset Park,City of San Marcos • Mission Sports Park, City of San Marcos 1 DUD Garrett White, QSP NASSCO 1114 CONSTRUCTION INSPECTOR Education Palomar College Courses: Garrett White has 39 years' experience in the construction industry, with an Public Works Inspection I emphasis in the construction of water,wastewater,and storm drain facilities Water Distribution I for public agencies. He has been involved with the construction of large-and Water Treatment I small-diameter pipelines,treatment plants, pump stations for potable and Certifications non-potable distribution systems,and horizontal directional drilling(HDD) ACI Concrete Field-Testing with an emphasis in trenchless technologies. For the past 15 years, Garrett Technician, Grade I has been responsible for providing field inspection services and construction ACI Concrete Repair Basics management for various cities and water districts on capital improvement Qualified SWPPP and developer projects.As a field engineer, he is responsible for project Practitioner(QSP), coordination, issuing field orders,verifying adherence to submitted No. 23394 schedules, quality assurance and quality control (QA/QC), maintaining OSHA 10-Hour Confined adherence to water pollutions prevention practices, project documentation, Space Safety and Training and review of as-built records. Certification NASSCO Certifications: Project Experience NASSCO-Certified Trainer As Needed Cured-in-Place Pipe(ITCP) Pipeline Assessment • As-Needed Public Works Inspector, City of Lake Forest, California. Certification (PACP) Through Dudek's as-needed contract with the City,served as Manhole Assessment and inspector on several road and traffic signal improvement projects Certification (MACP) • As-Needed Construction Inspection Services, City of Encinitas. Through Dudek's as-needed contract, provided construction management and inspection services for various projects for the City of Encinitas, including Lone Jack Emergency Storm Drain Repair; Bonita Drive Sidewalk Improvements;Annual Storm Drain Rehabilitation and Repair; Leucadia Boulevard Flooding Issues,Sump Areas Phase II; McKinnon Avenue Sidewalk and Drainage Improvements; and Eolus Avenue Sewer Improvements. Public Infrastructure Facilities • Yorktown 30-Inch Transmission Main Corrosion Rehabilitation,City of Huntington Beach • Cured-in-Place Pipe Lining of the Sanitary Sewer System Project, City of Laguna Beach • Flood Control Channel and Reconstruction Repair Project, City of Temecula • V1:West Vista Way Sewer Phase 1, City of Vista • Vista Hacienda Trunk Sewer Rehabilitation (Design Build), City of Vista • Annual Storm Drain Rehabilitation/Repair Fiscal Year 2017-2018, City of Encinitas • City Hall Re-Roof Project,City San Marcos • Rancho Santa Fe Road Rehabilitation, City San Marcos • Coast Highway Pump Station Rehabilitation, City of Encinitas • Annual Sewer Rehabilitation Program Phase 1 and 2,City of San Juan Capistrano • Water Recycling Demonstration Project, City of Anaheim 1 DUDEK Chad Costello CONSTRUCTION MANAGER Certifications American Concrete Chad Costello has more than 20 years'experience in construction management Institute and inspection with a focus on reservoir and public works projects. He began his 8-hour seminar career working for a local pre-stressing tank contractor working only on concrete American Shotcrete reservoir construction projects and worked his way up to superintendent in a very Institute short time. Mr.Costello has constructed tanks ranging in size from 0.5 to 40 8-hour seminar million gallons and has performed work throughout Southern California. He has Professional Af Nations also prepared and presented multiple jobsite pre-stressing demonstrations for American Shotcrete private and public clients and design professionals. Institute Mr.Costello left the construction side of pre-stressed tank construction after working on 18 pre-stressed reservoirs. He then began working as a construction manager, resident engineer and construction inspector of a wide range of reservoir, pipeline, building and public works projects for Dudek. With his unparalleled experience,working hands on with these broad types of construction, Mr. Costello is a great asset to any agency able to use his talents. Project Experience As-Needed • Construction Inspection Services for As-Needed Contract,City of San Clemente. For the past five years, Mr.Costello has been providing construction management and inspection services for multiple public works projects including pipelines,storm drains,and improvements to public access infrastructure. Public Infrastructure Facilities • San Clemente Pier Structural and Plumbing Rehabilitation Project,City of San Clemente • Miscellaneous Pipelines/Storms Drain Projects, City of San Clemente • El Portal Beach Access Stairs Project, City of San Clemente • Recycled Water System Expansion,City of San Clemente • Project Superintendent for 3.5 MG and 2.2 MG pre-stressed concrete tanks, Irvine Ranch Water District • Project Superintendent for a 6 MG pre-stressed concrete tank, City of San Juan Capistrano • Project Superintendent for two 10 MG 640-1&2 reservoirs, Otay Water District, Spring Valley • Conifer Tank Replacement,Triunfo Sanitation District,Ventura • Twin Oaks Reservoir Rehabilitation,Vallecitos Water District,San Marcos • Project Superintendent for two 7.5 MG pre-stressed concrete tanks, San Diego County Water Authority Public Buildings/Structures • El Portal Beach Access Stairs Project, City of San Clemente • Ole Hanson Beach Club Rehabilitation, City of San Clemente 1 DUDEK( John Przybyszewski CONSTRUCTION INSPECTOR Education University of Massachusetts John Przybyszewski has 38 years' experience in construction management AA, Turfgrass Management and inspection of infrastructure projects for both private and municipal Codifications clients. He has extensive experience with both park and golf course South Coast Air Quality construction projects and capital improvement projects, including street Management District rehabilitation and water and sewer projects. His responsibilities typically Fugitive Dust Control include project management, inspection,and quality control; maintenance Certificate and irrigation programs; plan review; documentation and contract Professional Affiliations administration; bid evaluation; regulatory compliance; budget design and Southern California administration; and owner-designer liaison services. Turfgrass Council Pesticide Applicators Project Experience Professional Association As Needed Golf Course Superintendents • As-Needed Inspection Services,City of Palm Springs,California. Association of America Through Dudek's as-needed contract with the City, provided Golf Course construction management and daily inspection services for various Superintendents capital improvement projects, including the following: Association of Southern California (former Director) - Palm Canyon Drive Pedestrian and Bicycle Safety Enhancements - 2022 Annual Slurry Seal Project - 2021 Pavement Rehabilitation - 2021 Annual Street Slurry Seal Project • As-Needed Inspection Services,City of Huntington Beach. Through Dudek's as-needed contract with the City, provided construction management and daily inspection services for various capital improvement projects, including Trinidad Pump Station,Well No. 5;Sewer Slip Lining,Angler/Palisade Tree Partition; and Zone 8 Residential Overlay.. Public Infrastructure Facilities • Warner Avenue Sewer Pump Station,Gravity and Force Main Pipeline Project, City of Huntington Beach • Recycled Water System Expansion,City of San Clemente Parks and Golf Courses • Restoration Project, Mission Viejo Country Club, Mission Viejo • Big League Dreams Sports Complex, City of West Covina • Construction and Restoration Project, Palm Desert Country Club, Palm Desert • Golf Course Construction Project, Rustic Canyon Golf Course,City of Moorpark • Golf Course Construction Project,The Crossings at Carlsbad, City of Carlsbad • Golf Course Construction Project, Western Golf Properties • Golf Course Construction Project,Silver Rock Resort, La Quinta 1 DUDEK Al Olea CONSTRUCTION INSPECTOR Education Al Olea has 36 years' experience as a construction project manager, inspector, California State Polytechnic University, and supervisor for residential, commercial,and public works projects. He has Pomona completed inspection of a variety of public works projects, including roadways, BA Business Management pipelines, pump stations,treatment plant projects, and administration Codifications buildings. His construction background includes scheduling and supervising up Hazmat Certified CFR-49 to 150 employees, cost estimating, preparing construction proposals, obtaining ICBO-Certified Building building permits,and managing construction sites. Inspector Project Experience As-Needed • As-Needed Inspection Services,City of Huntington Beach, California.Currently providing inspection services on a variety of utility projects for the City. Inspects work in City right-of-way(ROW)for compliance with permit requirements as utility companies pull encroachment permits. Inspection includes traffic control,safety, backfill,compaction,and return of ROW to existing conditions. Transportation • Dogwood/Interstate 8 Freeway Ramp Widening and Signalization Project, City of El Centro • Street Rehabilitation Phases 1 and 2,City of Coachella Public Infrastructure Facilities • Wastewater Treatment Expansion, City of Coachella • Coachella Pump Station and Pipeline Project, City of Coachella Public Buildings • Senior Community Center,City of Fontana • Valencia Library Remodel, City of Fontana • Administration Building and Laboratory, City of Coachella 1 DUDEK John Griffin ON-SITE CONSTRUCTION INSPECTOR Education California State University, John Griffin has over 40 years' experience providing project management, Fullerton construction management, and inspection services in the public works sector. Supervisor Development He worked with the City of Huntington Beach for most of that time,spending Certificate 23 years in the Engineering Division and 12 years in the Maintenance Division. Certifications His job duties with the City included contract administration, project IMSA Work Zone Safety management, inspection,and quality assurance of project plans and Professional Affiliations specifications for a wide variety of public works infrastructure projects. Projects APWA,AWWA, CMMA have included sewer, water, lift stations,well sites, bridges,storm drains, grading, slope repairs,structures, utilities,and transportation.John has extensive knowledge working with federal,state,and local funding sources and adhering to strict guidelines. He has a proven track record of effectively working with the public, agency staff, consultants,developers,contractors,and utility agencies. John joined Dudek in 2019 after retiring from the City of Huntington Beach and currently provides construction inspection services on a variety of public works projects for various agencies throughout Southern California. Project Experience Previous Huntington Beach Experience • Contract Administrator,City of Huntington Beach • Senior Public Works Construction Inspector, City of Huntington Beach • Public Works Construction Inspector,City of Huntington Beach Public Infrastructure Facilities • Storm Drain Trash Removal System, City of Huntington Beach, California • Sewer Lining and Manhole Rehabilitation Project, City of Laguna Beach Transportation • Annual Slurry Seal Projects,City of Laguna Beach • Annual Curb Ramp Project, City of Rancho Santa Margarita • Annual Residential Maintenance Zone Concrete Replacement Project, City of Huntington Beach • Annual Residential Maintenance Zone Paving Project,City of Huntington Beach • Annual Residential Maintenance Zone Slurry Project,City of Huntington Beach Buildings • Marine Safety Building Seismic Retrofit, City of San Clemente • Central Library Americans with Disabilities Act(ADA) Restroom Improvement Project,City of Huntington Beach DUDEK Tom Ramirez CONSTRUCTION INSPECTOR Tom has over 35 years' experience providing construction management and field inspection services on public works and private development projects, including water,sewer,storm drain,and pipeline construction; wastewater treatment plants; roadway construction; bridge retrofits; and new construction, repairs,and remodels of public buildings and residential developments. Experience includes preconstruction,constructability,and plan reviews;survey staking;stormwater pollution prevention plan (SWPPP);and traffic control. Project Experience As-Needed ■ Various Capital Improvement Plan Projects, City of San Marcos, California. Lead inspector on various City projects, including street widening,signals, storm drains, utilities,and surface improvements.The Creekside Marketplace project included grading and parking lot improvements, utilities,storm drains, curbs,sidewalks, planters, 25-foot BTH palm trees,asphalt,and striping. Public Infrastructure Facilities ■ Railroad Canyon Water Reclamation Facility Yard Piping Modifications Project, Elsinore Valley Municipal Water District, Lake Elsinore ■ Entertainment District Avenue 52 Sewage Pump Station, Coachella Sanitary District ■ Entertainment District,Avenue 54 Wastewater Treatment Plant Expansion Project,Coachella Sanitary District ■ Various Projects,Valley Sanitary District, Indio, California. Served as lead inspector for several District projects: - Shadow Hills Service Area Phase 1 - Shadow Hills Service Area Phase Two and Three - Avenue 48 Sewer Reconstruction and Water Line Reconstruction - Pavement reconstruction project, Monroe Street.Avenue 49 to Interstate 10 and Monroe Street Interceptor Sewer Transportation ■ Bridge Retrofit Projects, District No. 8 California Department of Transportation,San Bernardino County ■ Street Rehabilitation Programs, Phases 2 and 3, City of Coachella ■ Pavement Reconstruction Project, La Paz Drive,Tamarisk Road Realignment and Paving,and AFG Plant Storm Drain Improvements; City of Victorville Buildings ■ Police Station Rehabilitation Project, City of Hemet Parks ■ Central City Park, City of Fontana 1 DUDEK • Brian Arii CONSTRUCTION INSPECTOR Education Brian Arii has over 30 years'experience providing project management, California State Polytechnic construction management,and inspection services on private and public works University, Pomona projects. He has extensive expertise leading large capital improvement and BS,Architecture, 1984 complex projects from design through implementation, including sewer and Certifications water pipelines, road rehabilitation,and park projects. Mr.Arii has proven Cured-in-Place Pipe success achieving program objectives and identifying and developing Inspection(ITCP-CIPP) relationships with individuals,organizations,and regulatory agencies. He has a #CIPP-0517-0202087 consistent record of outstanding results in scope management, budget, schedule,construction inspection,and quality control, as well as exceptional new business and program development skills. Technical/Administrative Expertise • Contract negotiations/critical path planning and management controls • Preparation/evaluation of budget and reality cost calculations • Specialized in managing fixed-cost and not-to-exceed cost contracts • Conducted and controlled subcontractor reviews, comparisons, negotiations,award,and scheduling. Project Experience As-Needed • As-Needed Inspection Services,City of Rancho Santa Margarita, California. Provided construction inspection services for several slurry projects since 2016 through Dudek's contract to provide construction management and inspection services on several road rehabilitation and slurry seal projects. • As-Needed Inspection Services, City of San Clemente. Mr.Arii is currently providing inspection support on a variety of CIP projects for the City. Public Infrastructure Facilities • Gravity Sewer Main Extension, East Orange County Water District • Sewer Main Repair and Lining,County of Orange • Potable & Recycled Pipeline Replacements at 1-5 and Oso Creek, Moulton Niguel Water District • OC-44 Pipeline Rehabilitation Project, Mesa Water District • V1:West Vista Way Sewer Project,City of Vista Transportation • Camino De Los Mares&Camino De Estrella Median Improvements Inspection, City of San Clemente Parks • Central Park Splash Pad Inspection Support, City of Rancho Santa Margarita James E. Hudson, Rockwell Construction Services Electrical Ins•ection/SCADA James Hudson has served in the electrical industry for over 35 EDUCATION years. For the majority of his career, he has focused his energy Palomar College and skills in the water/wastewater industry, helping to grow Misc. General Education, Fire Rockwell Electric, Inc. into a $15 million/year organization. The Hydraulics, Electrical Code company provided both electrical contracting capability as well as process control and system integration services for the LICENSES/CERTIFICATIONS water/wastewater construction and service industry. Infrared Training Center Thermography Level 2 certified Jim co-founded Rockwell Construction Services (RCS), which State of California: C-10 Electrical was created to offer electrical project review, inspection, and Contractor License general construction management assistance specializing in the Accubid Electrical Estimating Advanced water/wastewater industry. training certificate Jim has been involved in numerous water/wastewater projects.A partial client list includes: • Resin Treatment Plant Pump Station Project for City of Corona • Recycled Water Demonstration Project for City of Anaheim • Recycled Water System Expansion for City of San Clemente • Railroad Canyon Water Reclamation Facilityfor Elsinore ValleyMunicipal Water District P • Home Plant Lift Station for City of Carlsbad • Terramar Lift Station and Force Main Project for City of Carlsbad • Coast Highway 101 Sewer Pump Station and Force Main Rehab for City of Encinitas • Warner Avenue Gravity Sewer and Pump Station for City of Huntington Beach • Padre Dam MWD, SCADA system • Otay Water District, various electrical and inspection and construction projects • Vallecitos Water District,various electrical and inspection and construction projects • Leucadia Wastewater District,various electrical and inspection and construction projects • San Diego County Water Authority,various electrical and inspection and construction projects • Mesa Consolidated Water District, SCADA system • Ramona MWD,various electrical and inspection and construction projects • Olivenhain MWD,various electrical and inspection and construction projects • Carlsbad Water District, various electrical and inspection and construction projects • Encina Wastewater Authority,various electrical and inspection and construction projects D U D E K Page 1 of Certifications LITZINGER,GEORGE PHILIP LICENSE NUMBER:47544 LICENSE TYPE:CIVIL ENGINEER LICENSE STATUS:CLEAR° EXPIRATION DATE:DECEMBER 31,2025 ,� 0 IN SECONDARY STATUS:N/A CITY: SAN MARCOS STATE:CALIFORNIA COUNTY:SAN DIEGO ZIP:92069 JASKULA,MARIUS ROBERT LICENSE NUMBER:61060 LICENSE TYPE:CIVIL ENGINEER LICENSE STATUS:CLEAR 0 EXPIRATION DATE:DECEMBER 31.2026 SECONDARY STATUS:N/A CITY:VISTA STATE:CALIFORNIA COUNTY:SAN DIEGO ZIP:92081 MINIIIIIMINMAIIMMINMPON 1111111.11111111111111111 RUIZ, RYAN ANTHONY LICENSE NUMBER: 86394 LICENSE TYPE: CIVIL ENGINEER id LICENSE STATUS: CLEAR 0 EXPIRATION DATE:MARCH 31,2027 % SECONDARY STATUS:NIA / 1.-- CITY:SAN DIEGO STATE:CALIFORNIA COUNTY:SAN DIEGO ZIP:92122 Jason Linsdau CCM Job Title: Senior Construction Manager Company Name: Dudek, inc. Citr San Marcos State: CA Expiration Date: August 16, 2027 CMCI Number: 5042 Num maw A A ,ter mir ® AIM AIM • ■MIK l filliN► J11M IL') iv I I I Ilk U) MENU LOGIN(/SAML_LOGIN) Q Marius Jaskula, CCM, PE Job Title: Construction Manager Company Name: Dudek, Inc. City: Vista State: CA Expiration Date: March 31, 2026 CMCI Number: 1588 AW AM NMI All AM ,ivitikArk. Our Mission is to promote, support,educate, and develop professionals who lead the delivery of programs and projects within the built environment. LEARN ABOUT CMAA(/ABOUT-US) was WSECURE (void(0)) About CMAA (void(0)) NAME ADDRESS CERTIFICATES TYPE EXPIRE DATE STATUS White,Garrett DUDEK&ASSOCIATES 23334 QSP Feb 6.2027 Active 605 Third Street Enanitas,CA 92e.:24 gottitegdudekcorn NASXCCI RESULTS Garrett White Dudek Engineering&Construction Management San Marcos,California 92078, United States Certification Type: PACP I LACP I MACP Certification Number: U 710-3959 Original Certification Date:10i11:201G Expiration Date:7/1612025 Certification Type: ITCP-CIPP Ccrtificatien Number:CIPP-708-0069 Original Certification Date:7/28/2008 Expiration Date:3/2412026 Certification Type: ITCP-Manhole Rehab Certification Nuinbe:-: tv1R-415-01002-12 Original Certification Date:5122/2015 Expiration Date: • r AltCCU.... 4 )r ,,. N. y yF ,a 4 . T. a 1 i �a � eTraining , Inc . ,'4,.4,` i.g'-4,k.4 w.::,",24-:-.4.:4.''4„t.', t(f t14 Qerlificafr øf Lnmpie1innn f :,.A'. . 3 . This certifies that .\ , Garrett White , t..F f .x has received training for successfully completing � , ' Permit-Required OSHA retry .\- ,, OSHA 29 CFR .1910. 146 - 2 Hours .s, i : :1,3;1 � w June 20, 2016 Certificate Number: b44b8 �� �.. 117VZ-4 ii. g �.etrantoday.com • �f!;` '„ I Serb 1 tam, a jorioaf A. Alin— , ,4'�v a�.:'. i. a, 4.0). � � Niall O'Malley, President Larry A. Baylor, VP Content Development ,g 3 ::, r'<;�� "eL�N�� � � mw s.c �e -gys: x'i'xa a .. ..;-,.�a gtr= � s.+a � may: ro„ =ns ..: ,d•�,���__5� tr` ,yet �' ..a a . m , ''cr 5 � i„ 4�> R 4" ;'.. .. PN ,._ °,fir,. V. s �° yi # ;.`n". .„ `N#di,�.x '\\* °rk `i` , e _:'r�¢F, a' ,s?` '+,'3;'+4p � °J°y zb � w L Appendix B Rate Sheet DUDEK G . Rate Sheet DUDEK 2025 Standard Schedule of Charges Engineering Services Hydrogeology/HazWaste Services Project Director $345.00/hr Project Director..._....._............_.................,...........-..........,...$345.00/hr Principal Engineer III....._ ._._...$320.00/hr Principal Hydrogeologist/Engineer III.. ..... .. ..........$320.00/fir Principal Engineer Ii..........._.........._...._................__._...._,....$300.00/hr Principal Hydrogeologet/Engineer IL_.............. ........._.....$310.00/hr Principal Engineer I. ..................._..............._..................$290.00/hr Principal Hydrogeologist/Engineer I. $300.00/hr Program Manager...............,................................................$275.00/hr Senior Hydrogeologist V/Engineer V_____.................. $275.00/fir Senior Project Manager_........................................................$275.00/hr Senior Hydrogeologist IV/Engineer N.,........_.,........._......._ $265 00/hr Project Manager. .-$265.00/hr Senior Hydrogeologist III/Engineer III..................._.............. $255.00/hr Senior Engineer III . _.$260.00/hr Senior Hydrogeologist II/Engineer II_ $245.00/hr Senior Engineer II $250.00/hr Senior Hydrogeologist I/Engineer I..........................._.,.._......$235.00/hr Senior Engineer 1....................................................__ $240.00/hr Project Hydrogeologst.V/Engineer V............ ..................._$225.00/hr Project Engineer IV/Technician IV.................:......................_$230.00/hr Project Hydrogeologist IV/Engineer IV...._....._.......................$215.00/hr Project Engineer III/Technician III....................................., $220.00/hr Project Hydrogeologist ill/Engineer III_................................$205.00/hr Project Engineer II/Technician II $210.00/hr Project Hydrogeologst II/Engineer II .$195.00/hr Project Engineer I/Technicten I.... . .. $190.00/hr Project Hydrogeologist I/Engineer I..._.......................,.........$185.00/hr 3D Production Manager............................,...-:__.............__$220.00/hr Hydrogeologist/Engineering Assistant.._...............................$150.00/hr Senior Designer II $210.00/hr HazMat Field Technician..__................................................$135.00/hr Senior Designer I....................:........................................:: $200.00/hr Designer $190.00/hr District Management&Operations Assistant Designer......... ..... .. ... _.$185.00/hr District General Manager ... ... ..:.,.....$22500/hr CAOO Operator Ill.......:... . ......... $180.00/hr District Engineer..._..... _................... .........$21500/hr CADD Operator II $195.00/hr Operations Manager $165.00/hr CADD Operator I ........... .... ._:_...$155.00/hr District Secretary/Accountant............. ...._... $150.00/hr CADD Drafter. . ..._...... _.._._......... ._: .. .. ... , ._$175.00/hr Collections System Manager.. ....,.. -$150.00/hr CADD Technician $125.00/hr Grade V Operator_..................................._........_....._...........$140.00/hr Project Coordinator. . ........................................, $160.00/hr Grade IV Operator.. $125.00/hr Engineering Assistant.............. $125.00/hr Grade III Operator...__. ......... ......... _,.....$115.00/hr Grade II Operator...................................................................,...$95.00/hr Environmental Services Grade IOperator...._..._...................................................,....,..,$90.00/hr Senior Project Director -- $350.00/hr Operator in Training $80.00/hr Project Director....................._............_.............................._..$300.00/hr Collection Maintenance Worker.,,..............._............,,...... $85.00/hr Senior Specialist V $275.00/hr Senior Specialist IV $265.00/hr Project Delivery Services Senior Specialist III $250.0/hr Technology Specialist II ,..,...:_.. ..,..,..,,.- $245.00/hr Senior Specialist II.. ... ... ..,...... _...,.._..$235.00/hr Technology Specialist I .,.:,:r..:;.r.,.,,.. $190.00/hr Senior Specialist $220.00/hr GIS Analyst V -:,.-... .,..,,.;..,,r .-,_.. $220.00/hr Specialist V.................... ...._.,.......... .$210.00/hr Specialist lV..._..........._................................._......................_.$195.00/hr GIS Analyst III......................................e.-.K.s.-....................$185.00/hr Specialist IIL....._._......................................._..:-...... ..........$185.00/hr GIS Analyst ll .......... ........... ..,_...... ....::._$145.00/hr Specialist II._...._._,.. _...................$175.00/hr GISAnalystl............................................._...........................$130.00/hr ..................................... Specialist L.................................._.............. ......................$165.00/hr Creative Services IV...._..: .____........_.................:_,-...$185.00/hr Analyst V..... .. ._._._.._. .......$155.00/hr Analyst N.._..........................,.... ......$145.00/hr Creative Services Il.........,.......................................................$145.00/hr Analyst III $135.00/hr Creative Services I.........................................................__....$130.00/hr Analyst II............................__________...... $125.00/hr Technical Editor IV::....::................._...............,..........._..........$185.00/hr Analyst I $105.00/hr Technical Editor III,;....:. $160.00/hr Technician IV $100 00/hr Technical Editor I....._._....._........................_........................$145.00/hr Technical Editor I_.-...... .... ...$130.00/hr Technician II..._........................... ............................,...........$80.00/hr Publications Specialist IV............... .. .......$135.00/hr Technician I.,...................................... ...$70.00/hr Publications Specialist III $125.00/hr Project Coordinator II__................._......_____„.......,- ,.$170.00/hr Publications Specialist II...... ..........................._...._....... $115.00/hr Project Coordinator I................ ' ......$135,00/hr Publications.Specialist I $105.00/hr Clerical Administration. :, .... : $100.00/hr Mapping and Surveying Services UAS Pilot.... ........ ..._........ ..... $165.00/hr Eapert Vattern•("un agnearsnces depositors,and interrogatories aswc'ertwitness Survey.Lead... ... ... ........ $300.00 hr eAbatvlbd at 2i.OLmes normal ratgs-. .... ... ... / Emergency and 10144,-Minimumcharpoftwc.hours will Oa bill octet'1,75Vmes:t}e Survey Manager_. ... .. ...._....... ........ .:....$260.00/hr normal rate Survey Crew Chief........... .._ _. ... ..............$195A0/hr Materlsi and Oima9 Samoan-Suteoraractere,rental of special enuikrnent zpew of Survey Rod Person...._... _._.......:... ...._..... ....._...$14500/hr reeroausSons sot uiwpinting.ourmne data nmcesvng and coreputer seratee.crc,. awshrg+c at 1155rrea uaairectcoat SurveyMappingTechnician $135,00 hr ravel&tenss-MPaageatsurrent its allowable roars-P[diem whereilwermght orsy isinvolved iscl:anod at cost. Construction Management Services Inoter4 Late C1argee-W'coo will pe baled to raiertt monvliy and shall to Ode and Principal Manager..._...... ....... .... ._...._.._._......_ $215.00/hr payabieurwn receipt.Invoices are deiinaonet it not paid won dooms onto the Clete Senior Construction Manager ........ $195.00/hr ef the invoice Mont a st pay rhterest a.a:0%erecs ray ror amounts unpaid ..- greater than 30 cats afsm the date of trig irxra Senior Project Manager.. ....................... $190.00/hr Pon„a lore Ma Ir mess mmeWYtoerersw.Oesestandea rats MIaxe.,n ire wrtp Construction Manager.... .. $185.00/hr Ina CPI-.)krr lhenearorrt urban area-per Crecepactnert Of isaor Sratsicsaywhere the wok Project Manager/Construction Management.................. $175.00/hr rs being,ernpla wlyor-to 3%annually.*thaw ieni$ter, Preva7ung wag' The rat.:used aeonaerrnn rtuiuhgwag,rates do not;Wet,I4 Resident Engineer......... .. .. ..... ....... ... ....... $175.00/hr (haar s a .anpGor,ra nux:ea WWI,reserves EN n@tt t04ustua+atas aaortrnyly Construction Engineer $175.00/hr Onsite Owner's Representative $160.00/hr Prevailing Wage Inspector $160.00/hr Construction Inspector...................................................,,..., $150.00/hr Administrator/Labor Compliance..::.........................,.......-_ $125,00/hr Utility Coordinator/Monitor $165/hr � r DUDEK 800.450.1818 HELLO© DUDEK.COM DUDEK.COM ® D • 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. DUDE1( G . Rate Sheet DUDEK 2025 Standard Schedule of Charges Engineering Services Hydrogeology/HazWaste Services Project Director........._.......,...,..,.__.....,.._.......,...,,..,...-., $345.00/hr Project Director......_.,........,....,._.........................................$345.00/hr Principal Engineer It - _...,_._._ $320.00/hr Principal Hydrogeologist/Engineer III...._........,.....................$320.00/hr Principal Engineer II..............................................._..._,,,, $300.00/hr Principal Hydrogeologist/Engineer IL.._....._...._............_...._$310.00/hr Principal Engineer I $290.00/hr Principal Hydrogeologist/Engineer I__.........................._.......$300.00/hr Program Manager $275.00/hr Senior Hydrogeologist V/Engneer V _..........$275.00/hr Senior Project Manager 3275.00/hr Senior Hydrogeologist IV/Engineer IV....._.............................$265.00/hr Project Manager $265.00/hr Senior Hydroleologst IU/Engneer III... $255.00/hr Senior Engineer lit.._................_........................_ $260.00/hr Senior Hydrogeologist II(Engneer 11 $245.00/hr Senior Engineer II $250.00/hr Senior Hydrogeologist I/Engineer I $235.00/hr Senior Engineer I..............................................................._....$240.00/hr Project Hydrogoologlst.V/Eng neer V,..,.....,..,,................. $225.00/hr Project Engineer IV/Technician IV $230.00/hr Project Hydrogeologst IV/Engneer IV...........,.._...................$215.00/hr Project Engineer III/Technician III $220.00/hr Project Hydrogeologist III/Engineer III...................................$205.00/hr Project Engineer II/Technician II........... $210.00/hr Project Hydrogeobgst II/Engineer IL........,...:,__...........,......$195.00/hr Project Engineer I/Technician I_......._...._.................__ $190.00/hr Project Hydrogeologst I/Engineer I.....,__,.,....,_:...................$185.00/hr 3D Production Manager._........_.........__......................: $220.00/hr Hydrogeologist/Engineering Assistant......_._..__..................$150.00/hr Senior Designer II $210.00/hr HazMat Field Technician..._.........................................._.......$135.00/hr Senior Designer I $200.00/hr Designer...... .. ....... ... .... _$190.00/hr District Management&Operations Assistant Designer. ..... .. ._ .._ .. $185.00/hr District General Manager ... •-.....$225.00/hr • CADD Operator Ill_ ..._.....................$180.00/hr District Engineer..._.._..........._........................_.........._... $215.00/hr CADD Operator Il.....__................._.........,,.....,.,....,... ........$195,00/hr Operations Manager............_.... ................._......................$165.00/hr • CADD Operator I....._.._....._... ......$155.00/hr District Secretary/Accountant.................._... .._............._..$150.00/hr CADD Drafter...............__. _,_,,.._................$1T5.00(hr Collections System Manager......................................._..._....$150.00/hr • CADD Technician................... $125.00 hr Grade V Operator $140.00/hr Project Coordinator. Grade IV Operator ....,................$125.00/hr Engineering Assistant.....................».......,.,_.,.....,.,...,>.........$125.00/hr Grade III Operator $115.00/hr Grade II Operator......................................................................$95.00/hr Environmental Services Grade I Operator $90.00/hr Senior Project Director.......,.................,.,.,.a,.........:_,,...._......$350.00/hr Operator in Training $80.00/hr Project Director..........................._..........................................$300.00/hr Collection Maintenance.Worker............................................. $85.00/hr Senior Specialist V $275.00/hr Senior Specialist IV $265.00/hr Project Delivery Services Senior Specialist III $250.00/hr Technology Specialist II............,._..........................................$245.00/hr Senior Specialist ll $235.00/hr Technology Specialist I..............._,.,.,.,.,.,._,_........................$190.00/hr Senior Specialist I................_........................_........__._._ $220.00/hr GIS Analyst V. ..........._.._........_......................_...,.........._..$220.00/hr Specialist V.... .. $210.00/hr GIS Analyst IV...................._..._...._......_....._..........................$200.00/hr ...................... Specialist N... .....,. ........................................__. $195.00/hr GIS Analyst III_........................................................................$185.00/hr Specialist III...................................................................... $185.00/hr GIS Analyst II.....................................................................,....$145.00/hr Specialist II $175.00/hr GIS Analyst I...........................................................................$130.00/hr Specialist I...................................................................... $165.00/hr Creative Services I..........._._......................_......................._$185.00/hr Analyst V.._.........................................................................._ $155.00/hr Creative Services III................................:.........,..:.:._.:.:. $160.00/hr Analyst N.........._..........._-_.......,..........__..-._..._............_ $145.00/hr Creative Services II......_........_...............:...::..,._,,...,:....._...$145.00/hr Analyst Ill........................... $135.00/hr Creative Services I $130.00/hr ................................................. Analyst II......................................................._........................$125.00/hr Technical Editor IV - $185.00/hr Analyst I.... .. .. ... Technical Editor III.,.........,........................................,..,., $160.00/hr Technician IV $100.00/hr Technical Editor ll....................................._._......_...._...........$145.00/hr Technician III__................_._............._.................__.... $90.00/hr Technical Editor I $130.00/hr Technician II.............._.....,,,..,.,,........... .. .. .......................$80.00/hr Publications Specialist IV......_...............,..,..,.,.,...................._$135.00/hr ........... Technician L..............,..... ........,..............................................$70,00/hr Publications Specialist Ill - - $125.00/hr Project Coordinator II.,,._...,_:,......_.............................,..............$170.00/hr Publications Specialist II_ $115.00/hr Project Coordinator I -._.._............... .......$135.00/hr Publications Specialist I............._............................._......_...$105.00/hr Clerical Administration__................................................,......5300.00/hr Mapping and Surveying Services UPS Pilot_.........._.................._......__.................._.................$165.00/hr Expert?tepees-.OW!appeara,-cen deyostlona arginterogamries as amen warren Survey Lead.. . ..... ,...3300.00/hr `^A tebalied.at2,rXl amen normal rotes ................................................ Emergency aid rylbays-14 nmamchara oftwb nouns will be billed atl1.76tmlas the Survey Manager $260.00/hr normal rate.. Survey Crew Chief........... .. ..... .. .. ......._$195.00/hr Material are OutsiW Services boinrvrtractors,rental of specie equipment spatial Survey Rod Person $145.00/hr reprceiosvrn and tareprirping monde data recessingand computer written,etc,. are charged at1isamapt,ednectCoat SurveyMappingTechnician ......_........ .. . .:: $135.00(hr trasol Event.-Waage atzurrent iCS allowable rams.Perdirm wdnradvernightstuy iwad is chargedatcros Construction Management Services Irfowkes,lacy Charges-NI ayes will be billed to clentmontnly are shall be due and Principal Manager...................._.._ $215.00/hr Pawabte goon tempt Invoices are delinquent it not paid wittir 30 dare from ere dam of me invoice alert saes,a pas Meant at a LO)a amua'rate for amounts.uneakd Senior Construction Manager....................................-. $195.00/hr groalrtnan lanaisah+r the date of the invoice. Senior Project Manager $190.00/hr wecef irrmasi+s-hens rfrrtiheioeersee.mesa standard rasps we,resaaea m moms Construction Manager $185.00/hr se Cat!for teneareet urban area lsr Sr Ceparinaor of labor Statistics towene me wok Project Manager/Construction Management................. $175.00/hr e peas corWwmd>u by3%.annually,*Althaver amg+a. DreWeer •$175.00 hr thin o ung wags The rams„sea a above assume prot:>aing*Sip rates CO not apply is Resident En g ( t7is..ass:rnPapnnincor,rent Dudek swerves the niptto adjls'itn rates...roan ley Construction Engineer..... $175.00/hr On-site Owner's Representatie............._...._............._. $160.00/hr Prevailing Wage Inspector $160.00/hr Construction Inspector $150.00/hr Administrator/Labor Compliance..._........,..............:._ 5125.00/hr Utility Coordinator/Monitor $165/hr Aco CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD"TYY) 8/28/2026 10/27/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(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 I.ockton Companies,LLC CONTACT NAME: DBA Lockion Insurance Brokers,LLC in CA PHONE FAX - CA license 1fOFI5767 Ei No,Eel): (A/C,Not; 444 W.47th St.,Ste.900 ADDRESS: Kansas Ciry MO 64 1 1 2-1 906 INSURERS)AFFORDING COVERAGE NAIC H (816)960.9000 kcasu®locklon.coen INSURER A;Zurich American Insurance Company 16535 INSURED DUDEK INSURER a:American Guarantee and Liab.Ins,Co. 26247 1474534 687 SOUTH COAST HIGHWAY 101 INSURER C:Continental CA,I,a(ty Company 20443 SUITE 110 INSURER O: ENCINITAS CA 92024 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: 22542709 REVISION NUMBER: XXXXXXX 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. 1 TR TYPE OF INSURANCE D I e POLICY EFF POLICY EXP {NSOI MD POLICY NUMBER IMM?DDIYYYY) IMI&DDIYYYYI LIMITS A X COMMERCIAL GENERAL LiABILITY N Ni GLO014631I 8/28/2025 8/28/2026 EACH OCCURRENCE S 1000000 CLAIMS-AMIDE n OCCUR I 1 -PREtL1ISES(Ea YC0nce1 S 100,000.._..._.—_ _ f MED EXP jany one parson) s )0,000 I I PERSONAL A ADV INJURY S 1,000,000 r I GE14'LAGGREGATE LIMIT APPDESPER GENERAL AGGREGATE S 2,000,000 POLICY`J ECT n LOC I PRODUCTS-COMP/OP AGG S 2,000,000 OTHER: t $ A AUTOMOBILE LIABILITY I BAP0146329 8/28/2025 8/28/2026 COMBINED SINGLE LIMIT $N N (Ea ace deny-__,v— 1,000,000 x ANY AUTO ( BODILY INJURY(Per person) S XXXXXXX OWNED —SCHEDULED BODILY INJURY(Par axIdenl) $ XXXXXXX ,AUTOS ONLY ___ AUTOS HIRED NON-OWNED I ( PROPERTY DAMAGE XXXXXXX AUTOS ONLY AUTOS ONLY _LPe{ ccld nl S XXXXXXX I 1 i B X UMBRELLA UAB X occun I N ! N AUC0146407 8/28/2025 8/28/2026 EACH OCCURRENCE S 1,000,000 EXCESS LIAR CLAIMS-MADE I AGGREGATE S 1 000 000 DED 1 RETENTIONS { S XXXXXXX A WORKERS COMPENSATION I , X PER 0714- —_� AND EMPLOYERS'LIABILITY YIN N I WC0146330 8/28/2025 8/2a/2026 [STATUTE ER ANY OFFICEWMEMBERPEXCLUDED�CUTIVE N I N IA E.L.EACH ACCIDENT S 1,000.000 R(Mandatory In NH) I P1 I I E.L.DISEASE-EA EMPLOYEE S 1,000,000 II yyees,deecnbe under DESCRIPTION OF OPERATIONS below ti E.L.DISEASE•POLICY LIMIT S 1,000.000 C PROFESSIONAL 'I N ! N I BEH591932835INCL POLL 8/28/2025 8/28/2026 PER CLAIM E1,000,000 LIABILITY I i AGGREGATE S1,000,000 DESCRIPTION OF OPERATIONSI LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached I(more space le required) THIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES FOR THIS HOLDER,APPLICABLE TO THE CARRIERS LIS I ED AND 1 HE POLICY TERMS)REFERENCED. RE NOTICE OFINTENTTO AWARD-2025 ON-CALL CM.INSP;30 DAY WRITTEN NOTICE OF CANCELLATION NAPPLIES,10�DAYYSJU� 2NIPA ENT OF PREMIUM,AS REQUIRED BY WRITTEN CONTRACT.COVERAGE IS SUBJECT TO THE TERMS AND CON `t-O I By: __-- MICIIAEL J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATION CITY OF HUNTINU 1EN BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 22542709 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF HUNTINGTON BEACH ACCORDANCE WITH THE POLICY PROVISIONS. 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 AUTHORIZED REPRESENTATIV ©1988 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Switzer, Donna From: Switzer, Donna Sent: Thursday, December 4, 2025 6:48 PM To: 'ksmith@dudek.com'; 'glitzinger@dudek.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 Dudek PSC.pdf Hello, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Dudek 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 Alle414 ; Office of the City Clerk ee� 1 Office:(714)374-1649 Donna.Switzerc surfcity-hb.org 2000 Main Street,Huntington Beach,CA 92648 1 IOW 11ING in .. Professional Services *..Alt. ,..• •.� �, Contracts for On-Cal .- --�_ _ �__ _�• % , Construction Management, Materials Thstung, and - I ______ _ �r �li r`J ^ Inspection ervi/ .,- , -�--- -- -- ---, _- Department of Public Works - ` 0k. November 18 , 2025 it _ _ . .. r ►� ♦ ® °_ , 9Q O. SUPPLEMENTAL c 00 0 •+'f ‘•,%.\•• COMMUNICATION NT\1 c ? 11# 11/18f25 fiit Meeting Date: 4$11W ArAff 4111110- '11.F�./.0', Agenda Item No. 21 (25-881) BAC KG ROU N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services. The RFQ covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFQ Selection. 3 1�NTING `.. .//f , Pk _ `- ? s; c-_Y _, ,, q - a '0 t(•�•\NtpgPQriA rFG�," ���A F '� • - j} � �^ � � att s /) ,8 17,19Y8 � .�� #�CCCLLL"` � l0 ouNTN v!ko # 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. ,U\.svTIN.7 \ G \Y\Y\•Y s ?�at, P 0;4��f *,,,s •• 9 • • Fcob NTY CPL' 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. 104/ O`♦a 1�pRP0.4A74;•%. a ��f0 3 • c��� g 4 ' .. 1 ms " f 1:.,,,:. .- ., r;w, . a1d it 9 ea y+ (:,:,� a €. t iwc' .� " "+ E- It Pam`'; r" 3 k,_= ".44 � $ - ' x+::;' ,� 'j -;rk/,5..?5.575,5, ... ;:r-,"` ',..,..:;.;:,,7,....:Iregrrirrirkrrrrirrrrrrirrrrrrrrrr.rrrr....r.monumNsiftiorir' .;,..)!r..r :r.V 4 .......................„ ifigilini II ,�.._._ -4IPI! '� C... (in 0 • (11) a) low -t‘\ f' lNG Professional.� Services TContracts for On -Call .•• \\N A T Teo \ <' \ Construction Management, ,,_ ,,,,,,,y----, ,,,,, Materials Testing , and A - , 2A,L, --- _ _ 1 _ S Inspection Services __ ___,___ _ _ __._,____ ____, _ _ .- ---__, 1 _- _ _ - — ___ _ _ _ _ . ____ _--�-- - -- -- _ _ _ __ Department of Public Works -- ' • ` November 18, 2025 , � � 1 �• 17 19 a9 , ••ces • ) ••,,• , •,•• LOON•••• / TH[ titi.i.1/ 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. `, NTINGl f U . A.:• Nc,0RP0RATF4•• _ F • - ,. _ i / . (, . ocr,.,,, _ • f 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. .' , ,� ` R 00-1 rf1/ 11 i 1.f�a 1• ... f .�..-:n,. _ Q .7 ( S4, 11;t - -i- df - �75 .t 4 f __. . ; , ��IP ANT I N G r� �� ,— `"'a a4 ; .� �., �2 ' • ` f1 • 1 � r J iI 0�..•\NtOaPORA77;0�� \ jam`. ; (``� -� .. 1 4 ` IMMair k • _nn,a•• FBpC \ v ••. I l.................. 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 • ,,+l �NTINGT "as-need" ,'I O` '�NCORP0RA7.6>< � an basis. it- _ ,�s v�\ couNr( CPiI Questions ?• „.„.., ... ..., , .. ..„. . ANY ,....i. .... ..... .. ti �' +' r_ 1 II-.'"', -'._-' l' '' , 1 1 /ein ' 40:‘...,,,fit;,jkilar liveW .g..,::-. .,:.;.?:f;4. ''4 r . 't .IN «s. Th li-,‘;,,k‘'.J.,,' ' A ,dt4 IfItig , i.. �� ''..."`:::'4•1-:',4'..4..."!,,-,,, -\.. , lit - ' ' ' T ys -may►r'•, .. '(11``�� `,t'. =+ 4 any ti-i}1a _ 4i.,.�.0.• . t• {s •s+r��. •�ti.� x . 00 =ts� 1. �2'tf_ * L 1, • ,"� "i ce' i�-� PL..Y1i1-ti ` l