Loading...
HomeMy WebLinkAboutGHD Inc. - 2025-11-18 ,(WATINUr 2000 Main Street, �4' Huntington Beach,CA f,y. v 92648 t� _ City of Huntington Beach APPROVED 7-0 9�^""���- erg Z5EJ cFF O CoUNTV tt ✓ 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 ^yM&�� powered by LegistarT" 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 3 D)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Certerra RMA Group for On-Call Construction Management, Materials Testing and Inspection Services; and E)Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Dudek for On-Call Construction Management and Inspection Services; and F)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and GHD Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and G)Approve and authorize the Mayor and City Clerk to execute $1,000,000 Professional Services Contract between the City of Huntington Beach and GMU Engineers and Geologists, Inc. for On- Call Materials Testing; and 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 powered by LegistarT" 392 File #: 25-881 MEETING DATE: 11/18/2025 In response to an expanded CIP budget-from $35 million to $63 million-the City anticipates the need for an increased number of on-call contracts to meet the additional workload and project complexity over the next three years. Such large projects and developments include multiple lift stations, water wells, arterial street rehabilitations, bridge rehabilitations, traffic signal and lighting projects, facility rehabilitation, and park projects. In addition to CIP construction management and inspection services the contracts are used to provide inspection duties for the Development Section. These duties include inspection services for utility permits and larger development projects that are covered by developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Qualifications (RFQ) on June 13, 2025, inviting firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFQ encompassed a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed the procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers, and complied with the federal Brooks Act and California Senate Bill 419. The City received twenty-seven (27) proposals in response. A three-member evaluation panel- comprised of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The Public Works Department consistently attracts highly qualified firms for such RFQs, resulting in a robust and competitive selection process. Based on evaluation results, staff recommend awarding nine (9) on-call contracts to firms to continue service to existing projects. The nine firms listed would reduce any potential interruption of construction services. Additionally, nine (9) other qualified firms shall be considered for further approval and will be recommended in a subsequent council meeting. Recommended Firms The current recommended firms are: Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc.; Harris & Associates, Inc.; and PSOMAS. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-material basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant City of Huntington Beach Page 3 of 4 Printed on 11/12/2025 powered by Legistar" 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 J 2.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 pOviii�i,_. a/ N Ut 1x� `OAS: : 4,� .!:.11 11S.,?;o< UNTY CP�i!f CO REQUEST FOR PROPOSAL FOR ON-CALL CONSTRUCTION MANAGMENT,MATERIALS TESTING, and INSPECTION SERVICES. Public Works Department CITY OF HUNTINGTON BEACH Released on May 15th, 2025 ON-CALL CONSTRUCTION MANAGEMENT SERVICES and MATERIALS INSPECTION SERVICES REQUEST FOR PROPOSAL (RFP) 1. BACKGROUND The City of Huntington Beach ("City") Public Works Department is seeking experienced consultant firms to assist the City's staff in the following service category, to perform Construction Management and Material Inspection services for any City related projects and activities. Qualified firms shall provide construction management consulting services on an"on-call"basis for projects assigned during the term of the contract. The contract will be for a minimum 3-year term.The City will issue task orders for each project based upon the scope-of-services; qualifications, work schedule,and reasonableness of the fee. For task orders greater than $30,000 City may typically solicit proposals from 2 or more qualified consultants for City funded projects. 2. SCHEDULE OF EVENTS This Request for Proposal will be governed by the following estimated schedule: Release of RFP May 15,2025 Deadline for Written Questions May 30, 2025 by 4pm Responses to Questions Posted on Web June 6, 2025 Proposals are Due June 13th,2025 by 4pm Interviews,if Necessary 3rd Week of July Proposal Evaluation Completed and Notification August 2025 Approval of Contract September 2025 3. SCOPE-OF-WORK BY SERVICE CATEGORY In general,the consultant shall perform consulting services on an"on-call"basis for projects assigned by the City. The scope-of-work for any one project may involve all phases of project development and may include but, is not limited to the following: A. Construction Management The City is seeking experienced Construction Management firms to assist the City's staff in providing Construction Management and Inspection Services for a wide variety of capital improvement projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: pump stations, lift stations, curb and gutter, sidewalks,pipelines,traffic signals, structures,road rehabilitation, and bridge retrofits. In addition, the City anticipates consistent construction activity on City facilities, including fire stations, police department facilities and substations, community centers,beach and park restrooms,libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits, new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects,the City is planning to utilize Design-Build(DB) and Progressive Design-Build (PDB) delivery methods for applicable infrastructure and facility projects. As such, the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and contractors, early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. Interested firms shall address in their qualification statements, their firms ability to provide the following services if selected by the City. The successful firm will be expected to provide these services for locally funded CEP projects. The City prefers those qualified firms assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and • gutter, sidewalks, pipelines, structures, road rehabilitation, reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings,product data; samples; submittal; purchases; materials; equipment; applicable handbooks;maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates.A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information(e.g., logs,payment applications,working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system(PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project,preparing daily reports listing employee,labor classifications,hours worked and equipment on project,maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information(RFI's). 12. Conduct weekly construction progress meetings with contractor,subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress, problems, and scheduling.Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19. Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences,realistic durations, constraints, ,schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor(weekly)to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City. Review and evaluate contractor's request for changes.Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains "As-Built"project schedule. 25. Review pay requests and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy of the project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff. 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout-Consultant shall provide the following project closeout services: • Administer and coordinate fmal inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks)during construction, including equipment, labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out,require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced,or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project. Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site,number and names of workers with hours on site,work accomplished, problems encountered, and other relevant data.Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion.Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10. During the course of construction,maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements,reporting, and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon&State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates,benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a final report to the City upon completion of each project summarizing any identified discrepancies and resolutions to those discrepancies affecting the project. 9. Defend certified payroll audits if conducted by controlling agency. E. Construction Materials Testing 1. The consultant shall be responsible for all the tests as required by the Caltrans Standard Specifications and the Project Special Provisions. 2. The consultant shall perform the materials testing services in accordance with the City's approved Quality Assurance Program (QAP) (See Appendix E), California 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. I • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17" sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max. and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter. (Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form (See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel, sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish(months&years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code (CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches, and solutions to similar projects that would be undertaken by the City, and detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CEP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major projects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download REP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.cfin b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview,if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Firm Qualifications -Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. 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 - Finn 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 films 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%20Licens e/FORMS/Standard-Business-License-Application%202024.pdf K. Interview- After written proposals have been reviewed, discussions with prospective funis 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 Pare encouraged to keep their proposals brief and relevant to the specific work required. • 8. GENERAL REQUIREMENTS Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful consultant must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. The consultant is encouraged to contact its insurance carriers during the qualifications submittal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. Standard Form of Agreement The consultant will enter into an agreement with the City based upon the contents of the RFP and the consultant's response. The City's standard form of agreement is included. The consultant shall carefully review the agreement, especially the indemnity and insurance provisions, as the standard form of agreement will not be changed, and must be accepted as is. Assuming the consultant is agreeable with no exceptions, a statement to that effect shall be included in the qualifications submittal. Disclaimer This RFP does not commit the City to either issue an RFP, award a contract, or to pay any costs incurred in the preparation of the RFP response. The City reserves the right to extend the due date for the RFP, accept or reject any or*all proposals submittals received as a result of this request, negotiate with any qualified consultant or cancel this RFP in part or in its entirety without penalty. Assigned Representatives The City will assign a responsible representative to administer the contract and to assist the consultant in obtaining information. The consultant shall also assign a responsible representative (project manager) and an alternate,who shall be identified in the RFP response. The consultant's representative will remain in responsible charge of the consultant's duties from the notice-to- proceed through project completion. If the consultant's primary representative should be unable to continue with the project, then the alternate representative identified in the RFP response shall become the project manager. Any substitution of representatives or sub-consultants identified in the RFP response shall first be approved in writing by the City's representative. The City reserves the right to review and approve/disapprove all key staff and sub-consultant substitution or removal, and may consider such changes not approved to be a breach of contract. I EXHIBIT A I Pre-Qualification Form PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES .'J, •,<•; ;+%?i- y,1:a,$,` �.E_'!:;r.!' »;:.>�e.'.- .:xrc..,. :.!.. :�.«a.,A.. nl.'ra' fr.hA.".' .::i;m .Naar.:n nm. •,.vgo x,avf,^•,.�.,� ....a"i. 'F.hi?;• ;nw'"3,y,(,tr;.n '��i / :'MM'v.;'��v., �.�;;;.,}Z..,.,�=:':i: '1, ".�,..5 .`C?S;�Fy .}.tom •„:4, .Y, � :i3.,.. :`: y.,-.0 �7�.2':•:,f, a„l-.a r;' ��: ���+.',r`=�s. .q a+=�' :d;.f977�;t;;::�•_ b.«... ��'�+«:.v ,s •4 h1{`.7• ,r�I, ��� m�n: �✓.; i'�v ,S.�pF+,p ...5' =:35.._T.,,.e Y•, �b.n C.;, 'i 'H` rr.,, •ii-r`. .6'= w7.n � f,,3?*'''a._ S;'`.lr. (!+�''tt7T�! A� •���i:: ,..,,.•�.5-..,.,.:;:{.<,..,f. �5�i .. ,r.. .r<,, r .,,..�..s .v, ./,:S%:^F�1:.. _.. ..=a,n,n ...,..�:F�,..:•:'b-';r::�i'e,,,a.d3- .,.a. ,•,E.•a.'.Y-.•},�.•aY?.di.'.YfS:�,rfik`„v:wY.a.rn�d,.,�,my,?. "s.•,`n.i:;s�:,`i�y:.''�� A. Construction Management Yes/No (Initial) Consultant is willing to execute the Agreement as drafted(See Appendix B). (Initial)Consultant is able to provide the insurance as required(See Appendix C). • Firm Name: Finn Address: Signature: Date: I APPENDIX A I Vendor Application Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: NEW ❑CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Is your business: (check one) ['NON PROFIT CORPORATION ❑FOR PROFIT CORPORATION Is your business: (check one) ❑CORPORATION ❑LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION Names &Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: I APPENDIX B I Agreement as Drafted Exhibit B — Draft Contract PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and , a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE • agree/surfnet/professional svcs mayor 5/19-204082 Time is of the essence of this Agreement. The services of CONSULTANT are to commence on 20_(the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Dollars ($ ). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or agree/surfi3et/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/surfnet/professional svcs mayor 5/19-204082 to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed,by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. agree/surfiiet/professionalsvcs 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/surf iet/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 I RACTOR 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/surfnedprofessionalsvcs 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/professional svcs mayor 5/19-204082 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which agree/surfiiet/professional svcs mayor 5/19-204082 the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. agree/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/surfnet/professional svcs mayor 5/19-204082 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/President/Vice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney agree/surthet/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 IAPPENDIX C City's Insurance Requirements CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City CouncilResolution No.2008-63 requires submittal ofcertif cates ofinsurance evidencing the following minimum limits with a California admitted carrier with a currentA.M.Best'sRating ofno less than A:VIL 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 MiniinumInsuranceRequirements •- .. ,,,. ::... 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 '/'o���NoI.NG ��� RCA Contract Agreement Summary ONTV ,I 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 $2,500,000 3-years VENDOR NAME+TYPE OF SERVICE GHD Inc. will serve as an FULL SERVICE on-call professional, specializing in construction management, materials testing, and inspection. Consultant will serve as CM's, provide testing, and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management, Materials Testing and Inspection Services). - PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-calf CM, Material Test, and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. EH CITY DF HUNTINGTON BEACH 723 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND GHD INC. FOR ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING,AND- INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY,"and,GHD, INC., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management,materials testing and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of • professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW,THEREFORE,it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Natasha Johnson 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. 25-17168/393179 1 of 12 3. TERM;TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on NpY 1g, 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee,including all costs and expenses,not to exceed Two Million Five Hundred Thousand Dollars($2,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 25-17168/393179 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. 25-17168/393179 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. 25-17168/393179 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 evely 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 25-17168/393179 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. 25-17168/393179 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. 25-17168/393179 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 GHD, Inc. ATTN: Director of Public Works ATTN: Emma Del Vento 2000 Main Street 320 Goddard Way, Suite 200 Huntington Beach, CA 92648 Irvine, CA 92618 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 25-17168/393179 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 25-17168/393179 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. 25-17168/393179 10 of 12 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any.injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arrn'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. 25-17168/393179 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, GHD,INC. a municipal corporation of the State of California By: ( vL NE2 n/A.,w/ ---- 2 "ty Manager print name ITS: (circle one)ChairmanIPresiden ice Presiden INITIATED AND V D: AND By: lied-12- Director of Public Works - APPROVED AS TO FORM: I �✓CO R print name ITS: (circle one)Secretary/Chief Financial Office sst. j (Secreta. —Treasurer � I..- City Attorney Date to f 1 7-•z.3— RECEIVE AND FILE: City lerk Date la/31�s 25-17168/393179 12 of 12 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide On-Call Construction Management and Materials Inspections. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT A 1. 4 '}; rill i .....� 'A..i 6,'Id'.�. ►:• %.. G) �1 E IIIIIIIII ;1 ',' • E +I! ‘ 1 hik 1 ' I $, , , . r i' • ON ` i'''' •Ti , (s) A � ��k4IY w �N �� V-4 t i ) s t,+ #`t �` n ‘CIS g 1 .i L �i!0r ' cu • • a. 0 Lml +. . ‘‘I t, s•...... ‘i .11 ' 1-1;' 'j 3 _c 011113 1. "I0;I I ' 1,;43 "iii'!'"'!'!""' o as ....,. = x gliiii •;-,i t:.. �' �1 ' i iF,. ;, • H /w " i I. • lamiliiiiiiiiiiiiiiiiiiiiiiiiiitiL) pal xW 1 ,k!I . a , E III , iu.. 'C K 4, m + ,. .° � 1 4.1 ! . ,44,...., r' !. '' I-- ;Z.".' .''''- ' t A0,; o (,) E Gs ,,, . • - - , --ii„ -_—=.- -., •,ei,-,.., w tk t i x� t `it, m mom (11) 4.A. ali (� ��' • _ - al. �t�.� ��� Li) 05 • 51 `* iIr i v- s. • h ,, Ft I C +10 > 1 t t 'lli f st U i 3? L iI. l'i. 1 r; o 0 111.11.1 Ca It')1,:‘1,-Jii\,.,E„.,t,'':i,'; , , •t, r , ,, 1, , )1. ,1,,, , g3 as . CO CL i li ',1 011, \i PM! GHD Ir.r/ Contents A.Cover Letter B.Vendor Application Form iv C.Pre-Qualification Form (Exhibit A) viii D.Service Category Firm Qualifications . 1 Preferred Staffing .. 6 Understanding &Methodology Section 9 E. Rate Sheet Seperate file included in upload Appendix Resumes ©GHD 2025:This document is and shall remain the property of GHD.The document may only be used for the purpose for which it was submitted and in accordance with any of the solicitation to which this document responds.Unauthorized use of this document in any form whatsoever is prohibited. GHD l Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach l i 737 GHD lims1 i Cover Letter i The Power of Commitment GHD320 Goddard Way I Suite 200 Phone:949.648.5200 Irvine,CA 92618 www.ghd.com City of Huntington Beach Public Works Department 2000 Main Street Huntington Beach, CA 92648 June 13, 2025 Re: Proposal for On-Call Construction Management, Materials Testing, and Inspection Services Dear Selection Panel, The City of Huntington Beach's Capital Improvement Program represents a vital investment in public infrastructure and community facilities. GHD is honored to submit our proposal to continue supporting this vision through a comprehensive suite of construction management, inspection, and materials testing services—strategically tailored to meet the City's evolving needs. As the City's current provider of engineering and design services, our team is well-positioned to deliver high-quality, compliant, and cost-effective solutions. With experience managing over 85 on-call contracts across California, we bring a deep understanding of municipal project delivery and a strong track record of meeting compliance, quality, and performance standards. To ensure the City receives the highest level of service, we have assembled a multidisciplinary team of industry-leading subconsultants: - Twining, Inc. will serve as our primary partner for materials testing and inspection. With over 100 years of experience and Caltrans-certified laboratories, Twining offers advanced testing for soils, concrete, asphalt, steel, and more. Their certified inspectors and engineers will ensure all materials meet ASTM, AASHTO, and Caltrans standards. - Vanir brings nationally recognized expertise in program, project, and construction management. Their team will support vertical and facilities inspection, labor compliance, and schedule control, ensuring seamless execution and stakeholder alignment. - Montez Group, Inc. (MGlj will provide quality management and construction management support services. MGI's strengths in QA/QC, document control, and safety verification will enhance our ability to deliver technically sound and well-documented projects. Our approach emphasizes proactive planning,clear communication, and a collaborative mindset. We apply structured pretask planning, real-time documentation, and early issue resolution to support successful project delivery. Our use of web-based construction management software enhances transparency and reduces turnaround times for RFIs and submittals. GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach I ii 739 We offer: - Integrated Expertise across civil, structural, MEP, traffic, and environmental disciplines. - Design-Build Readiness with proven success in early-phase constructability reviews and post- award oversight. - Client-Focused Delivery aligned with the City's performance goals, budget, and schedule. - Dispute Avoidance and Change Management through structured communication protocols and regular coordination meetings. Our local presence is a significant advantage. Our main office, located at 320 Goddard Way, Suite 200, Irvine, CA 92618, serves as the central hub for project coordination. This is further supported by additional offices in Los Angeles, Costa Mesa, and Long Beach, with a combined team of 120 staff members. This close proximity enables us to respond swiftly, foster strong relationships, and remain deeply attuned to the City's evolving needs. We have reviewed the City's standard Professional Services Agreement and insurance requirements and confirm our ability to execute the agreement as drafted. Additionally, GHD holds a valid City of Huntington Beach Business License (License No. A291789), issued more than six months prior to the RFP release date. Thank you for considering our qualifications. We look forward to the opportunity to continue serving the City of Huntington Beach. Regards, -04-& 144-5Fart-4>g Emma Del Vento Steve Briggs Contract Manager Construction Manager 425.412.6249 949.815.3816 emma.delvento@ghd.com steve.briggs@ghd.com GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach I iii 740 GHD 1-E-30 limil 3 Vendor Application Form i The Power of Commitment REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑NEW SkURRENT VENDOR Legal Contractual Name of Corporation: GHD Inc. Contact Person for Agreement: Emma Del Vento Corporate Mailing Address: 320 Goddard Way,Suite 200 City,State and Zip Code: Irvine,CA 92618 E-Mail Address: emma.delvento@ghd.com Phone: 425.412.6249 Fax: N/A Contact Person for Proposals: Natasha Johnson Title:Senior Proposal Specialist E-Mail Address: natasha johnson(caghd.com Business Telephone:916.245.4222 Business Fax: N/A Is your business:(check one) CJNON PROFIT CORPORATION NVfOR PROFIT CORPORATION Is your business:(check one) VORPORATION LLIMITED LIABILITY PARTNERSHIP (INDIVIDUAL ESOLE PROPRIETORSHIP :PARTNERSHIP UNINCORPORATED ASSOCIATION 4 ,.. ,,'*.�, ia:r, ..c x�.. ,.w,,.�: �--, .':+.,_r�'P a.ti.,�»..,,1. .mow 4=:�� a%� x.�.,-:s, r•= _ ,, _,fur _...�_ 4..e., ..._�..,.�.;.c, GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach ( iv 742 Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone See the following page for Corporate Board Members ' F Federal Tax Identification Number: 98-0425935 City of Huntington Beach Business License Number: A291789 (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: January 1,2026 � I GHD I Proposal I On-Call Construction Management,Materials Testing,and inspection Services,City of Huntington Beach I v 743 ...is... :::.;_:..r.: :n _ _ _ _ _ _ _ _ _ _ ,:'-.'. :: .. ^-_.. +.::.u•.......,..::,?„� ._._^ ..--.-r.�.s-.L;n`tYv...:�� .,....-:..:-......:.....,....-._.. ...=r..,�..:..z...:.:.:-..� .v.� .._. ...w�'�'i`�"�'`n _ .M1..... r'j�-,:v........� ws.a,. 1:::1::',..:':.:'.:!::',!!::::;.:[;.':' '''..:...: ^.rim. ..... .. ..,.;.. .. - -mow, GHD INC. LL Officers and Directors :::!::;:: Effective March 15,2025 ...',.< <` ` ' OFFICERS I.: ::.::`..., Christopher Hunter Board Chair/Executive Vice President El:::,.,,:...:.;:; :i 455 Phillip Street,Waterloo,ON N2L 3X2 :: 1;:; >:. Tom Kim Executive Vice President 45 Farmington Valley Drive,Plainwell,CT 06062 Rachel McCaffery Executive Vice President ..,:..,.;::::: : ; 410 Eagleview Boulevard,Suite 110,Exton,PA 19341 rt# Theodore Whiton President 2235 Mercury Way,Suite 150,Santa Rosa,CA 95407 Derek McBean Vice President-Legal 70 York Street,Suite 801 Toronto,Ontario M5J 159 ::, Michael Moran Treasurer '.. 100 Milverton Drive,Suite 404, Mississauga,Ontario L5R 4H1 Pardeep Ark Assistant Treasurer P.,.,,: 455 Phillip Street,Waterloo,ON N2L 3X2 Gabriella Somoza Assistant Treasurer g 550 E.Swedesford Road Suite 140 Wayne,Pennsylvania 19087 Patricia Osoko Company Secretary 455 Phillip Street,Waterloo,ON N2L 3X2 Lindsay Ray Assistant Company Secretary 455 Phillip Street,Waterloo,ON N2L 3X2 Maria Erassova Assistant Vice President-Tax 455 Phillip Street,Waterloo,ON N2L 3X2 : fir::: ;';;`'';.:r'; l :::,; - DIRECTORS ::;:;. ; Theodore Whiton .;.: 2235 Mercury Way,Suite 150,Santa Rosa,CA 95407 Michael Moran 100 Milverton Drive,Suite 404, Mississauga,Ontario L5R 4H1 Tom Kim .;;::'`:; :. 45 Farmington Valley Drive,Plainwell,CT 06062 . Rachel McCaffery 410 Eagleview Boulevard,Suite 110,Exton,PA 19341 Christopher Hunter 455 Phillip Street,Waterloo,ON N2L 3X2 Michelle Jones .. One California Street,Suite 1450 San Francisco,California 94111 GH1):1 Proposal;j.On=CallConstruationiAanagement;MaterialsTestii* dlnspegtionServlc.. ,City fHuntingtanBe ch..I. 144 . CITY OF HUNTINGTON BEACH t . BUSINESS LICENSE � P.O.Box 190 Huntington Beach,CA 92648-2702 (714)536-5267 David Cain Interim Chief Financial Officer e HNY0121A 4000000106 104/1 memo I�ih�IN�HI�nlji�Ilih�lul4��hihilllllll�hlll�hlPlll��1 =imp, GHD INC M�'.►r- 320 GODDARD STE 200 H: IRVINE CA 92618-4613 Dear Business Owner: Thank you for your payment. Attached is your City of Huntington Beach Business License certificate.Please note that approximately one month prior to the license expiration date,you will be mailed a renewal notice for the upcoming year.If for any reason your renewal notice does not arrive,you are still responsible for renewing and paying your business license prior to the expiration date. Penalties will be incurred if the payment is not received by the expiration date. Please post the business license in public view. If you do not transact business from a fixed location within the City,you must carry this license with you at all times. If a vehicle license plate number is displayed on the Business License certificate below,you must carry a copy of the certificate in that vehicle. Please contact the Business License office if there are any changes to:ownership, address,business name,business vehicle,or type of business conducted.Additionally,please notify our office if you discontinue your business. The Gender Tax Repeal Act of 1995(Act)prohibits a business from discriminating based on a person's gender for prices of similar or like-kind goods and services.However,the Act does not prohibit price differences based on the amount of time,difficulty,or cost of providing the services.in addition to prohibiting discrimination based on a person's gender,the Act requires certain businesses to clearly and conspicuously disclose to customers in writing the pricing for each standard service provided.The posting requirement applies to barbers and hair salons,tailors or businesses providing aftermarket clothing alterations,dry cleaners,and laundries providing services to individuals.To access the Department of Consumer Affairs publication,please use the following webpage: https://www.barbercosmo.ca.gov/consumers/gender_policy.pdf. To access the publication in Korean,Spanish,Vietnamese, Traditional Chinese,Simplified Chinese,or Tagalog,please use the following webpage: https://www.dca.ca.gov/publications/index.shtml There are many resources available to our business owners. Listed below are a few that might be of interest and assistance to you. Office of Business Development-(714)536-5582 Service Corps of Retired Executives-(714)550-7369 Huntington Beach Chamber of Commerce-(714)536-8888 Fictitious Business Name Information-(714)834-2889 CA Department of Tax and Fee Administration-(949)440-3473 Community Development-(714)536-5271 If you have any questions, please call a Business License representative at(714)536-5267. City of Huntington Beach Business License License Number Business Name/Service Address POST IN PUBLIC VIEW A291789 GHD INC Effective Date IA? 4 ` 2/1/2025 Owner/Corporation ZS.1 Expiration Date GHD INC `' _' 1/31/2026License Type d �•,,21to.:. it Amount Paid PROFESSIONAL SERVICES to*, $110.80 THIS LICENSE IS ONLY FOR THE BUSINESS AND TYPE SHOWN. IT IS FOR THE PERSON TO WHOM ISSUED AND IS NON-TRANSFERABLE. RENEWAL IS DUE ON OR BEFORE THE EXPIRATION DATE. GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach I vii 745 GHD i Pre-Qualification Form (Exibit A) >,h, Power of Commitment PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?Y/N (circle) A. Construction Management Itail No EDV(Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). EDV(Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: GHD Inc. Firm Address: 320 Goddard Way.Suite 200.Irvine,CA 92618 Signature: Date: June 13.2025 GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach I viii 747 GHD imi --i) 4 Service Category 4 The Power of Commitment � ' Firm Qualifications O r -i Having served clients in California since 96+ wan, in operation 1985, GHD offers a strong local presence, with over 500 employees within a 250-mile 135+ ©OO avvitD t]( g served radius of the project. In addition to our 160+ UNcG2, worldwide local knowledge, GHD has 1,900 staff across 1.9® USD vadoiag 2024 the United States and 12,000 employees 5 global markets operating globally. When needed, we 120 pc�opl( can leverage national and global experts o to provide insights and offer input into 45+ ��Cr uii© lines developing actionable solutions. Providing engineering,environmental, and construction services 4 CM/Inspection Experience and cost control, quality assurance, and GHD is an industry-recognized leader in stakeholder coordination throughout all phases of managing complex public infrastructure and project delivery. facility construction projects. Our Construction Our highlighted project experience on the following Management Group operates across the United pages showcases the value we will provide the States and Canada. We are known for completing City. We offer program development during the work safely, on time, and within budget— project's initiation stage to align with business case consistently exceeding client expectations. objectives, delivering early methodology selection, GHD's team brings deep expertise in delivering a initiation, design document review, schedule and full range of project delivery methods, including cost estimation, and bidding support. GHD is also conventional construction management, design- proud of its longstanding experience delivering on- build (DB), and progressive design-build (PDB). We call services comparable to those outlined by the have successfully managed projects under various City, as detailed in the table on the following page. contracting models such as competitive bidding, negotiated contracts, and performance-based agreements. Our experience spans a wide array of public works infrastructure, including pump stations, lift stations, pipelines, traffic signals, road rehabilitation, and bridge retrofits, as well as vertical construction projects such as fire stations, police facilities, libraries, and community centers. With a highly skilled and certified staff— including PMP- and CCM-certified construction managers—GHD is well-equipped to support the City of Huntington Beach in delivering its capital improvement program.We offer a collaborative, proactive approach to construction management • that emphasizes constructability review, schedule � � GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach I 1 749 -� Key Personnel Experience We are a team of seasoned professionals with extensive experience delivering complex infrastructure projects.The matrix below offers a concise visual summary of our collective qualifications, highlighting each team member's expertise across 18 key service areas.This representation underscores the depth and breadth of our capabilities and demonstrates our proven ability to achieve high-quality outcomes throughout every phase of project execution. Grounded in technical excellence,collaborative problem-solving,and industry best practices,the GHD team is exceptionally well-equipped to meet project goals with precision and efficiency. Resumes for key personnel are included in the appendix of this proposal. { 21 1 9 t i bp 0 V O c f 5fl I i. n- : g n5 U O pp C < m a` t c Q, O c t `S O)) N m ,„ O i as m f ° v i O C N > c it? c �p .� c t 3 c Y C ; c •E g v o E m o o . ro i o c o o o co .. w O U I m 0'2 i 4.- L co U > , t— Years of Experience 25+ 20+ 25+ 8+ 30+ 16+ 45+. 125+ 13+ Constructability/Bidability Reviews ✓ ✓ ✓ ✓ ✓ ✓ ✓ Value Engineering V ✓ ✓ ✓ f Public Bidding Phase Support ✓ ✓ ✓ ✓ V ✓ Submittal Tracking,Reviews ✓ ✓ V V ✓ Construction Management&Controls ✓ ✓ ✓ ✓ Contract Administration ✓ V ✓ Inter-agency and Third-Party Utility ✓ ✓ Coordination Construction Inspection ✓ V Storm Water Quality Inspections ✓ V Materials Testing V ✓ Progress Meetings and Reporting ✓ ✓ ✓ ✓ ✓ Progress Payments and Grant/Fund ✓ ✓ Tracking Change Order Management ✓ ✓ ✓ ✓ ✓ Permit Monitoring V ✓ V SWPPP&Erosion/Sediment Control ✓ Monitoring Claims&Disputes Prevention/Mitigation ✓ V Project Closeout ✓ ✓ ✓ ✓ ✓ ✓ ✓ On-call Services ✓ ✓ .Y V Design Build Experience ✓ ✓ ✓ ✓ ✓ Progressive Design Build Experience ✓ ✓ ✓ GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 12 750 -) Subconsultants Founded in 1964, Vanir is a ACI. Twining's proactive approach emphasizes nationally recognized leader in early issue detection, clear communication, program, project, and construction and detailed reporting to help clients maintain VANIR management (PMCM), as well schedules and budgets. as real estate development. Known for technical excellence and client- Consistently ranked among the top PMCM firms focused service, Twining delivers reliable, value- by Engineering News-Record for over 30 years, driven solutions that enhance construction quality Vanir has delivered $30.8 billion in construction and project success. value across hundreds of projects nationwide. State and Local Government Expertise Vanir partners with state and local government MONTEZ Montez Group, Inc. (MGI) is agencies—cities, counties, municipalities, and —GROUP a trusted provider of Special special districts—throughout all phases of the &rowings Inspection and Field-Testing project lifecycle, from planning and design to Services, supporting vertical construction and occupancy. With experience and civil construction projects with a strong focus spanning 17 states and over 3,000 projects, the on quality, compliance, and communication. Our firm has contributed to facilities that strengthen certified inspectors ensure work meets code, public services and enrich communities. performance standards, and audit requirements. With a portfolio that includes work for over 80 MGI deploys ICC and ACI-certified professionals municipalities, Vanir brings deep insight into public throughout the region, providing on-site support agency operations. Many team members have in concrete, masonry, soils, asphalt, structural prior experience in municipal roles, offering a steel, and fireproofing. Serving sectors such unique perspective that aligns with agency goals as healthcare, education, infrastructure, and and operational needs. The firm consistently commercial development, the company delivers advocates for its clients, allowing them to focus dependable inspection services tailored to the on core responsibilities while Vanir manages specific needs of each project. project execution. Core Services: - Special Inspection per CBC Chapter 17 and project specs *0 • 0 Twining, Inc. is a leading "TWINING provider of construction - Field Testing and Sampling materials testing and - Daily Field Reports and Nonconformance inspection services with over 100 years of Tracking experience. Serving transportation, infrastructure, - Document Control and Audit-Ready Reporting commercial, and municipal sectors, Twining offers comprehensive testing for soils, concrete, asphalt, Certifications&Accreditation: steel, and more—ensuring compliance with ASTM, - ICC and ACI Certified Inspectors AASHTO, and Caltrans standards. - DSA Certified Laboratory Their certified inspectors specialize in structural (K-12 and community colleges) steel, concrete, masonry, and post-tensioned - HCAI Certified (California healthcare systems, holding credentials from ICC, AWS, and construction) GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 13 751 References GHD is proud of our reputation for providing quality planning, design and construction management expertise in all facets of project implementation. We encourage you to talk with "+ The following some of our clients about our performance on project case studies recent similar projects. There is no better proof of our work than direct illustrate our team'$ testimonials from our clients. 90 percent of our clients are municipal agencies or government depth and breadth entities, and approximately 75 percent of our work comes from repeat clients. This track of experience to record illustrates our in-depth knowledge of specialized engineering services and speaks to our construction our clients' confidence in our ability to deliver mangemen# services. a project from planning and implementation, through to completion. Overall Performance Responsiveness Client Expectations GHD's success at exceeding our clients' needs is evidenced by the high percentage of repeat business that GHD 97% 97% 98% has experienced and the results of more than 7,000 client responses received since February 1999 under our ISO 9001:2015 Excellent or Good Excellent or Good Meets or Exceeds ---- - Client: Rio Tinto Alcan Inc. GHD = = Contact:Mitch Calhoun; T 760.762.7440; �--- - %:.— • ''- - Email: mitch.calhoun@ritinto.com u ' °^ Dates:2024 - Present � � " � "' ��* Key Team Members: Emma Del Vento (Project Director); Steve Briggs (Construction �,- ,; rt,� Manager); Bob Sherwood (Quality Control Manager Construction Management for leadership to align construction with operations. U.S. Wilmington Site We support design and constructability reviews, offering practical solutions. RFIs, change notices, GHD is leading construction at the Wilmington and schedules are managed precisely to maintain site, ensuring all work aligns with Rio Tinto's momentum. Using Procore, we enable real-time health, safety, and environmental standards. We communication and visibility. Our proactive prioritize safety, environmental stewardship, and planning anticipates challenges, ensuring smooth quality. As Rio Tinto's on-site representative, we execution. With decades of experience and a manage permits, inspections, and contractor collaborative approach, we're advancing the coordination. Our team collaborates with plant project safely and efficiently. GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 14 752 Client: Poseidon Channelside I Contact: Ken Rayburn; T: 760.475.3661; � � Email: kra burn channelsidedesal.corn Dates:2023 - Present • Key Team Members: Bob Sherwood(Project 6 Manager); Satish Chilka (Marine Structural '^ Lead) Carlsbad New Intake Concrete site inspection helped refine the repair strategy, focusing on a 30-year design life, potable water Repair standards, and eliminating the need for cathodic GHD provided critical support to Poseidon Water/ protection. GHD recommended in-kind repairs Channelside LP in the design and construction for above-water elements and demolition of a of a larger intake structure for the Carlsbad large section of the concrete deck instead of Desalination Plant. The project included key repairing it. This approach reduced both time upgrades such as large rotating screens to protect and cost. GHD's marine construction expertise marine life, a screen cleaning system, improved and innovative solutions were essential to the water circulation infrastructure, and repairs to the project's success, ensuring long-term durability, existing intake concrete. Through a collaborative environmental compliance, and efficient delivery. value engineering (VE) review, GHD identified opportunities for significant cost savings. A VE Client: California Department of General Services VANIR Contact: Tom Schanberger; T. 916.376.1687,E _ _ •. _ , "'; a , Email: Tom.Schanberger@dgs.ca.gov Date:2016 -2019 Key Team Members:Jon Murphy (Cost Estimator) CAL FIRE/Cal OES/USFS - the Mexican border. The 63,000 sq. ft. project included an Operations Coordination Center, Southern Operations Joint Information Center, solar power system, Headquarters Joint-Use Facility and critical infrastructure such as emergency Vanir was selected to manage the $40M generators and a 130-foot communications development of the Southern Region Operations tower. Managed by the California Department Headquarters, a joint-use facility for CAL FIRE, of General Services, the program required close California Governor's Office of Emergency collaboration among CAL FIRE, Cal OES, USFS, Services (Cal OES), and U.S. Forest Service Riverside County, the U.S. Air Force, and various (USFS). Located on 12.5 acres at March Air permitting agencies. A key priority throughout Reserve Base in Riverside County, the LEED the project was ensuring long-term reliability and Gold-certified facility supports disaster seamless system performance. response coordination from Sacramento to GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 15 753 Djo Preferred Staffing In alignment with your on-call service requirements,we have structured a project team that covers the full range of anticipated services for this contract. Our team members bring a strong history of successful collaboration on similar projects, and we maintain the flexibility to integrate additional expertise as needed. We are fully committed to retaining the proposed team throughout the duration of the contract to provide consistency and continuity. Resumes for key personnel are included in the appendix of this proposal Organization Chart CITY OF HUNTINGTON BEACH Public Works Department CONTRACT MANAGER -- CONSTRUCTION MANAGER — QUALITY CONTROL MANAGER Q" Emma Del Vento, AICP, PMP, WO Steve Briggs, CCM }. Bob Sherwood, PE LEED AP ASSISTANT PROJECT MANAGER Youngha Choi, LEED GA INSPECTOR-PUBLIC WORKS INSPECTOR-VERTICAL& CONTROLS LEAD INFRASTRUCTURE FACILITIES :'d" 0 TonyStacey Mauer, PMP, CPPM ite' Mike Porter Andrews INSPECTORS Samuel Jung 0 Paul Warner 0 Merideth Holloway, PNLs 0 Dickson Sum,Architect LEED AP 0" 0 Gerard Pena 0 Orry Nottingham, PE, LEED AP, CxAP MATERIAL TESTING PROJECT RESOURCES S'P" 0 Amir Ghavibazoo, PhD Scheduling Cost Estimating Traffic © Paul Soltis, PE. GE Elijah Turner Steve Ferrero Byung Lee,PE,TE © Estuardo Ramirez 0 Jon Murphy Alternative Delivery Fiber Optic Key Labor Compliance Casey Raines, PE, Crystal Prairie Crystal Prairie PACP, MACP 41" Key Personnel Greg Watanabe, PE, Project Coordination DBIA, PACP, MACP © Vanir Youngha Choi, LEED GA Bridges © Twining,Inc. Nicole Garza Luke Miner, PE © Montez Group GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 16 754 -Key Personnel Steve Briggs, CCM Emma Del Vento, AICP, Construction Manager - PMP, LEED AP if Education: AS, Construction tkirpf Contract Manager Technology, Penn Foster College,g � Education: MA, Architecture, Scottsdale, AZ University Institute of Architecture, Registration: Certified Construction Manager Venice, Italy #9585, Construction Manager Certification Registration: American Institute of Certified Institute; State Contractor's License "B", CA Planners, #276197; Project Management #831646 Professional, Project Management Institute; Leadership in Energy and Environmental Design, Steve is a Certified Construction Manager US Green Building Associate; Architecture with over 25 years of experience leading Registration Exams, Italy infrastructure and facility projects. He specializes in construction oversight, team Emma is a seasoned contract manager with coordination, and contract administration, over 20 years of experience overseeing managing multidisciplinary teams on public complex capital programs. She excels in works projects exceeding $40 million in value. contract negotiation, compliance, and multi-stakeholder coordination, delivering Youngha Choi infrastructure and public works projects on Assistant Project Manager time and within budget for federal, maritime, and transportation clients. Education: BS Architecture; University of Michigan Bob Sherwood, PE Registration: OSHA 30 Certification; LEED Quality Control Manager Green Associate Certification; #11201526; CA Department of Real Estate Sales; #20195785 Education: BS, Civil Engineering, University of California, Irvine, CA Youngha is an Assistant Project Manager with Registration: Civil Engineer, CA 8 years of experience supporting commercial, #64351; Coastal Engineering Certificate Program, industrial, and residential developments up to Old Dominion University, Norfolk, VA $20M. Skilled in coordinating teams, managing budgets and schedules, and ensuring safety Bob is a civil/waterfront engineer with over compliance, Youngha consistently delivers 25 years of experience specializing in quality high-quality results while fostering strong control for marine and coastal infrastructure. client relationships and supporting sustainable He has led inspection and QA/QC efforts on project goals. complex projects, ensuring compliance with engineering standards and delivering durable, high-performance solutions across public, industrial, and environmental sectors. GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 17 755 Mike Porter• 10 ,, Tony Andrews Inspector - Public Works Inspector - Vertical & Infrastructure _" Facilities Registration: FAA Aircraft Repair Education: State of California certificate #370510Drilling/Core Vocational School, Welding Sampling & Geotechnical Sampling Certified Mike is a Lead Inspector with over 30 years of Tony brings over 35 years of experience in experience in public works infrastructure. He construction management and inspection. specializes in QA/QC for roads, bridges, and With a strong background in field supervision, highways, with expertise in materials testing, he excels at identifying and resolving geotechnical sampling, and seismic retrofit issues through hands-on collaboration inspections on major Caltrans projects across with contractors and stakeholders. Tony California. has led inspection efforts across planning, procurement, and construction phases, $tace Mauer, PMP, ensuring quality, safety, and compliance. His y deep trade knowledge and commitment to CPPM building strong working relationships make Controls Lead Education: Certified Practicing him a trusted leader on complex, high-impact iilh projects. Project Manager, Australian Institute of Project Management; Diploma, Project Amir Ghavibazoo, PhD Management, Scope Training Pty Ltd, Subiaco, Material Testing WA; Certified Prince2 Foundation, Axelos, Education: Doctorate, Civil PeopleCert 1116 Engineering, California State Registration: Project Management Professional University, Long Beach, CA; BS, #3855325, Project Management Institute Civil and Environmental Engineering, California State University, Long Beach, CA Stacey is a seasoned Project Controls Lead with over 16 years of experience managing Dr. Ghavibazoo is a pavement engineer cost, schedule, and risk on major infrastructure and project manager with over 11 years of and transportation programs. She specializes experience in materials testing. He specializes in earned value analysis, forecasting, and in asphalt mix design, geotechnical evaluation, contract administration, ensuring financial and quality assurance. Amir leads innovative, performance and compliance across complex, cost-effective pavement solutions through multi-million-dollar public sector projects. rigorous testing, inspection, and engineering expertise across diverse infrastructure projects. GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 18 756 Understanding & Methodology D 00 Section ,-, , ,, PMCMs Approach to Health and Safety g - Training- are required field staff to >= Jiiirma ,, • m complete training to match the requirements of their onsite duties. — ` Job Safety and Environmental Analysis • (JSEA)- will be used to identify potential - _ x�<` hazards, evaluate risks, and determine control measures before starting a job. Overview Daily- staff expectations for site visits - The City of Huntington Beach is implementing the Vehicle Inspection, and pre-work assessment, projects from the Capital Improvement Program p J P p - used to help ensure staff are cognizant of the (CIP)—a strategic five-year initiative designed to conditions under which they are about to work. enhance municipal infrastructure, improve quality of life for residents, and strengthen the City's Oversight of Contractor- GHD on site staff appeal as a premier coastal destination. will provide oversight for compliance with safety regulations. GHD is proud to support this vision through our deep expertise in On-Call Construction Subconsultant approach- prequalification, Management, Materials Testing, and Inspection audits, health and safety plan review. services. Our integrated delivery model—led by Certified Construction Managers (CCM) real-time coordination between design and and Project Management Professionals (PMP)— construction teams, and comprehensive post- promotes streamlined communication, strong award oversight. By aligning design insight with accountability, and seamless execution from field implementation, we deliver a unified solution planning through completion. that optimizes schedules, controls costs, and GHD's strong local presence—anchored by upholds the highest quality standards. offices in Irvine, Los Angeles, Long Beach, and GHD looks forward to supporting the City's Tustin—includes a team of 120 professionals mission of keeping Huntington Beach running with deep municipal project delivery knowledge smoothly on an everyday basis and becoming and direct access to GHD's global network of a more resilient City by managing the execution multidisciplinary experts. This structure enables us phase to provide water, street, and park to deliver tailored, high-quality solutions with the structures and facilities as scoped in design. responsiveness of a local firm and the capabilities Urgent challenges around aging infrastructure, of a global organization. facility rehabilitation, system redundancy will Building on our ongoing involvement in the City's provide excellent project opportunities to civil engineering and infrastructure design efforts, leverage the years of knowledge our design GHD facilitates a smooth transition from design team has gained and transfer to the construction to construction. This continuity supports early phase. Our construction leads will add value with constructability reviews, proactive risk mitigation, a deep scope understanding, a better customized GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 19 757 selection of Contractors, and managing execution safely and with minimal interruptions to key services US WEST for users. Our deep understanding of the City's infrastructure ALTERNATIVE DELIVERY challenges further reinforces our role as a trusted REPRESENTATIVE PROJECTS partner and effective problem solver. For instance, our issue log identifies recurring geotechnical concerns at the McFadden Lift Station and Feeder Water No. 2 Pipeline projects. We conducted a thorough analysis of historical records and adjacent project - Carlsbad Desalination Plant documentation and collaborated closely with both - Huntington Beach Desalination Plant internal and external geotechnical teams to resolve - Union County Poplin Point Pump Station these issues. We meticulously documented the - EPCOR Water Sun City Well Replacement - East County Advanced Water Purification Project(ECAWP) mitigated risks and shared key lessons learned across Package 2 water pipeline our local offices to inform future project planning. - Arcadia WTP Expansion and Olympic Sub Basin This proactive, solutions-oriented approach was also Restoration,City of Santa Monica demonstrated during the City's other gas connection - Oliver P Roemer Facility,West Valley Water District project, coordinating with Southern California Gas - East Garden Grove Wintersburg Channel - Albert Robles Center for Water Recycling&Environmental Company. Leveraging our technical expertise and (ARC),Water Replenishment District of Southern California stakeholder engagement skills, we successfully coordinated with the public and municipal agencies to address potential concerns related to safety and Energy & Resources permits, resulting in smooth project execution and Environment strong community alignment. - Rialto Bioenergy Facility Our proven track record includes the successful - Sun Valley Transfer Station and Material Recovery Facility management of complex municipal projects such as stormwater treatment system improvements in Wilmington and desalination plant repairs in Carlsbad. Property & Buildings These projects reflect our commitment to delivering solutions that meet regulatory requirements - California Health Care Facility Project and exceed client expectations. By leveraging - Levi's Stadium advanced project delivery methods and certified testing protocols, we ensure durability, safety, and Federal functionality across all project types. To further support the City's goals, GHD has - Naval Surface Warfare Consolidation.Pacific Fleet partnered with Twining, Inc.—a Caltrans-certified - Wharf Improvements.Guam laboratory recognized for its excellence in materials - Naval Air Weapons Station.China Lake - Advanced Water Treatment Plant.Camp Pendelton testing. Twining provides a full suite of services across _ Recycled Water Conveyance.Camp Pendelton transportation, infrastructure, and municipal sectors. Their certified inspectors and advanced laboratories conduct rigorous testing of soils, concrete, asphalt, steel, and masonry in accordance with ASTM, Transportation AASHTO, and Caltrans standards. This partnership ensures that every material component performs as - Holman Highway 68 Roundabout designed—minimizing risk and supporting long-term - - - infrastructure resilience. GHD I Proposal I On-Call Construction Management,Materials Testing,and inspection Services,City of Huntington Beach 110 758 Task 2.2 - Prepare and Conduct the Preconstruction Meeting The pre-construction meeting will include the pit City, the design team, and the contractor. The ° CMT will prepare the agenda and meeting minutes. Before the meeting, the CM will prepare a draft contact list, including GHD staff, City staff, contractors, and others as appropriate. We will identify contact information for key personnel Construction Management & from each agency to be contacted in the.event Inspection Services of an emergency. The CM will update, finalize, and distribute the list to all participants after the GHD's Construction Management Team (CMT) will meeting, and to the police and fire departments. coordinate with the city to discuss project details, review schedules, provide drafts for review and Task 2.3 - Conduct and Document Project produce final documentation ready for the city Meetings council's signature. Throughout the construction We will conduct weekly progress meetings and phase, we will take a proactive approach to other special technical meetings throughout mitigate any disruptions to the contractor's the project. The CM will prepare the agenda, schedule, ensuring that high-quality work is describing key issues, schedule status, and delivered. We will provide periodic updates, potential change orders, and distribute notes to coordinate meetings and telephone calls, and meeting participants. promptly transcribe and distribute meeting notes. Task 2.4 - Review Contractor's Construction We will perform the following services: Schedule Task 1 Project Management We will review the contractor's project schedule for conformance with the specifications and Task 1.1 - Provide Management of GHD CM reasonableness of activity durations and Services sequence. The CM will perform the following GHD project management will prepare and activities: maintain budgets and schedules for our CM - Coordinate review comments by the City and services, instructions to the GHD team, field design team and transmit review comments to safety instructions, and routine progress reporting the contractor. via Virtual Project Manager (VPM) and Project Tracking System (PTS) platforms as requested. - Meet with the contractor to discuss and clarify any significant issues, review revised schedules Task 2 Contract Management and work progress as compared to the as planned schedule, and notify contractor of Task 2.1 - Provide Project Coordination schedule slippage. We will coordinate with City staff to discuss - Review the schedule to determine weather and address project issues. We will accomplish and change order impacts on the construction this through daily/weekly email updates of the schedule; and review the contractors' updates activities that preceded the work accomplished in of the construction schedule that incorporates the period when issues that occurred. The weekly actual progress, weather delays, and change update will be more in depth by providing a two- order impacts. week schedule look ahead and will contain an ongoing list of outstanding critical issues. GHD I Proposal I On-Call Construction Management.Materials Testing,and Inspection Services,City of Huntington Beach 111 759 tf7e:.Task 2.5 - Maintain Project Records We will maintain project records, including daily . tt,, { a, logs, inspection reports, compliance testing results, " photos, measurement of quantities, schedules, �-" <- a ± ° submittals, RFIs, RFCs, PCOs, change orders, r r " �/` � � = atep monthly pay requests, issues, and correspondence. , i r , We will maintain project records in an organized manner for quick reference. The project records will be a combination of the web-basedak �7( ,,.-� � , management system and project-specific reports. ��` k J'' Task 2.6 - Review and Evaluate Monthly Progress Payments We will review and evaluate the contractor's submitted monthly progress payment requests, ��°� 3,01 _ negotiate payment differences, and recommend " � payment to the City. We will check quantity . vouchers, signed independently by the CM, x /: >� ; to monitor quantities paid against estimated � quantities. Our CM will monitor certified payrolls. �'� (This task was not included in the RFP Scope, and -- 1` may be deleted if City staff will handle). conditions. The CM and inspectors will review Task 2.7-Prepare Monthly Status Reports all RFIs to understand requirements and identify The CM will prepare and submit to the City a potential issues. monthly progress report, which will include: Task 2.9 - Potential Change Orders (PCOs) - A narrative description of the work and major and Change Orders tasks completed The CM will coordinate and manage the change - Schedule overview order process, including logging, reviewing them - Contract change order summary in conjunction with the design team and the - RFI Summary City, assisting with determination of changed conditions and scope definition as needed, - Representative progress photos developing independent cost estimates, assisting - Summary of construction progress for the prior with negotiation, and incorporating change orders reporting period into the construction contract. - Inspection results Task 2.10 -Submittal and Shop Drawing - Status of significant project issues Review Process - Material testing reports We will coordinate the submittal and shop drawing review process, including logging submittals from Task 2.8 - Requests for Information (RFIs) the contractor, transmitting them to the design The CM will coordinate, evaluate, and manage team for response, coordinating with the design the process of responding to RFIs. This effort team on field status, tracking progress, reviewing includes monitoring the electronic submittal responses, and transmitting responses to the and transmittal of RFIs and responses and contractor. Incomplete submittals will be returned providing responses to inquiries that relate to field to the contractor before being submitted to the GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services.City of Huntington Beach i 12 760 design team. The CM and inspectors will also Task 3 - Provide Field Inspection/ review submittals of shop drawings, materials, Observation test reports, and manufacturer cut sheets to understand installation requirements and identify GHD will provide on-site construction inspector/ potential issues. observer to monitor the contractor's work for compliance with the contract documents, Task 2.11 - Monitor Construction Record submittals, RFIs, change orders, traffic and Drawings pedestrian control plan, public outreach We will require the contractor to maintain plan, and environmental compliance. The construction record drawings in coordination contractor's certified payrolls will be checked and with the progress pay request. The drawings documented by the inspector. will be reviewed by the CM Team, annotated as appropriate, and provided to the design engineer Task 3.1- Prepare Photograph or Video to update the CAD files. Documentation We will document initial site conditions before Task 2.12 - Monitor Labor Compliance the contractor's commencement of construction We will notify the contractor and ensure using either still photographs or video and will compliance with prevailing wage requirements provide additional photos of construction progress by conducting spot checks on adherence to periodically throughout construction, including: state labor laws and documentation, including - will coordinate with assigned inspectors to certified payroll. Daily reports will be prepared, monitor and enforce construction noticing detailing employees, labor classifications, hours requirements including, but not limited to worked, and equipment used on the project. SWPPP requirements. We will verify that apprentices are employed, confirm that David-Bacon or state prevailing Task 3.2 - Document Field Changes to the wage rates are paid, and ensure the contractor Drawings and Specifications displays all required posters, notices, and wage We will document field changes to the contract determinations at the job site. documents on a real-time basis during the Task 2.13 - Perform Claims Management progress of construction. We will analyze potential claims for additional Task 3.3-Daily Observation and Reports compensation submitted during the construction We will conduct daily observation, including period and make recommendations to the City monitoring for compliance with the technical for resolution. The CM will coordinate and monitor and administrative requirements in the Contract claims response preparation, logging and tracking Documents. The Inspector will prepare daily status, monitoring and assisting in mitigating observation reports, including employee names any potential project claim, and supporting and labor classification, equipment identification, in defending any construction claims. We will hours that were worked and equipment utilized, negotiate construction claims as an extra service. weather conditions, and issues, observations, and ._ significant conversations between the inspector y4 and the contractor and public. The daily reports will have photographs and material tags. • . - . ' . A3- # Task 3.4- Develop Punch List r We will develop a preliminary punch list for the ti 44 project and maintain a running punch list through �.. the project course. The CMT will schedule the t � ^ "'° City and design team to conduct completion inspections and issue final punch lists. GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 113 761 Task 3.5 - Compile Final Records/Closeout Methodology: GHD's Program We will provide the City with a complete set of Management Approach project records, indexed and filed, and a list of warranties provided under the project including At GHD, our team of experts has experience the items covered and the warranty duration. The in delivering com projeccro required closeout documentations listed on RFP, sectors listed on theplex City of Huntington tsa ss Beachvarious including but not limited to inspection records, Capital Improvement Program, including Linear NOC, manuals, as-built drawings, lien releases, will Water Infrastructure & n be all in electronic format, and submitted digitally. Transportation/Traffic ControWastewaterl, FiberTreatme Optic, t, Park Development, and Tenant Improvement Task 3.6 - Prepare Final Pay Estimates projects. Our company and key personnel have We will prepare the final pay estimate and a deep understanding of the unique challenges balancing change orders, prepare the Notice of and requirements of each project type, allowing Completion, and coordinate retention release us to provide the right solutions that meet the after construction. specific . d our sector-specificneedsofour experienclientsceIn, our teamditionto has Task 4 - Materials Testing also worked on a range ofspecialized j , GHD's locally partnered materials testing including environmental workspec. This has givenproects laboratory, Twining, Inc., a Caltrans-certified us a unique understanding of the importance facility, will perform tests and review laboratory, of environmental sustainability and the need shop, and mill test reports of materials and to balance project goals with environmental equipment, coordinating as needed with Design considerations. Engineers. All testing procedures follow industry The application of personal wellness practices standards, with results meticulously certified and to construction projects monitors important documented to support compliance and maintain functions, provides important information to the transparency. team, and facilitates appropriate responses to project challenges. , . . �,= 'fin R a � �' i �T �u��``"� m , if p.: 1 1 lir ft— *,.. y:.. x. li jo. 6; cat. _. ,^ .'Oaoff __ __. ...... q *its ? "t , yr tr. ii : a x wag �`. *Xa , —- rr 'F- ... `TMt...:.. ..�; A ..� ,- a'. e , * "r'�o GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 114 762 -+ Methodology: Client Satisfaction � A robust feedback mechanism will be in place 88% : 75% 90% !: to promptly address any concerns or requested �. � r �. changes, allowing us to remain responsive and Re?'" aligned with the City's needs. To achieve client satisfaction and meet project Timely Delivery: Each project phase will be requirements, GHD will undertake the following carefully planned and monitored using advanced efforts: project management tools and methodologies. By optimizing resource allocation and applying Understanding Client Needs: We prioritize proactive risk management strategies, we aim comprehensive initial consultations to gain a to avoid delays and promote seamless, efficient deep understanding of our clients' unique needs, execution. goals, and expectations.This involves engaging in Technical Expertise:A team of highly skilled detailed discussions and asking insightful questions professionals with relevant experience will be to uncover all relevant aspects of the project. We assigned to each task.We invest in continuous also conduct thorough requirement analyses to training and professional development to keep our capture every detail necessary for success. This team at the forefront of industry advancements. approach allows us to tailor our services to meet This commitment allows us to apply the latest and exceed client expectations, building a strong technologies and methods, delivering innovative and foundation for a successful partnership. effective solutions. Effective Communication: We are committed Sustainability and Compliance: Sustainable to maintaining transparent and consistent practices will be integrated into project execution communication throughout the project. Regular to align with the City's goal of Profitability through updates will be provided through meetings, Sustainability. All project activities will be conducted detailed emails, and comprehensive reports to in accordance with applicable laws, regulations, and keep the City fully informed of our progress. industry standards. Client satisfaction ratings We aspire to be the partner our clients rely on �� to achieve what matters most to them, their business, and the community in which they Expertise Understanding Communication operate. Our Commitment begins with "Your client needs and responsiveness Voice," our client feedback program. The program goes beyond listening, capturing the intricacy of client sentiment, and gathering meaningful and 8.5 8.8 8.8 actionable feedback. It provides insights that enable us to deeply understand how our clients feel, think, and act. We want to do more than just Timeliness Standard Ease of working of work with us listen; we want to deliver exceptional experiences by continually enhancing and adapting to meet our clients evolving needs. 8.5 8.6 Innovative Likelihood to approach recommend GHD Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 115 763 Four key components to GHD's approach: 1. Project communications and l r tracking j '' attiteli 2. Task planning/problem avoidance 3. Problem solving © Task Planning/Problem Avoidance 4. Critical response GHD recommends a pre-task planning session before the start of a new activity or work 4.) Project Communications and with a new crew, similar to an OSHA Job Hazard Tracking Analysis. Just as a task is evaluated from a safety The most important factor in the success perspective, GHD recommends meeting with or failure of a construction project is often the contractor to evaluate each new task from communication. Clear communication between a quality control perspective. Assuring that the the design team, the field staff, and the City is construction crew has a clear understanding of critical to understanding priorities and establishing the work required and the associated quality good working relationships that will foster the trust control requirements before beginning the task needed to work through significant project issues. is the best way to build quality into a project. Clear construction documentation is essential Similar to checking that the necessary Personal to support personal communications and to Protective Equipment (PPE) is on-hand as part understand project status. GHD uses document of a Job Hazard Analysis, a quality control task controls to organize critical documents and track analysis includes assuring that the necessary critical performance metrics. Like a dashboard for tools, materials, and equipment are on-hand, your project, document controls: including confirmation that the associated submittals have been approved, and any quality - Provide a quick overview of performance control inspections or testing are scheduled. metrics Spending time before the task to review - Allow users to drill down into critical data requirements and anticipate potential challenges - Has alert and e-mail notification capabilities is preventive medicine for the project's health. - Provide reports that illustrate project o Problem Solving performance Despite tracking to encourage healthy - Share information across the project team. project habits and planning to avoid hazards, Similar to a focus on healthy personal habits, challenges come up on every project. Like document controls support healthy project personal care physicians, GHD's construction habits. management team takes an active role in: - Diagnosing the problem - Evaluating alternatives - Working with the contractor, City, design team, and other stakeholders to identify the solution that will restore the project to health as efficiently as possible GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 116 764 Initiating discussions on contentious issues as 4,, 0 '1' soon as they arise can allow the resolution of potential claims before the parties become ." ' " entrenched. GHD fosters a team approach to project issues so that challenges are less likely to RR inflame adversarial relationships and have a long- � . ;;, i , term impact on project success.0 �� �; �� Critical Response GHD's Construction Management • '`` Approach - Good for the "Wellness" of Your . i.. - 7-,...- Project Sometimes, projects are threatened by '�`�`. urgent issues, either due to the actions of one of `- '.'` e y the project team members or due to something ° 1 beyond the control of the team. Regardless ; a :`` . ttr, , of cause, professional relationships, clear s _ . communications, and a commitment to project ` - 1. 1.- • success will allow project participants to work as - ": a surgical team to resolve the issue effectively. 1- i Like a critical care unit, GHD has subject matter n-' " 3 i I ' If,' experts who can be engaged quickly to assist ,fi, `"" , � ' t �• • x in pinpointing the most urgent steps to minimize .- t{ collateral schedule and cost impacts. �° - , I Methodology: Construction ~ �"" Phase Approach _ --- Schedule Control "*-�- - GHD will adopt a proactive stance to help deliver ._„ '° the project with excellence—maintaining high I- quality standards, staying on schedule, and � � -=.. a " ;;. -�T ' meeting budgetary goals. While change is often -' unavoidable in construction projects, our focus _ ... remains on preemptive planning and effective communication to minimize its impact. " Approach: Upon written or verbal request, and depending on the type of project, in-person . meetings can generally be scheduled within the following week, while virtual meetings can be , . - scheduled on shorter notice. For larger projects, '-` formal schedules will be created using Microsoft Project to identify critical path tasks and resource requirements. From the kickoff date, milestones ' are set for each project task for peer review of project deliverables. As the project advances, the ..�' schedule is watched closely so that the items are completed within the time required. GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 117 765 w advance resolution of project issues with senior . management. et , i Constructability reviews 1 . - .> - Constructability reviews play a vital role in the successful execution of construction projects. $ These evaluations examine design contract documents to verify that all necessary project _ ,- , .;,.„;� i . information is clearly described and included. Result: GHD will create, maintain, and refine the This process helps identify potential issues early, project schedule developed in coordination with allowing for timely adjustments that can save the city staff to produce the baseline schedule. both time and cost during construction. By taking The schedule will be used to establish and a proactive approach, constructability reviews monitor the project milestones and critical path enhance project efficiency and feasibility while items for deliverables, agency submission, and helping the final outcome align with the intended meetings. GHD's Project Manager will provide design and quality standards. regular updates of the project schedule and Approach: GHD will collaborate with the internal submit to the city prior to each progress and engineering resources to review and provide or milestone meeting. GHD's Project Manager expert's input on designs in early phases. This will further call on any resources necessary to collaborative effort will enable the team to address schedule issues. review constructability concurrent to the project Cost Control progression, quickly adapt to necessary changes, meet the deadlines of aggressive schedules. We have extensive experience managing both participating and non-participating costs for Result:The city will benefit from GHD's flexible various grants and funding sources. When approach that can adapt to changing project needed, we implement tracking systems that needs and requirements based on field expert's support accurate accounting. GHD's in-house feedback. accounting systems are robust and fully compliant Risk Management with state and federal requirements for both GHD will oversee all risk management activities direct and indirect cost accounting. throughout their assigned project throughout Approach: GHD will establish a pattern of open the project phases. The process begins with communications and a team approach to problem identifying potential risks during the development solving to allow proactive handling of issues of the project approach and continues to be whenever possible. To facilitate staying current revisited throughout the project's lifecycle as part with project changes, we recommend conducting of ongoing project control. weekly coordination and progress meetings. Approach: All identified risks are documented Following routine coordination tasks and updates, in a Risk Register, where they are addressed leaders representing the city, PM/CM, and and tracked to prevent adverse effects on the contractor teams can convene to review the project schedule or budget. If a risk cannot be comprehensive schedule and assess the status of fully avoided, it is flagged as a potential impact change orders. to cost or timeline. Upon identification, we Result: Weekly coordination and progress conduct a comprehensive brainstorming session meetings establish a target time for completion of involving technical, budgetary, and management change order paperwork and an opportunity to professionals. GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 118 766 Result: This collaborative effort focuses on Director, Quality Assurance Manager, and Upper developing solutions that either eliminate the Management City staff to reach a resolution. risk or reduce its impact. Through proactive - Communications: Establish and maintain risk management, we work to maintain project routine communications to build relationships integrity and support successful delivery within and facilitate the necessary conversations the defined constraints. to overcome obstacles, solve problems, and Dispute Resolution neutralize areas of potential dispute. We will Identification of potential problems, risks, and facilitate good team communication through concerns is crucial to ensuring a project's daily interactions, weekly coordination success. Building strong relationships with all meetings, and monthly progress meetings. stakeholders is vital to developing solutions that - Issue escalation: Mutually agree to time frames align with key project objectives. to escalate issues for resolution. Employ staff to Approach: During the early stages, we prioritize resolve issues at the lowest practical level and active listening over proposing solutions, elevate quickly if relevant information is known recognizing that this approach creates a deeper and the current level of ownership is unable to understanding of stakeholders' needs. By resolve an issue. implementing effective communication strategies, - Decision-making: Keep management informed we can establish a collaborative environment so that efficient decisions are made when among stakeholders, reducing the likelihood of needed by team members not involved in day- conflicts. However, if disputes do arise, GHD to-day activities. adopts a tiered approach to resolution. Initially, we Result: Our goal is to identify viable alternatives attempt to resolve issues at the lowest possible and dispute avoidance. We will proactively seek level, involving the Project Management team for resolutions with positive attitude and a culture from both GHD and the City. If necessary, we of collaboration. escalate the issue to a higher level, scheduling in-person or virtual meetings with the Project i, - a a , 114, - * ... r :,. ,,,,. ''' * -1,, ,..., - ., • „ram. ,! 4 r� °` " '. { 4': . t- .+ . M „.„,. $ , , .t. ..... ...,,,,,,,..- ,,,.„ „..t,, ,.. _. - ,4 -,',,. , . ,,It. ,,, , ;4., -,..,,,,, 4,... -. , . ....,... ...).., ,_ � .. a t" it affilita4 Ai ' - ..... - .` , , GHD I Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 119 767 GHD 9 A • A Resumes -}The Power of Commitment Pmq GHD howl Steve Briggs, ccM Construction Manager Contact Steve is a Certified Construction Manager with over 25 years © 949-815-3816 of experience leading infrastructure and facility projects. He specializes in construction oversight, team coordination, and O steve.briggs@ghd.com contract administration, managing multidisciplinary teams on public works projects exceeding $40 million in value. i Years'Experience 25 ® Professional Licenses Relevant Experience - Certified Construction Deisgn, Procurement, and Construction of Mini-High ADA Manager#9585,Construction Ramps and Platforms I San Joaquin Regional Rail Commission Manager Certification Institute - State Contractor's License"B", I San Francisco Bay Area to Bakersfield, CA I Senior Project CA#831646 Manager. Led the design and construction of ADA-compliant Qualifications/Accreditations mini-high platforms at all stations along the Amtrak San Joaquin - AS,Construction Technology, route. Oversaw all phases from concept through construction, Penn Foster College including stakeholder coordination, schedule management, and © Key Technical Skills quality assurance. This project demonstrates Steve's expertise - Construction Management - Contractor/Subcontractor in accessibility compliance, public infrastructure, and managing Coordination&Management multidisciplinary teams. - Change Orders&Claim Resolution Modification and Overhaul of Existing State-Owned Rolling - Client/Contractor Engagement Stock I Caltrans Division of Rail& Mass Transit I California - Coordination with Stakeholders I Project Manager. Managed multiple concurrent projects ® Memberships involving HVAC upgrades, flooring replacement, digital train line - Construction Management integration, and ADA communication system enhancements Association of America across a fleet of 140+ railcars. Coordinated engineering, QA/ QC, and contractor oversight. This work reflects Steve's ability to manage complex, multi-site infrastructure upgrades with a focus on MEP systems and public safety. Siemens Single-Level New Car Deployment- Maintenance Facility Expansion I Caltrans I Stockton,CA I Task Order Manager. Oversaw the expansion of the Altamont Corridor Express (ACE) maintenance facility to accommodate new Siemens trainsets. Responsibilities included managing design and construction coordination, stakeholder engagement, and compliance with state oversight. This project aligns with the City's vertical construction goals and demonstrates Steve's experience with facility retrofits and infrastructure expansion. 769 GHD Youngha Choi, LEED GA Assistant Project Manager Contact Youngha is an Assistant Project Manager with 8 years of © 562-206-7985 experience supporting commercial, industrial, and residential ® youngha.choi©ghd.com developments up to $20M. Skilled in coordinating teams, managing budgets and schedules, and ensuring safety compliance, Youngha consistently delivers high-quality results i Years'Experience while fostering strong client relationships and supporting 8 sustainable project goals. © Professional Licenses - LEED Green Associate Certification;#11201526 Relevant Experience - CA Department of Real Estate Baker Hostetler and Confidential Clients-Global Scale Law Sales;#20195785 Offices I Century City, CA I Owner's Rep Project Manager. • Qualifications/Accreditationsture;University Managed multiple high-end tenant improvement projects in Class - B.S.Architecture;Unversit of Michigan A buildings, each averaging $15M. Demonstrated excellence - OSHA 30 Certification in contract review, change order negotiation, and financial © Key Technical Skills forecasting. Delivered complex AV/IT and MEP upgrades under - Architecture&Design tight constraints, earning client accolades for transparency, - Construction Management - Contract Review and efficiency, and high-quality execution. Negotiation- Budget&Schedule New Balance Retail Store Rollout I US& Canada I Owner's Rep Forecasting/Reporting Project Manager. Oversaw 25 retail construction projects across - Client/Stakeholder/ North America, managing up to 5 simultaneously. Implemented Subcontractor Coordinations - Quality Control&Assuarance innovative coordination strategies and risk mitigation tools to Memberships ensure on-time, on-budget delivery. This project highlights - Project Management Institute Youngha's ability to manage multiple contracts, teams, and schedules in fast-paced environments. Alpine Corporation Warehouse Development I Simi Valley, CA I Owner's Rep Project Manager. Led a$20M industrial warehouse development, integrating tilt-up construction, stormwater systems, and a client-facing office. Managed all phases from design through delivery, ensuring compliance, functionality, and cost-effectiveness. This project demonstrates Youngha's ability to manage large-scale construction with a focus on logistics and operational efficiency. 770 Wig GHD Emma Del Vento, AICP, PMP, LEED AP Contract Manager Contact Emma is a seasoned program manager, architect, and urban © 425-412-6249 planner with 23 years of experience delivering complex, high- ® emma.delvento@ghd.com value engineering projects globally. She specializes in defense, aviation, maritime, and sustainability, with a strong leadership background and a commitment to equity, resilience, and S Years'Experience innovation in public and private sectors. 23 ® Professional Licenses - American Institute of Certified Relevant Experience Planners,#276197 - Project Management Port of Hueneme - CaISTA Grant Management I Port of Professional, Project Hueneme I Oxnard, CA I Program Manager. Emma is currently Management Institute - Leadership in Energy and managing 13 projects totaling $80 million under the California Environmental Design,us State Transportation Agency (CaISTA) grant. Her responsibilities Green Building Associate include overseeing contract execution, budget tracking, and 0 Qualifications/Accreditations coordination of infrastructure upgrades such as zero-emission - MA,Architecture systems and building removals. This role demonstrates her direct - Architecture Registration Exams, Italy oversight of contract compliance and multi-project delivery. ® Key Technical Skills Port of Seattle - Terminal 5 Modernization Program I Port - Program Management - Urban Planning of Seattle I Seattle, WA I Capital Program Leader. As Program - Project Delivery Manager for the $450 million Terminal 5 Modernization Program, - Capital Program Delivery Emma led contract administration, risk mitigation, and consultant - Aviation and Maritime - Defense and Sustainability performance monitoring. She collaborated with finance and - Asset Management executive leadership to align capital planning with business goals, - Disaster Preparedness showcasing her ability to manage large-scale contracts and •, Memberships stakeholder expectations. - MentorPOS Everyone Program - American Planning Association US Army Corps of Engineers- Korea Military Transformation Puget Sound Section Treasurer Program I USAGE I South Korea I Planning Department - Port of Seattle Development and Diversity Council, Head and Project Manager. Managed a $12 billion design and Leadership Team construction program for U.S.-Korean military transformation. - Future Cities Essay and Emma led a multidisciplinary team, overseeing contract Regional Judge - Federal Planning Division execution, planning, and delivery across multiple installations. Awards Committee,Vice- This project highlights her experience with high-value, complex Chair, Chair contract environments and international coordination. - Jacobs Inclusion and Diversity Ambassador - CH2M Ethics Ambassador - CH2M Women's Network Chapter Lead & External Engagement Committee 771 GHD WWI Bob Sherwood, PE Quality Control Manager Contact Bob is a civil and waterfront engineer with over 25 years O 949-648-5262 of experience in marine infrastructure, inspection, and O robert.sherwood@ghd.com construction management. He specializes in quality control, structural assessments, and shoreline protection, with a strong track record supporting public agencies on complex waterfront 0 Years'Experience and environmental projects across North America. 25 © Professional Licenses - Civil Engineer, CA#64351 Relevant Experience O Qualifications/Accreditations Raley's Dock Replacement I City of West Sacramento I - BS, Civil Engineering - Coastal Engineering Certificate Sacramento, CAI Waterfront Engineer(QC Check). Reviewed Program project submittals and RFIs during construction and led overall © Key Technical Skills quality control for a dock facility on the Sacramento River, - Inspection of Marine ensuring ADA-compliant access and verifying structural elements Structures including berthing docks, guide piles, and a debris deflection - Master Planning and Design - Recreational Boating Facilities barrier. - Shore Protection and Restoration Carlsbad Desalination Plant Intake Structure I Claude - Grant Funding Assistance "Bud" Lewis Carlsbad Desalination Plant I Carlsbad, CA I • Memberships Waterfront Engineer(Owner's Representative). Assisted with - American Society of Civil overall quality control for the Carlsbad Desalination Plant intake Engineers, Los Angeles, Harbors&Waterways structure by reviewing project design, submittals, and RFIs during Technical Group,Past construction. Ensured compliance with marine construction Chairperson standards for rotating screens, cleaning systems, and water - University of California- Irvine,Chapter of Chi Epsilon, circulation infrastructure. Engineering Honors Society Esquimalt Graving Dock Water Lot Remediation - Phase Past President 2 I Public Works and General Services Canada I Victoria BC, Canada I Quality Assurance/Quality Control (QA/QC) Lead Inspector. Involved in the development of drawings and specifications, and ultimately served as Lead Inspector for the demolition of an existing wharf and dredging of contaminated sediment, representing design firm of record for Public Works and General Services Canada. 772 GHD Mike Porter Inspector - Public Works Infrastructure Contact Mike is a veteran QA/QC inspector with 30 years of experience mike.porter@ghd.com in public works infrastructure. He specializes in seismic retrofits, bridge and highway inspections, and materials testing. With a strong background in Caltrans projects, Mike ensures 0 Years'Experience construction quality and safety through rigorous inspection, 30 sampling, and verification processes across California. ® Qualifications/Accreditations - FAA Aircraft Repair certificate #370510Drilling/Core Relevant Experience Sampling&Geotechnical Sampling Coronado Bridge Foundation Retrofit I Caltrans I San Diego, ® Key Technical Skills CA I QA/QC Manager. The Coronado Bridge Foundation Retrofit - Drilling/Core Sampling& project aimed to enhance the seismic resilience of the iconic Geotechnical Sampling Coronado Bay Bridge in San Diego. The retrofit involved replacing - Nuclear Density Gauge Testing - Material Sampling and Testing existing rigid bearings with elastomeric isolation bearings at 13 - Plant Batch Inspections support piers to improve seismic behavior. Additionally, dampers - Contractor Progress were installed between piers and the superstructure to provide Inspections and Verifications a flexible, energy-dissipating connection. These measures were designed to ensure the bridge's structural integrity and safety during earthquakes. Loma Prieta Earthquake 1-880 Freeway Repair/Replacement J Caltrans I Oakland, CA J QA/QC Technician. The Loma Prieta Earthquake in 1989 caused significant damage to the 1-880 Cypress Street Viaduct in Oakland, leading to its collapse. The project included fabricating and installing 13 prefabricated bridge sections, ensuring a robust and resilient replacement. Hwy 14/1-5 Interchange Earthquake Emergency Bridge/ Overpass Repairs I Caltrans J Santa Clarita Valley, CA I QA/ QC Technician. The Hwy 14/ 1-5 Interchange Earthquake Emergency Bridge/Overpass Repairs project was initiated in response to the severe damage caused by the Northridge Earthquake in 1994. This project focused on repairing and retrofitting the interchange to restore its structural integrity and ensure safety for motorists. Key activities included replacing damaged bridge sections, reinforcing support structures, and implementing seismic retrofits to enhance earthquake resilience. The project was completed efficiently, minimizing disruption to the vital transportation network. 773 Tony Andrews VANIR Senior Construction Manager \4 Contact Tony has over 35 years of comprehensive construction © 213.627.7371 management and superintendent experience. He has a unique ® tony.andrews@vanir.com combination of the skills necessary to successful manage challenging construction projects honed through years of working with contractors, trades, equipment suppliers and i Years'Experience owners. He has facilitated planning, design, procurement and 36 construction to control schedule, cost, scope and quality 0 Qualifications/Accreditations effectively. He is highly motivated to build effective and - OSHA 10-Hr productive relationships with owners, subcontractors, and team - State of California Vocational School,Welding Certified members to succeed on every project. Having spent many years Q Memberships in the trades, he is incredibly skilled at identifying and resolving - Construction Management issues collaboratively with contractors, subcontractors and Association of America stakeholders. (CMAA) - Design-Build Institute of America(DBIA) - US Green Building Council Relevant Experience (USGBC) El Centro New Courthouse I Judicial Council of California - San Diego County Advisory Committee for the State I El Centro, CA I Project Manager/Construction Manager. of California Regional As Project Manager/Construction Manager for a$74 million, Occupational Program 47,234 GSF CMAR courthouse project, Tony oversaw all phases - Riverside County Advisory Committee for the State of construction, including site development, building systems, of California Regional and LEED Silver compliance. He managed off-site utilities and Occupational Program ADA access, reviewed schedules, costs, RFIs, pay applications, and change orders. Tony coordinated with engineers, architects, contractors, and suppliers, advised the client on project developments, and ensured completion of commissioning, punch list items, claims resolution, as-builts, and warranties. Harrison Elementary School I Riverside Unified School District I Riverside, CA I On-site Senior Project and Construction Manager. As Project Manager for a$12 million multi-prime elementary school modernization and new construction project, Tony managed utility coordination, bringing all wet and dry utilities to the site, and supported storm drainage design and installation. He provided owner-advisory services, helping the client manage multiple trade contracts, ensuring coordination, quality, and timely delivery across all major work elements. 774 GHD Stacey Mauer, PMP, CPPM Controls Lead Contact Stacey is a certified project controls professional with 16 years © 808-470-4505 of experience managing cost, schedule, and performance for Q stacey.mauer@ghd.com large-scale infrastructure and transportation projects. She specializes in earned value management, forecasting, and cost reporting, delivering consistent results across rail, transit, and L Years'Experience defense sectors in both U.S. and Australian markets. 16 © Professional Licenses - Project Management Relevant Experience Professional#3855325, Project Management Institute Red Line Extension and Maintenance Yard and Facility - Certified Practicing Project Projects I Chicago Transit Authority I Chicago, IL I Project Manager,Australian Institute of Controls Manager. TYLin provided the final Environmental Project Management Impact Statement, Record of Decision, and preliminary OQualifications/Accreditations - Diploma,Project Management, engineering services for the Red Line Extension in Chicago, Scope Training Pty Ltd, Illinois. Subiaco,WA - Certified Prince2 Foundation, - Managed the Project Cost Controls function for the Axelos,PeopleCert two projects, tracking all incurred costs, EAC, invoicing © Key Technical Skills management. - Program Cost Control - Earned Value Analysis and - Established project cost management procedures to drive best Estimate at Completion(EAC) practice and consistency across the projects and the Central &Forecast Reporting Region. - Project Management& Program Management - Collaborated with project leaders and senior management for - Contract Management& the collection, analysis and reporting of information regarding Administration - Subcontractor Management project planning, scheduling and monitoring of cost and - Risk Management&Mitigation schedule performance during project delivery. Australian Rail Track Corporation, Inland Rail- Illabo to Stockinbingal(I2S) and Narromine to North Star(N2NS) I WSP/MM Joint Venture(JV) I Brisbane QLD/NSW I Project Controls Lead. The I2S project involves the construction of 37km of new rail corridor and 2km of upgraded track. The N2NS section will upgrade 189kmm of existing rail corridor and construct 2km of new track. The project scope involved the Environmental Impact Statement, Reference, and Detailed Design. - Managed $60 million program by monitoring expenditure, calculating forecasts, performing earned value, cost reporting. - Collaborated with project leaders, engineering teams, senior management for the collection, analysis and reporting of information regarding project planning, scheduling and monitoring of cost and schedule performance during the delivery of various projects 775 1'* "'TWINING Amir Ghavibazoo, PhD Materials Testing Contact Dr. Ghavibazoo, Ph.D. in Civil Engineering. is a recognized © 562.900.5258 expert in pavement materials, specializing in pavement 0 aghavibazoo@twininginc.com design, evaluation technologies, asphalt mix design, material characterization, and preservation strategies. With advanced degrees in Civil and Environmental Engineering, i Years'Experience Railways Engineering, and Industrial Engineering, he offers a 11 multidisciplinary approach to delivering cost-effective, high- ® Qualifications/Accreditations quality pavement solutions. Since joining Twining in 2014, he - PhD,Civil and Environmental has applied both empirical AASHTO and Caltrans Mechanistic- Engineering - MS,Railways Engineering Empirical methods, along with advanced pavement management - BS,Industrial Engineering systems, to optimize project efficiency. He also serves as an © Key Technical Skills adjunct professor at California State University, Long Beach, - Analysis of interaction teaching graduate-level Pavement Design. between rubber and asphalt binder - Research on effect of rubber Relevant Experience moaspect offi rubberizedo different Edinger Ave Bridge WideningOver Santa Ana River I Orange aspect asphalt g g performance County Public Works I Orange County, CA I Pavement - Specialized in asphalt Engineer. Amir served as Project Manager for the Edinger materials,asphalt materials testing, Avenue Bridge Widening project, overseeing concrete and - Specialized in project level pavement testing and inspection to ensure compliance with pavement evaluation project specifications and quality standards under the Orange - Develop pavement CountyPublic Works on-call contract. management system (MicroPaver) Edinger Ave Widening I City of Huntington Beach I - Perform pavement evaluations - Develop volumetric mix Huntington Beach, CA I Pavement Engineer/Project Manager. designs for rubberized Amir served as Senior Pavement Engineer/Project Manager and unmodified asphalt for the Edinger Avenue Widening project, managing the quality binder following Superpave specifications assurance program, overseeing asphalt inspection and testing, - Develop volumetric mix and ensuring compliance with Caltrans specifications. designs incorporating Reclaimed Asphalt Pavement Nichols Lane Rehabilitation Project I City of Huntington (RAP)material. Beach I Huntington Beach, CA I Pavement Engineer/Project - Develop Cold Recycling Mix Design incorporating 100%Rap Manager. Amir served as Project Manager for the Nichols - Develop Soil Stabilization Mix Lane rehabilitation project, overseeing material sampling and Designs(Cement and Lime) testing, providing technical guidance to the City, and developing cement-treated soil mix designs to ensure quality exceeded expectations. Leffingwell Road Rehabilitation I City of La Mirada I La Mirada, CA I Pavement Engineer. The project consisted of the grinding and overlaying of the existing pavement with updating the curb and gutter.Twining provided quality assurance material testing and inspection of asphalt and soils on this rehabilitation. Amir served as pavement engineer and project manager. 776 Gerard Pena VANIR g <<, - Construction Inspector Contact Gerard is an experienced construction inspector with a strong © 916.575.8888 background in QA/QC and quality control management across gerard.pena@vanir.com all phases of construction. Gerard is skilled in contributing to preconstruction meetings, reviewing safety standards, structural drawings and project specifications. He has 0 Years'Experience experience in conducting comprehensive inspections of 6 materials, structural components and workmanship, including ® Qualifications/Accreditations concrete reinforcement, post-tensioning, welding, soils and - OSHA 30-Hour asphalt paving. Gerard ensures compliance with project - International Code Council (ICC),Reinforced Concrete requirements through detailed documentation, daily reporting Special Inspector-47 and continuous communication with site superintendents, while - ICC,Prestressed Concrete identifyiing and reporting non-conforming items with actionable Special Inspector-92 recommendations. - ICC,Grouting and Masonry Certifications - ICC,Structural Steel Welding Special Inspector Relevant Experience - ICC,Commercial Building SMForward Program SMF Terminal B Parking Garage and Inspector Pedestrian Walkway I Sacramento International Airport I - ICC,Spray Applied Fireproofing Special Inspector Sacramento, CA I Building/Construction Inspector, Group -86 1. Gerard served as Construction Inspector for the SMForward - ICC,Master of Special parking garage at Sacramento International Airport. He Inspections(MSI) - American Concrete Institute conducted field inspections and quality control for structural, (ACI),Concrete Field-Testing safety, and accessibility components, including the pedestrian Technician Grade 1 bridge and vehicle counting system, ensuring compliance with - ACI Post-Installed Concrete Anchor project specifications on this $1.3B capital improvement project. - Pacific Nuclear Technology Gauge Safety Operator,Guage San Francisco Department of Public Works I Geary Rapid Safety East of Van Ness I San Francisco, CA I QC Inspector.This O Memberships $35M, 7,700-linear-foot infrastructure project involved roadway - Construction Management and curb ramp renovations, side sewer and culvert replacements, Association of America(CMAA) and watermain upgrades using ductile iron pipe. Gerard - Design-Build Institute of performed subgrade compaction testing, grading oversight, America(DBIA) and inspections for concrete pavement, traffic signals, and - US Green Building Council (USGBC) underground utilities per SFDPW specifications. California Department of Water Resources I Palermo Canal Improvements I Oroville, CA I QC Inspector. Gerard conducted quality control inspections for a$100K, 1,200-linear- foot shotcrete lining project. He verified compliance with specifications, monitored shotcrete mix quality, and ensured proper application techniques were followed throughout the project to maintain structural integrity and meet performance standards. 777 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANTS 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. 778 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. 779 - �:�_ - - rye - -- :�` ... ........: GHD I 2025 Rate Schedule Notes 1.Basis of Charges -Rates are for employees of GHD companies and subject to project and task specific proposals, agreements,and contracts. -Field services are billed based on time required for staff to reach the project site from the GHD office providing the service required. 2.Direct Costs and Reimbursables Vehicle mileage,for staff who travel>50miles will be charged in accordance with government regulated standard `" :: rates. -The 2025 mileage reimbursement rate for US employees increased to$0.70 per mile based on the IRS published rate(up from$0.67 per mile in 2024 " -Lodging,meals,travel for staff who travel>50miles will be charged at cost plus agreed markup unless a per :'. . diem rate is negotiated. 1...0`: "' 3.Administrative Project Costs :;1 i r.: -An administration fee will apply to all invoices to cover in-house disbursements(Associated Project Costs)on a A:...:..:.. project.This will be charged at a rate of: Hourly rate of USD$6.50 ` ;' (:`.:; 4,Specialty Software -Specialty Construction Management software will be charged at cost. 5.Markups -All other project related disbursements,expenses and subcontractor costs will be invoiced with a markup of 10/0. 6.Annual Increase -Fee schedule is subject to 4%increase annually on July 01 starting in 2026, 7.Prevailing Wage Rates -The rates presented in this Fee Schedule are applicable for projects where there has been a General Prevailing S . ; Wage Determination made by the Director of Industrial Relations pursuant to California Labor Code Part 7, Chapter 1,Article 2,Sections 1770, 1773,and 1773,1 for commercial building,highway, heavy construction and dredging projects. 8.Non-Exempt Staff -Regular time charges are applicable to services initiated Monday through Friday(excluding holidays),between 6:00am and 4:00 pm. -Premium charges are applicable for services greater than 8 hours, night times,on holidays,and weekends, Rate Schedule Notes . ., "r._.*'i'-suet.vim ....x.,. ..vfig^`ti * . ..'}' *g a'.- :...y_ ,,,.•,ax�x r '",.cam ..,.� ' -s,' .x• `� g. -ru'` s • • • • • • • • (iii4..j'CpstProposal: :0ii tCall Construction Management,Materials Testing,and Inspection Services,City of nil.,Bt n.Beach,,0 'fgg .:::::•:....:..::......:...',.....:••••••,....:...!:::::..::!:::pristv......••:••:••••••:'•-••••••::: :•.::::••..,. ...,.. .. ......_,,,.:::::: ...1-:,:.::::.... ......•••'...:*:::.1-.:14.. 4:.::: :::.:••••:••.... .„.i'...... ... .?.. .arir,r,H.; . :'. .1....•...1•.•'....:...:..L.:•••:....... ....:..z._-:••.:.:.:,...._.1:;-:.•1-,.....L.,:'::' ,•:.....4.,...,..=,..,,,,...'.:•'0..,„1_.;:.:,..::::_::',....-• ....:•...::.1..:::: ::',1:,.,::.•-... .a._:;:.:. •...:y.,••••.:::•-ii,...,:•:,;.:1:1•.*:.,..,...4,,. .,4:•.••••:;•::.:...2• 0,,,..1.:'••. :. . ..-:•:•,.'::- ..:::, :. .:•••••.:::.....:•.'..•••. .....:::..:..: : :.....:....:•. !...:...:...............,.......:,•,......,........,...::.....:.,.......,;..i......,....'..:..............:...:...:....:;.: GHD Equipment Charge-Out Rates FY2025 SECTION 1 . ............. :::•.:.:::::.: +'.'.+. CHARGE-OUT RATES BST Code DESCRIPTION }, F NOTES ..fit,': ::`. r: USCDN BST8 BST10 11I TESTTNC ...• .•.,.........- , la f.!.....!..,::::,.::::;;.::..,..;.,.....!..;.!::,.....:::....:::!!..... . Air sampling,pump,SKC,Air Chek U C 0007 N2019 52,Air Chek 2000&Bios 35 120 310 U C N2238 GilAir Air Sampling Pumps 35 125 315 Air sampling,Vac-U-Chamber(lung U C 0009 N2020 sampler) 50 150 450 ''';i;:;;'':: U C 0074 N2022 Anemometer,Thermal Dwyer 30 90 360 U C 0075 N2024 Anemometer,TSI Velocicale 60 180 540 r,:. ........:: U C 0025 N2047 Calibrator,air sampling,Buck(mini), 45 135 360 Bios&SKC Calibration Kit for Hi-Vol,PUF,PM- U C 0026 N2046 30 90 225 10 Samplers :. U C 0003 N2113 Hand pump,air sampling,All Types 20 60 155 Cost of tubes extra. H .:`...': ., . ''N% U C 0284 N2115 High Volume Air Sampling Pump Kit 40 135 405 ;•• (Asbestos Removal) : .... `''' U C 0005 N2035 Hi Vol Air Samplers,PUF or TSP 150 450 1350 U C 0285 Hi Vol Air Samplers,PM-10 150 450 1350 U C 0004 Impingers,air sampling 20 60 175 Indoor AirQualityMeter,TSI - : U C 0280 N2024 Q 80 180 540 .... Track U C 0044 M ag"ehelic Gauge,digital pressure 20 60 150 U C 0088 N2145 Manometer,Digital Dwyer 45 105 315 5: >::'':,;`: U C 0090 Manometer,Micro,Alnor 35 80 225 U C 0072 Mass Flowmeter,Aalborg 60 220 600 ;; . : U C 0226 N2402 Pi tot tubes,air Sampling 15 60 180 >:r:• : :. U C N2424 Shroud Helium 25 75 150 [>..::: ;`` KITS-CHE0,47AT. < ' :: : U C 0372 Ammonia,Hach,Kit 25 100 280 '�' `' 4 U C 0051 Chloride Hach Kit/Colorimeter 65 180 300 w: ;::; ,:} :: ::.......::.... ...0 U C 0052 Chlorine Test Kit,high&low range 40 140 320 U C 0408 Copper(Total,Hach Kit 25 100 280 ` `' ) ''i'`';;'`` 200010(2)-CRA Field Equipment Charge-Out Rates FY2025 m.;. c: .2: Z.''',-_{,^'-ry-r: �Si+7`�.,.ten... uw+stx -,-,.✓ "'r_ r4-4. ..-s- . =.r z"';-r�s "c 4-G,' ^"5ir,r .` GHD I CostProposal I On-411.0.nstructionManagement MaterialsTesting'andInspectionSe►vices,'CityofHuntingtonBeach:j:0. . .a � fir vsy "�. r 'x ..x::..4 `, .c' `'.r�_SLR_.K'^` �"`` `r-^�'�.�.X�':��,:.��,�^-_ r GHD Equipment Charge-Out Rates FY2025 SECTION 1 : : CHARGE-OUT RATES BST Code DESCRIPTION ), x NOTES HR -ttc/ tWy O .': U C 0410 Detergents,Hach Kit 25 100 280 ................ U C 0053 Dissolved Oxygen Kit 50 150 450 >:;::::: `"' U C 0054 N2130 Iron(FE)Kit 25 100 280 .. .... U C 0055 N2112 H2S Hach Kit 30 120 360 `` `"`•"'• U C 0057 N2144 Manganese Hach Kit 25 100 280 .:! i '• U C 0063 Nitrate Test Kit 25 100 280 `:';, U C 0058 PCP(Millipore)Kit 25 100 280 U C 0409 Phenol(Total),Hach Kit 25 100 280 ' ' U C 0059 SO4 Kit 25 100 2$0 ?.'s: U C 0062 Sulfate Test kit 25 100 280 KfT.S.-7.MISCELLANEOUS 0;: ;i ;`:, U C 0279 N2297 Asbestos Kit 30 120 360 ' ::`?:::.i!'> `.. U C 0240 Envirogard Kit 65 280 660 '.:';; 1 U C 0189 Fire Hydrant Kit 55 220 380 U C 0065 Groundwater Filtration Kit 40 5 360 U C 0241 N2117 Hydrocarbons,Petroflag Kit 45 180 540 ;:;fix U C 0056 Lockout/Tagout Kit 25 85 180 •:t iJ U C 0371 Mould Kit 30 120 240 '' `'<`':`''; U C 0373 Spring Water Survey Kit 30 200 n'.: , ;' ?::: ;;` `` U C 0060 Visible Emissions Field Test Kit 40 170 420 ......: U C 0066 Water Level Monitoring Kit 50 180 480 is{::,..ti GEOPHYSICS 5t``}`;'.;;, ;':., U C 0267 N2432 Metal Detector,buried,Geonics EM61 275 1615 2800 Ri:;>:',i';.'' .. U C 0414 N2427 Resistivity Meter-Syscal R1 Plus 800 3500 10500 :..:.:::::::>::.::: : U C 0104 Radiation Detector 65 180 480 ; "`�. U C 0273 N2431 Soil Conductivity Meter,Geonics 325 975 3300 r:: C 0502 N2234 System,250mHz GPR Noggin Plus 400 1200 3600 '....... :: C 0503 N2393 System,1000mHz GPR Conquest 350 1050 3150 '`>.i: Soil Conductivity Meter,Geonics •'`••' U C 0275 N2432 275 1615 2800 EM38 200010(2)-CRA Field Equipment Charge-Out Rates FY2025 . ��,��- ._ �, ,�.. � :..�.•_- a me.µ,��Y -", .�' ";�_ .%-�--�, -"'r .. - -:.�= :->a"x k-: �" `-5- : xi-�' 2v-b"ti �..,�^-c,.. "'-,���^�:�.< `t �'r ��.e"` s`onstructio Mi0.iii .st g and Ins'ec ".Ci of H':n i � ..'..i.. : m`::.D`:'rCos Pro o, l` .; n:.:Ca11C n :. ::t M<. :< a1...7 to S` ... e u o ea'.. H C3 M emen rf s .es n an . . n eMa s nt n 8 Fh g. ;'.:'::: :::: ...:: .::::.:.::::.....:....:...:......I...:.::....t,:...:.:p..sa,.:1..........:.:.,..:..,.::..:..,:.:...,....:.........�...:........�...:.are:........... .........s,... .... ..::p...........:......:......:.,..�........�Y...,..............�....... ............l......,..... .......:... 782; ..... .. . .- ..... ... GHD Equipment Charge-Out Rates FY2025 :,.': SECTION 1 • CHARGE-OUT RATES BST Code DESCRIPTION r NOTES HR Q w Well LoggingAcoustic Televiewer- ::•. U C 0398 ABI40 500 2400 9500 ' U C 0396 Well Logging Caliper Tool-2PCA 60 300 1200 1000 :;i'i:'fs:;. .::o. U C 0393 Well Logging Console-MSI Matrix 175 875 3500 Well Logging Gamma Tool-2PGA- U C 0395 1000 g� g 90 450 1800 `1 0397 Well Logging Resistivity Tool-2PEA 90 450 1800 U C 1000 ` U C 0394 Well Logging Winch 125 625 2500 t.:.E..:;:l!.::•••::.:'.i..',.....::;...Z ;:;:. MISCELLANEOUS . Air Compressor,gas powered or U C 0002 N2017 electric 70 280 560 <: U C 0010 N2021 Air tank,portable 30 120 360 U C 0019 Bailer,All Types&Sizes 20 80 180 •• • Balance,electronic(Ohaus,AccuLab, 1:` U C 0021 N2036 Polder) 40 120 360 U C 0022 N2145 Barometer 35 105 315 `',, , U C 0023 N2037 Battezy,all types of 12 volt 25 100 300 U C 0231 N2041 Blower,Regenerative,All Sizes 75 270 810 Pro50 150 300 U C 0028 N2440 Camcorder/GO U C 0030 N2004 Camera,digital 25 100 300 0452 N2448 FUR Thermal Imaging Camera 40 160 480 U C :: U C 0121 Cathodic Protection Monitor 25 100 300 Colorimeter,portable, U C 0031 N2059 multi arameter Soil Conductivity45 180 540 `.� U C 0233 N2060 Computer,Laptop or Desktop,Ipad 30 120 360 `'at''`:: •.•••. U C 0298 N2067 Data Transfer Unit,Palm Pilot 25 100 360 :.`; U C 0474 Drum Vac-55 Gallon U C 0536 N2074 Drill,Core 105 400 800 U C 0571 N2085 Enclosure,TSI CAMP 50 150 350 U C 0577 N2159 Gauge,Nuclear density 105 315 850 .' U C 0047 N2101 Generator,All Types&Si7Ps 70 250 550 200010(2)-CRA Field Equipment Charge-Out Rates FY2025 :v ........... ...'- -�:r 'V,-...'�v .. .,.w26- -F-.a ^-M1W54' >m' ';��-, ,:>;,a�.�"w,v- 4==_473 GHD[:CostP.roposal I.On-.Call Construction Management Materials Testing andInspectionServices,CityofHuntingtonB;sap h 1 l5 W, W. 2, ,M M E W, �.S -Out Rates FY2025 GHD Equipment Charge SECTION 1 CHARGE-OUT RATES NOTES BST Code DESCRIPTION HR Z 0 C 0547 N2201 Shell Traffic Cones 50 150 450 U C 0469 N2209 Snowshoes 15 55 135 "dd U C 0069 N2212 Soil Vapour Well Purging Pump 85 340 1280 -N U C 0012 Spectrophotometer,Hach DR/2000 100 300 900 U C 0179 N2220 Stopwatch 15 45 135 U C 0259 N2240 Tents,Work 35 135 300 U C 0569 Tester,Shear Vane 5 20 50 ..... ....... C 0640 Infrared Thermometer 15 45 135 -4 Thickness Guage,Cygnus Ultrasonic, U C 0412 N2400 65 225 480 Barcol Gauge C 0486 N2104 GHD Field Toolboxes 10 30 90 U C 0260 Torch,Tiger c/w Propane Tank 15 60 180 U C 0534 UAV,DJI-S800 500 I' U C 0264 N2265 Vacuum,Wet/Dry,6 Gallon 20 80 240 U C 0287 Vibration Measurement System 320 640 1920 U C 0265 N2271 Waders,hip or chest 25 80 240 U C 0573 N2272 Wagon,Field 15 45 90 -kg Wheel 30 C 0405 N2146 Walking Measurk 10 90 45 135 405 U C 0196 N2917 Walkie talkie,pair U C 0537 N2288 Water Tank,Poly,Large 500+gal. 70 220 540 Up.. U C 0015 N2287 Water Tank,Poly,small 250-500 gal 40 140 290 ............ . ............ U C 0576 N2289 Water Tank,Poly,small 100-225 gal 35 140 320 U C 0197 Weather station 80 280 700 U C 0266 Weedeater 25 100 300 .......... MONITQRS-.QAS/AIR 4 Gas Monitor,LEL/02/CO/H2S .......... 75 225 675 U C 0126 N2009 (All Types) 5 Gas Monitor, U C 0128 N2013 95 380 1100 PlDLEL/02/C0/H2S,(All Types) U C 0355 Benzene Monitor 85 350 855 U C 0124 N2078 Dust/Particulate Monitor,all types 90 350 900 U C 0084 N2082 Eagle Gas Monitor (Hydrocarbon) 60 225 550 200010(2)-CRA Field Equipment Charge-Out Rates FY2025 g, of-Huntl 9t 07 r7aryipp PRO 5 GHD Equipment Charge-Out Rates FY2025 : SECTION 1 4. il CHARGE-OUT RATES BST Code DESCRIPTION x NOTES HR A 0 U C 0470 Eagle Gas Monitor (4 gas) 80 250 750 Flame Ionization Detector Monitor U C 0080 N2098 (FID) 105 400 1000 Gas Chromatograph,Multi- U C 360D 400 1200 3600 Compound Air Monitoring C 0384 N2157 Nova Flue Gas Analyzer 1 80 240 750 .4l C 0579 N2162 Odour Sampler 1 150 535 1600 U C 361D Gas Chromatograph,Single 100 Compound Analysis Monitor k C 0548 N2137 Landtec GEM 5000 Gas Monitor 150 450 1350 t UKe Landfill Gas Monitor(Landtec GA-90, U C 0085 N2136 125 375 855 GEM 500,GEM 2000) U C 0553 Analyzer,Lumex 915+Mercury 650 1900 4700 ; :':;:P U C 0356 Mercury,Jerome Monitor 150 600 1800 ::$ U C 0526 N2153 Monitor,Single Gas,HCN 20 60 120 :`; `..;';'',:;: U C 0528 N2153 Monitor,Single Gas,H2S(Personal) 25 75 180 tc,: U C 0450 Monitor,Single Gas,H2S 95 285 855 U C 0087 MSA Gas Monitor 60 240 720 U C 0314 N2386 Nasal Ranger Monitor 80 320 960 ''::.,,. U C 0127 Ozone Monitor 95 380 1000 U C 0529 Monitor UltraRae for Benzene 125 380 1140 U C 0129 N2171 PID MiniRae,Eagle 2 85 300 900 U C N2399 SEM 5000 Methane detector 265 700 2000 PUMPS U C 0145 Air Vacuum Pump,Electric 20 80 240 ay.. g U C 0358 N2040 Bladder Pump,All Types 65 195 480 U C 0033 N2065 Control box for bladder pumps 75 250 750 U C 0139 Filtration Pump,18 PSI,Cole-Palmer 15 60 180 : `: ::': fs : :. U C 0042 N2130 Flow valve set,Dole 25 100 280 "" U C 0I49 N2166 Peristaltic Water Pump 45 135 350 200010(2)-CRA Field Equipment Charge-Out Rates FY2025 : :: _ '_,a.;�,. w..`:"' r'^ .1 .5 r ':a te..- :_. �' - ---.-�..�- .4 :�*' _' �,n GGHD'I Cost Proposal,j On Call Construction Management:Materials Testing,and Inspection:Services City of Huntington Beach'I;0B :rg GHD Equipment Charge-Out Rates FY2025 SECTION 1 ;: : :... : CHARGE-OUT RATES BST Code DESCRIPTION x x NOTES? HR A U C 0138 Pump control unit,pressure control 35 140 420 unit,Solinst Water Pump,2"submersible c/w U C 0140 N2282 controller(Grundfos,Keck,Well 200 600 1800 Wizard or Monsoon stainless steel) U C 0471 N2283 Water Pump,2"submersible,12 volt, 65 250 525 c/w controller(Monsoon,Typhoon) %33... 22 Water Pump,small miscellaneous U C 0143 N2784 45 140 320 types(sump,2"electric,hand,whale) Water Pump,submersible,3"electric - .. U C 0150 N2285 70 280 660 c/w 100 ft.wire U C 0144 N2286 Water Pump,trash,diphragm& 50 200 480 centrifugal Waterra Jerker,automatic water 315 650 U C 0147 N2291 105 pump SAFETY U C 0120 Blood Pressure Monitor(heat stress) 50 150 450 ; > U C 0037 N2088 Eyewash,Portable,10-15 Gallon 35 140 275 '.......,..: U C 0039 Fan,evacuation&access 50 125 375 Rescue&descent gear,rs>inch and U C 0157 N2186 tripod 100 350 725 `; U C 0158 N2187 Rescue Harness,c/w Lanyards 30 100 250 '''sSs<z:(: U C 0159 Respirator,Cascade fill system 45 180 540 A)+air *-1 Respirator,Drager supplied air setups U C 0359 P g PP P 65 260 780 .;s c/w mask&5 minute escape bottle. =� ? j U C 0252 Respirator Fit Tester,TSI Portacount 125 400 1000 U C 0160 N2188 Respirator,SCBA or Supplied Air 75 280 780 A)+air =r `vN. U C 0161 Respirator,SCBA quick fill hose 15 60 180 � SAM?_UIN Geoprobe Sampler,Hand Operated U C 0168 210 630 1890 A)Plus Liners c/w Hammer Drill 1 U C 0170 N2198 Sediment Sampler,All Types 35 140 300 fl" '' ."' ': U C N2211 Guelph Permeameter 50 185 360 Lk:.'.:::::,,,':,;,:, U C 0173 N2211 Soil Sampler(All Types) 50 185 360 .... .. 200010(2)-CRA Field Equipment Charge-Out Rates FY2025 =T:. : :.; ,: GiHt?'[ host PrQptisal.1 On-i~all Construction i�Aanageinent,Materials Testing;and InspectlonServlces,'Clty of Huntington ,.SeBe a .ch.) 09 ` ': ::;.. ° ..787 ................ . ........:.... _ �+xi`•,: .tic ga+„' c^:iTz 9.� n,Y• ' - .Y:. .�arro .r�'�. -y Y3¢.--,.rv�:u,. .,:...s..,:-..,.,.a,.....,..a.-✓.E'J',,. ....,.....T`"'t-._.,"w`<x-3_.v ia. -Yew.. ',u c;.c... ,..-...:.........- ,,.ma .-�.w„?�.w.- ... .xa...t,.:-�.. -, m� ., . GHD Equipment Charge-Out Rates FY2025 ' ?:?: '; `: SECTION 1 z CHARGE-OUT RATES :: : ' is DESCRIPTION >-, x NOTES ',..',..::.:..:.:........:..:: :.......: 1,.:...:. .. ��. BST Code .-4 HR Q 44 O i U C 0175 N2200 Sewer Swing Sampler 25 75 180 U C 0629 N2191 Sampler,Refrigerated Portable 150 400 1050 Wastewater Sampler, ;. U C 0166 N2273 p 100 300 900 `?' ° :::. composite/individual,ISCO ;;::-.::.. SOUND MEASUREMENT U C 0106 N2215 Sound Level Meter,Larson-Davis 125 500 1500 : (Type 1) "^'.':.:::::.:: ;:':s; U C 0353 Sound Level Meter,Sper Scientific 25 100 200 :t.: : U C N2439 Noise Dosimeters 25 100 300 Sound Level Meter,Type 2&Noise U C 0105 105 280 700 � Dosimeters,Quest :'<:`;: '' SURVEY ' Survey equipmentfit:: ::::.: complete,(level, U C 0180 N7773 P 50 180 375 rod,tripod) U C 0643 N2111 85 360 900 • GPS,Survey Grade/Centimeter U C N2449 55 180 425 Gannin InReach Mini Pro U C N2454 300 900 2700 MatterPro 3 Camera C N2457 250 740 1750 Tumble TDC650 GPS _, Survey equipment,Survey Grade- U C 0182 N2226 GPS 500 1620 4410 $300 per 0.5 day Survey equipment,Survey Grade - U C 0183 N2227 Ma pP g in 175 700 1900 $100 per 0.5 day U C 0294 N2110 Survey equipment,GPS,Handheld 25 75 160 Unit-Garmin 12 GPS .....,...r,.... U C 0420 N2109 Survey equipment,Magellan GPS 50 200 510 Mobile Mapper CE C 0581 N2015 5M&7M Levelling Rods 15 55 220 660 C 0585 N2455 Laser Range Finder 40 120 360 3 200010(2)-CRA Field Equipment Charge-Out Rates FY2025 _.f . : .,ra7x ,.... tip =O _ - - GHD I Cost Proposal 1.An-Call Construction Management;Materials Testing,and Inspection Services,City of Huntington Beach 1.10 788 :....r... ,.14- ...,:4,V.;,:i :; :ter: - .. ...... ..:x. ...._ .... ,..,_...... .. _. .. ......:.....:ate__..:i.. �......v...: rv-,-,..;,:_:..._...�...... :�M:A'.:.,'.=�1.�....�......�:..:-_...-,v,...-. _...s.._,...„.._::�_?:_wJr=:.:.,�r_x:,-2:c,_i`.y :'�'�^`' :_�^rt::: ,'¢,.� �'�:':�.:::.';.::.':_�: x- c1 GHD Equipment Charge-Out Rates FY2025 �. SECTION 1 r . z `f0 CHARGE-OUT RATES BST Code DESCRIPTION x NOTES r HR A % O s C 0185 N2222 Suave Laser Level 2 85 360 900 *... 0 U C 0185 N2777 Survey equipment transit 55 220 660 U C 0187 N2228 Survey equipment total station 35 275 1100 3150 •& Survey Equipment,Robotic Total •'. U C 0293 N2225 375 1500 4500 Station-Leica TCRA1103 Plus VEHICLES "f' ATV-All Types including 6 Wheel si:r.. N2033 160 640 1650 Polaris,8 Wheel Argo&JD Gat-or ; °;': U C 0024 N2044 Boat/Canoe 100 350 800 ;. Boat 14ft.Aluminum c/w 8 HP U C 0417 N2043 motor&Trailer 275 1000 U C 0276 Bobcat,Model 873 250 820 2720 . - Bobcat Model 873,Brush Cat fi `;`i _`:; U C 0283 Attachment 150 535 1600 ..;::.:;:;:•,.: '' Bobcat,Model 873,Sweeper ,.•:••• �:::::.:..:..:'... :: Attachment U C 0292 Bucket Truck-Maintenance Work 70 550 U C 0530 N2055 Cart,Club Car XRT 100 400 1000 • U C 0411 Lawn Mower,Riding 80 U C 0476 Mule,Kawasaki 75 200 800 U C 0177 N2201 Snowmobile&caboose 105 360 1080 U C 0191 N2247 Trailer 85 300 725 U C 0392 Trailer,Emergency Spill Response 210 Trailer,SVE(Soil Vapour Extraction) U C 362M c/w associated equipment 1050 • U C 0262 Tractor with Tiller or Scraper 105 420 1260 U C 0194 N6521 Van or pick-up truck 95 360 1070 $0.28 per Kilometer(Cdn)or$0.30 ;:.. per Mile(US) .: .:': :;. WATER TESTING e, :.,,..,,:.,. Datalogger,Barometric Pressure ;:• •:,: U C 0472 N2068 35 125 275 _: (Solinst)/Levelloggers U C 0350 Datalogger,pH-31,Telog 75 225 525 -` .. `" jam.::::....: . 200010(2)-CRA Field Equipment Charge-Out Rates FY2025 .: ..E5;:,�.�,-,t.: '.,M*s .t. -.,f. Ks"gF M .K Ma_ -:h:W 'Wc5 -w•g•..Y-.=."�,s�'-��.,�<"�2.�=�.„ Q}ID'{..Civet Pra oral E On CaII Constntction Manasgement Materials Tee and lnsp000n Sel•vices,. Ity of N ntingt..,n B a h...i. . 789 4: Charge-Out Rates FY2025 f c .,::: GHD Equipment SECTION 1 } CHARGE-OUT RATES ;n : T BST Code DESCRIPTION r Z NOTES HR d ,, ® A 0 Datalogger,Water Level (Telog, U C 0351 N2071 75 225 525 Insitu,MiniTroll)Troll Comm Cable U C 0079 N2073 Dissolved Oxygen Meter • 70 180 360 U C 0586 N2241 Field Thermometer 15 45 135 Hydrocarbon Analyzer(Model 300 or U C 0209 265 Petroflag) U C 0520 N2213 Leveloader,Solinst Optical Reader 15 45 115 ▪x U C 0465 N2281 APP Interface/Data Grabber 30 90 225 U C 0473 N2068 Solinst Leveloggers 35 125 275 U C 0095 N2163 Oil/Water Interface Probe 45 160 400 n U C 0244 N2238 Temperature,Thermocouple Meter 40 160 480 0 U C 0108 N2252 Turbidity Meter 50 150 405 U C 0077 N2274 Water Checker Meter, Parameter 30 90 250 i.e.,-PH Or Cond.Or Temp,etc. U C 0078 N2275 Water Checker Meter,2 Parameter 30 100 250 i.e.,-PH/Temp or PH/Cond.,etc. i.e.,-PH/Temp/Cond.or U C 0097 N2276 Water Checker Meter,3 Parameter 30 100 250 PH/Cond/DO,etc. I 3 U C 0379 N2277 Water Checker Meter,4 Parameter 40 135 385 i.e.,-PH/Temp/Cond/ORP or PH/Cond/DO/ORP,etc. U C 0380 N2278 Water Checker Meter,5 Parameter 60 220 500 i.e., PH/temp/coed/salinity/DO, etc. 4 i.e.,- i. U C 0391 N2279 Hand Held pH Meter,Soil phMeter 80 280 720 PH/temp/cond/salinity/DO/ORP, etc. U C 0091 N2280 Horiba Flow Cell,Water Checker 100 300 900 U C 0111 N2281 Water Level Meter 30 90 225 xfi C 0519 N2099 Flow Tracker 150 450 1350 U C 0116 N2290 Valeport/Global Waters Flow Meter 115 375 950 C 0576 N2084 Electrofisher(SWM/ECO) 100 400 1200 C 0549 N2914 FL Flow Meter(SWM/ECO) 115 345 1035 C 0577 N2915 Binoculars SWM 25 75 225 C 0480 N2096 Benthic/Siene Nets 20 60 180 C 0481 N2095 Surber/Kick/D-Nets 25 75 225 C 0527 N2916 EXO Sonde SWM/ECO 125 375 1125 C 0528 N2267 Van Dom Wildco Water Sam lers 50 150 450 / p C 0476 N2191 Ice Augers SWM/ECO 60 240 720 200010(2)-CRA Field Equipment Charge-Out Rates FY71175 t3HD,I Cost Proposal I.'On-Call Construction Management,Materials Testing,and inspection Services .CityofHuntingtonBeach I;12 i790 • _._::_.:..,,r. k rim;: GHD Equipment Charge-Out Rates FY2025 SECTION 1 CHARGE-OUT RATES • BST Code DESCRIPTION r x x NOTES HR Od 5 0 C N2433 SM4 Bat Detectors 50 300 1200 4 C 0582 N2083 ECO Backpacks(ECO) 40 120 360 C N2434 Song Meter Micro 15 80 150 U C 0011 PCB or Chloride Analyzer 75 300 900 A)+supplies U C 0290 N2196 Secchi Disc 35 125 325 Notes: A) Cost does not include expendable supplies to operate 200010(2)-CRA Field Equipment Charge-Out Rates FY2025 a v GHD.1 Cast Proposal I On Call Construction Management'Materials Testing,and Inspection Services,•Cityaf Huntington Beach.I SS 991 VANIR CONSTRUCTION MANAGEMENT City of Huntington Beach 2025/2026 Bill Rates all CA areas 7/1/25-6/30/26* Classification/Title Hourly Rate Principal-In-Charge 5273_ Program Director $270 Program Manager $228 Senior Project Director $270 Project Director $262 Assistant Project Director $213 Senior Project Manager $242 Project Manager $216 Assistant Project Manager $171 Senior Construction Manager $242 Construction Manager $216 Assistant Construction Manager $171 Senior Project Engineer $180 Project Engineer $128 Assistant Project Engineer $114 Senior Project Controller $142 Project Controller $128 Planner $157 Senior Scheduler $235 Scheduler $207 Senior Estimator $248 Estimator $185 Constructability Reviewer $180 Sustainability/LEED Manager $179 Design Manager $191 BIM Manager _ $142 BIM Tech $114 Architect $171 Project Coordinator/Sr Admin $124 Senior Contract Administrator $185 Contract Administrator $171 Inspector Grp 1(prevailing wage)" $240 Inspector Grp 2(prevailing wage)" $235 Rates increase 4.0%each July 1st "Rate dependent upon DIR determination,County location,award date,excludes travel and substistance GHD I Cost Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 114 792 I 00 ®' TWINING Schedule Of Fees 2025-2028 NOTE Rates will be adjusted annually each July let to relied increased costs. Personnel Rates:Per Hour Unless Otherwise Noted Task Task Equipment Usage)Osay Unless Othenese Notal, Code Engineering And Consulting Personnel Rate Code Continued Rate 10026 Senior Pnncipal Advisor/Consultant 5 407 00 95315 Torque Multiplier S 5000 10001 Pnncipal Engineer/Geologist 5 292 00 95321 Air Meter 5 39.00 10017 Metallurgical Engineer S 407.00 95322 Unit Weight Bucket $ 29.00 70000 Regstered Geotechnlcal Engineer 5 292 00 95323 Field Concrete Scale $ 39.00 10010 Technical Advisor S 270.00 95324 Tx 2"x 2 Mold S 26.00 10011 Material Scientist,WeldinglNDT Consultant S 286 00 95343 Nuclear Gauge(Per Hour) S 13.00 70003 Registered GeologisvCertified Engineering Geologist 5 286.00 95319 Sand Cone Density Test Equipment S 63.00 10003 Senior Engineer/Geologist 5 259.00 95333 Put Test Equipment $ 77 00 10309 Registered Civil Engineer 5 248.00 95348 Concrete/Asphalt Coring Equipment 5 748.00 60003 RooTerg/Waterproofulg Consultant 5 275 00 95336 Floor Flatness(Dipstick) $ 66.00 10013 Project Engineer/Manager 5 242 OD 95330 Schmid)Hammer S 50.00 30000 Oua14y Control Manager $ 242.00 95341 Vapor Emission Test Kits $ 61.00 10005 Senior Staff Engineer/Geologist 5 226.00 95342 Relative Humidity Probe S 94.00 10007 Staff Engineer/Geologist 5 215,00 95339 UPV(Ultrasonic Pulse Velocity)Meter S 440.00 10015 Quality Control Administrator 5 215.00 95351 Fireproofing Adhesion/Cohesion(Per Test) S 44.00 10019 Metallurgical Technician 5 182.00 95300 A Scan Ultrasonic Equipment And Consumables S 105.00 90001 CADD OperatodDrahsperson 5 165 00 95303 Magnetic Particle Equipment And Consumables 5 55.00 95103 Administrative Support 5 10800 95306 Liquid Penetrant Consumables $ 5000 70107 Field Supervisor 5 204.00 95307 Phased Array Ultrasonic Equipment(Per Hour) S 110.00 91030 Safely Supervisor 5 204.00 95347 Ground Penetrating Radar S 418.00 201100 Laboratory Manager S 187.00 95345 Impact Echo $ 424.00 98000 Laboratory Technician 5 16000 95362 Ultrasonic Tomography $ 550.00 90005 Expert Witness Testimony 0 660.00 95349 Inertial Profiler(Per Hour) Quotation 91010 Qualified SWPPP Developer $ 22600 95352 Borescope 5 330.00 91000 Qualified SWPPP Practitioner 5 21500 95356 Infrared Camera 5 11000 30001 Vibration Engineer 5 248 00 95357 Project Dedicated Vehicle S 198 00 95364 Roller Compacted Concrete Vibrating Hammer/Tamping Plate S 88,00 Task 95367 Hall-Cell Potential Equipment Set $ 424.00 Code Field inspection Personnel Rate 95368 Concrete Electrical Resistivity Meter S 198 00 10101 Concrete Reinforced Steel Inspector S 147.00 95369 Field Hardness(Steel) 5 121.00 10103 Prestressed/Post Tensioned Inspector S 147.00 95370 Coating Thickness Gauge $ 121.00 10105 Concrete ICC Inspector 5 147.00 95373 Curing Boo(Not Temperature Controlled,One-Time Fee/ 5 825.00 10109 Drilled-In-Anchor Inspector $ 147.00 Per Box) 10111 GunitelShotcrete Inspector 5 147.00 95371 Temperature Control Curing Box(Per Month) $ 55000 10113 Masonry Inspector S 147,00 95372 Temperature Matching Curing Box(Per Month) 5 627 00 10201 Structural Stee9We)dirg Inspector $ 147 00 10203 AWS Certified Welding Inspector S 147 00 Task 10207 Fireproofing Inspector 5 147.00 Code Specimen Pick-Up Rate 10501 Lead Inspector 5 151 00 20100 Soil/Aggregate Sample(Each) 0 55 00 10115 Firestop Special Inspector-IFC Premier 5 171 00 20102 Standard Sample:Concrete Cylinders(Each) S 35 00 10117 Firestop Special Inspector-(OP S 220.00 20101 Standard Sample Mortar/Grout Cubes And Cores. 5 35.00 70109 LA Deputy Grading Inspector 5 160 00 Fmepoofirg,Rebar,And Epoxy Prisms(Each) 75001 Asphalt Field and Plant Inspector/Technician S 147.D0 20103 Oversize Sample:Masonry Poems And Sholcrete Panels(Each) S 94.00 70103 Pile Driving Inspector S 14700 20104 Oversize Sample:Flexural Beams(Each) 70101 Sods Technician 5 147.D0 20107 Technician For Specimen Pick-Up Not Listed Above 5 160.00 10107 Concrete Quality Control(ACUCatrans Technician) $ 147.00 (Per Flour,2-Hour Minimum) 10122 Wood Framing Inspector 5 147 00 20109 Technician For Specimen Pick-Up Before 500 a m. 5 220.00 60001 RoofugNVaterprooting Inspector 5 160 00 Or After 5 00 p m,Monday Thru Frday,Or All Day Saturday 10500 Public Works Inspector 5 165 DO (Per Four,2-Hour Minimum Plus Mileage) 10515 Mechanical Inspector 5 176 00 10519 Electrical Inspector S 1760D Task 10521 Plumbing Inspector $ 176.00 Code Jobsite Trailer,Mobile Or On-site Laboratory Rate 10523 Building Inspector 5 176.00 95360 Portable Or Mobile Laboratory Una Quotation 30002 Vexation Monitoring Technician 5 171 00 95374 Jobsite Trailer,Cones,Or Equipment Storage Box Quotation 50003 Frei)Erigineenng Technician $ 14700 Task Task Code Concrete Tests(Field Made Specimens) Rate Code Shop inspection Personnel Rate 20201 6"x 12"Cylinder Compression Strength)ASTM C39) 5 50.00 10301 Structural Steel Fabrication Inspector S 147 00 20202 4'x 8"Cylinder Compression Strength(ASTM C39) $ 44 00 10309 Batch Plant Quality Control Technician/Inspector 5 147,00 20203 Density Of Structural Lightweight Concrete Equihbnum 5 110.00 10325 Glue-Laminated Fabrication Inspector Quotation Oven Dry Method(ASTM C557) 10328 Pre-Cast Concrete/Pipe Fabrication Inspector 5 147 00 20205 Core Comgxessan Including Trimming(ASTM C42) 5 99 00 20207 6'x Tx 18"Flexural Beams Not Exceeding Referenced 0 135 00 Task Sore(ASTM C78,C293 or CTM 523) Code Nondestructive Testing Personnel Rate 20209 Splitting Tensile Strength(ASTM C496) $ 138.00 10401 NDE Ultrasonic Testing Technician 5 154 00 20211 Modulus Of Elasticity Test(ASTM C469) 5 358 00 10403 NDE Magnetic Particle Testing Technician S 154 00 80003 Rapid Chloride Permeability Test Cylinders Or Cores S 627.00 10405 NOE Dye Penetrant Testing Technician 5 154 00 )ASTM C1202) 10305 Combination NDE TechniclanhNeMag Inspector S 154.00 80006 Density,Absorption,And Voids In Hardened Concrete 5 627.00 10409 Radiographic Testing(Crew 012) 5 41800 (ASTM C642) 10020 HOE Engineer 5 270 00 40005 Flexural Toughness)ASTM C1609,Formerly ASTM C1018) 5 990.00 40006 Double Punch Strength Of Fiber Reinforced Concrete S 660.00 Task 40009 Coefficient Of Thermal Expansion 01 Concrete S 715.00 Code EOuipmeet Usaoe Malty Unless Otherwise Noted) Rate (CRD 39,AASHTO 7336) 95318 Skidmore 5 53 00 40012 Botk Electrical Resistivity(One Age OI Testing,ASTM C 1876) S 17600 95309 Torque Wrench,Small S 22 00 80013 Flexural Tensile Strength Of Metallic Fiber Reinforced Concrete S 990,00 95312 Torque Wrench Large 5 33 00 Beam(EN 14651) 1 GHD I Cost Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 1 15 793 • •% • " TWINING Task Task Code Concrete Specimen Preparation Rate Code Qualification Of Cements Rate 20151 Sawing Of Specimens(Each) 5 55.00 80100 Chemical Analysis Of Portland Cement Per Standard £ 825.00 20157 Coring Of Specimens In Lab(Each) S 55.00 Requirements(ASTM C150) 20159 Grinding Of Concrete Below 6000 psi Strength(Each) S 99 00 80103 Physical Testing 01 Portland Cement Per Standard S 825.00 20160 Grinding Of Concrete 6000 psi Strength And Above(Each) S 121 00 Requirements(ASTM C150) 80194 Physical Testing 01 Type K Cement,Mortar Expansion $ 825.00 Task Laboratory Trial Batch:Concrete.Cement (ASTM C806) Code And Mortar Rate 80195 Physical Testing And Chemical Analysis Of Portland Cement S 1,540.00 30216 Compression Test 4"z 8"Cylinders Made And Tested In S 64.00 Per Standard Requirements(ASTM C150) Laboratory(ASTM C192,C35) 80105 Partial Analysis Or Specific Physical Tests Quotation 30217 Compression Test 6'x 17'Cylinders Made And Tested In $ 75.00 80110 Sulfates Resistance Of Hydraulic Cement(ASTM C1012), S 3,300.00 Laboratory(ASTM C192,C35) 6 Months 30219 E x 6"z 18"Flexural Beams Made And Tested in Laboratory S 15400 80111 Sulfates Resistance 01 Hydraulic Cement(ASTM C1012). $ 3,630.0D (ASTM C192.C78) 12 months 30223 Spurting Tensile Strength Cylinders Made And Tested In $ 154.00 80149 Type 1L Cement(ASTM C595;Excludes Special Properties) S 1,540.00 Laboratory(ASTM C192,C496) 80151 Clinker Microscopy,Per Sample $ 935.00 30225 Modulus of Elasticity Test Cylinders Made And Tested In $ 374.00 Laboratory(ASTM C192,C469) 30227 Density Of Structural Lightweight Concrete Made In $ 127.00 Task Physical Testing Of Chemical Admixtures For Laboratory,Equilibrium or Oven Dry Method(ASTM C567) Code Concrete Rate 30237 Buec Electrical Resistivity(ASTM C1876) S 193.00 80196 Qualification Of Admixture(ASTM C494) Quotation 30201 Laboratory Tnal Batch(ASTM C1B2/Lab Procedure Performance) S 6050D 30203 Concrete Mature Design For Preconstruction Evaluation And $ 35205 Task Backup Data Development Code Evaluation Of Pozzolans And Slag Cement Rate 30205 Drying Shrinkage Up To 28 Days,Three 3"x 3"Or4"x 4"Bars, S 572 00 80140 Chemical Analysis Of Fly Ash Per Standard Requirements S 825,00 Five Readings Up To 28 Dry Days(ASTM C157) )ASTM C618) 3D230 Additional Reading.Per Set Of Three Bars S 66.00 80143 Physical Testing Of Fly Ash Per Standard Requirements $ 825 00 30231 Storage Over Ninety(90)Days.Per Set 01 $ 55 00 (ASTM C618) Three Bars,Per Month 80146 Parbet Analysis Or Specrlrc Physical Tests Ouolabon 30207 Setting Time Up To 7 Hours)ASTM C403) S 220.00 80147 Chemical Analysis And Physical Testing Of Fly Ash Per $ 1,540.00 30209 Bleeding)ASTM C232) $ 198.00 Standard Requirements(ASTM C1618) 30229 Concrete Restrained Expansion)ASTM C878) S 770.00 80250 Qualification Of Silica Fume Per Standard Requiremerts S 1 54000 30211 Mo,Make and Test Mortar or Grout Specimens for Compressive S 660.00 (ASTM C1240) Strength'Set of 6(ASTM C878) 80252 Qualification Of Slag Cement Per Standard Requirements $ 1,540.00 20263 Non-Shook Grout_Height Change Alter Final Set)ASTM C1090) S 66000 )ASTM C989) 20265 Non-Shnnk Grout.Height Change At Early Age)ASTM C827) $ 935.00 80254 Effectiveness Of Pouolans 8 Slag Cement In MRhgating S 1,540 00 30232 Cracking Resistance,Set Of Three Rings,Laboratory Trial S 6.820 00 Expansion Due To ASR(ASTM C441) Belching,Test Unfit Crackxg Or Up To 28 Days(ASTM 1581) 30233 Evaluation Of Pre-Packaged Masonry Mortars)ASTM C270) S 1.430 00 Task 30234 Creep)ASTM C512)(One Age Of Loading,12 Months S 9,350.00 Code Mass Concrete-Engineering And Testing Services Rate Duration Of Testing) 80256 Thermal Control Plan(Without Cooling Pipes)Per A Unique Si 8,800,00 80198 Laboratory Development of Strength-Maturity Curve Without S 3,520.00 Type Of Placement Of Saxlar Group Of Placements,Each Plan Establishing Datum Temperature(Up To 5 Testing Ages, S - 80258 Thermal Control Plan(With Cooling Pipes),Per A Unicue S 10,450.00 ASTM C1074) Type Of Placement Of Similar Group Of Placements.Each Plan 80199 Laboratory Development Of Strength-Maturity Curve With $ 5,720 00 80260 Performance Based Maximum Temperature Difference S 3,850 DO Estalxishmg Datum Temperature(Up to 5 Tesbrg Ages. Laboratory 8 Ana)yhcal Studies,One Concrete Mature Design ASTM C1074) Task Rock And Concrete Aggregates-Petrographic Task Code Examination&Special USACE&CRD Tests Rate Code Evaluation of Mixing Water for Concrete Rate 80262 Rock Type Description,Per Sample(Rock Core Or Rook 5 935 00 80246 Evaluation of Mining Water For Concrete Per The Requirements $ 1,100.00 Chunk) 01 ASTM C1602,Table 1(Physical Properties 01 Morta0,Per 80263 Rock Type Description+XRD including Clay Analysis, $ 1.595 00 Sample Per Sample 80248 Evaluation Of Moog Water For Concrete Per The Requirements $ 1 320 00 80266 Natural Aggregates-Petrographic Examination(Gravel And S 3,025 00 Of Canrans,Section 90,Per Sample Natural Sand Consisting Of Single Rock Type ASTM C295) Each,One Sample Task Concrete-Chemical Analysis.Transport Properties, 80268 Crushed Aggregates-Petrographic Ekaminabon(Crushed S 2,475.00 Code Service Life Modeling,Petrographic Examination Rate Rock And Manufactured Sand Consoling Of Single Roth Type 80123 Acid-Soluble Chbnde Analysts(ASTM C1152) $ 138.00 ASTM C295),Each,One Sample Includes Sample Prep) 80270 Coarse Aggregate Certification For Deleterious Materials Per $ 6 490.00 80126 Water-Soluble Chloride Analysis)ASTM C1218) $ 165,00 Specifications Of USACE,Materials Coarser Than 0.75-Inch (Includes Sample Prep) Each,One Sample,2001b 80193 Chloride Diffusion Coefficient Of Cementaious Mixtures By S 3 080.O0 80272 Coarse Aggregate Certification For Deleterious Matenais Per S 6,050.00 Bulk Diffusion(ASTM C1556) Specifications 01 USACE,0.75-Inch And Finer Matenal,Each, 80159 Bulk Resstvity(ASTM C1876)And Formation Factor 5 715.00 One Sample,25 lb. 80204 Chloride Binding Isotherm S 935.00 80274 Fine Aggregate Certification For Deleterious Malenals Per S 2200 00 80205 Analytical And Experimental(ASTM C1556)Modeling Of Service $ 8.800.00 Sp•_cibcatans Of USACE,Each.One Sample Lae Of Concrete Per Life-365 Mode),Per Mixture Design 80276 Aggregate,Scratch Hardness(CRD-C 130),Each,One Sample. S 440 0D 80208 Analytical And Expenmental(Nordtest)Modekng Of Service S 8.800.D0 25 5 Life Of Concrete Per FIB Model Code 34,Per Mixture Design 80210 Non-Steady Stale Chloride Migration Coefficient.NordTest 492 $ 688.00 Task 80212 Petrographic Examination Of Hardened Concrete.Level I S 1.925 DO Code Soils And Actoregate Tests Rate (ASTM C856)(Excludes Thin Section),Per Sample 30503 Abrasion LA Rattler(ASTM C131) $ 220 00 80129 Petrographic Examination Of Hardened Concrete,Level II S 2,475.00 30505 Abrasion LA Ramer(ASTM C535) $ 231.00 (ASTM C856)Includes Thin Section,Per Sample 70301 Atterberg Limcslelastuoy Index(ASTM 04318,CTM 204) S 176.00 80218 Petrographic Examination Of Hardened Concrete.Level Ill S 3.850.00 70303 Cabfomia Bearng Ratio Excluding Maximum Density S 638 00 (ASTM C856/C1723)(Thin Section And SEMIEDX),Per Sample )ASTM D1883)Soil 80222 WOW Determination(NordTest Build 361) $ 1,375.00 70304 California Bearing Ratio Excluding Maximum Density S 715.00 80224 Examination Of Volumetric Proportions Of Hardened Concrete 5 550 00 )ASTM 01883)Cement-Treated Soil (ASTM CA57).Per Sample 70344 Cement-Treated SoilfBase Ma Design Includes Three Trial S 3,850,00 80228 Air Void Analysts Of Hardened Concrete(ASTM C457), S 660.00 Cement Contents Well Three Unconfined Compressive Per Sample Strength Specimens Per Cement Content 80232 Electron Microscopy(ASTM C1723) S 825.00 70305 Chloride And Sulfate Content(CTM 417,CTM 422) S 193 00 80234 Paste Carbonation Analysis,Per Sample 5 275 00 30403 Clay Lumps And Friable Particles(ASTM C142) S 220.00 80238 Insoluble Residue Analysis(ASTM C1324) Ouotabon 30321 Cleanness Value 1"x 84(CTM 227) S 193 DO 80240 Alkali-Silica-Damage Rating Index(DRI).Per Sample S 1,375.00 30322 Cleanness Value 1.5"x 75"(CTM 227) S 30300 2 GHD I Cost Proposal On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 16 794 �•�le '' TWINING Task Task Code Solis And Aoorepate Tests,Continued Rate Code Asphalt Concrete Tests,Continued Rate 70393 Collapse PolentiaUindex(ASTM D5333) 5 248.00 75040 Emulsion Residue,Evaporation(ASTM 0244) $ 187,00 70396 Compressive Strength Of Molded Sol-Cement Cylinders 5 116.00 75024 Extraction%Bitumen(ASTM D6307,CTM 382) 5 187.00 (ASTM 01633) 75027 Extraction%Bitumen And Gradation(ASTM 05444,06307, S 253.00 70309 Consolidation Test Full Cycle(ASTM 2435.CTM 219) S 215 00 CTM 202,382) - 70311 Consolidation Test Time Rate Per Load Increment 5 50.00 75028 Extraction%Bitumen,Correction Factor(ASTM 06307, S 413.00 (ASTM D2435,CTM 219) CTM 382) 70313 Conosivity Series Sutate,CI,pH,Resistivity(C714643, 5 270.00 75030 Chemical Extraction%Bitumen And Sieve Analysis S 435.00 417,and 422) (ASTM D2172 Method A or B,ASTM 05444) 70315 Crushed/Fractured Particles(ASTM 05821.CTM 295) 5 193.00 75042 Lab Tested Maximum Density Hveem,3 Briquettes S 253.00 70317 Direct Shear Test Remolded MdlOr Residual(ASTM D3080) 5 27000 (ASTM D1561,01188 CTM 304,300) 70319 Direct Shear Test Undisturbed-Slow[CD((ASTM D3080) 5 248 00 75057 Hveem StaWbmeter Test,Premixed.3 Briquettes 5 253.00 70321 Direct Shear Test Undisturbed-Fast[CU)(ASTM D3080) 5 215 00 (ASTM 01560.01561.CTM 304,366) 70378 Durability Index Per Method-&B,C,or D(ASTM 03744. S 231 00 75048 Lab Tested Maximum Density Marshall.3 Briquettes 5 24800 CTM 229) (ASTM D6926,02726) 70325 Expansion Index(ASTM 134829,UBC 18-2) S 187 00 75049 Lab Tested Maximum Density Marshall 6"Specimen, 5 253,00 75004 Fine Aggregate Angularity(ASTM C1252,CTM 234, 5 209 00 3 Bnquettes(ASTM 05581,D2726) AASHTO 7304) 75050 lab Tested Maximum Density Superpave Gyratory Compacted 5 94.00 30507 Flat And Elongated Particle(ASTM D4791) S 264 00 Briquette-55D,1 Brquene(ASTM D6925,D2726) 30508 Flat Or Elongated Particle(ASTM D4791) S 231 00 75052 Lab Tested Maximum Density Superpave Gyratory Compacted 5 105.00 70331 Maximum Density Methods A/B/C(ASTM 01557, 5 20900 Briquette,Paraffin 1 Briquette(ASTM D1188,08925) 0698,CTM 216) 75051 Maximum Theoretical Specific Gravity(RICE)(ASTM 02041, 5 187 00 70333 Maximum Density Check Point(ASTM 01557,D698) 5 72 00 CTM 309) 70335 Maximum Density AASHTO C(Modified)(AASHTO T-160) S 215 00 75066 Marshall Stability And Flow,Cored Sample,Each 5 94.W 70336 Maximum Index Density Vibratory Table(ASTM D4253) S 380.00 ASTM D6927) 70337 Mosture Content(ASTM 02216,CTM 226) S 28.00 75069 Marshall Stability And Flow,Premixed.3 Briquettes 5 270 00 70339 Moisture and Density Ring Sample)ASTM D2937) 5 33.00 (ASTM D6926,06927) 70341 Moisture and Density Shelby Tube Sample(ASTM 02937) 5 44.00 75106 Marshall Stability And Flow,Gyratory Compacted Specimen 5 270.00 70340 Moisture-Density Relations Of Sod-Cement Mixtures S 303.00 Pre-Mixed,3 Bnqueoes(ASTM 05581,D6925) Premixed In The Field)ASTM 0558) 75107 Marshall Stability And Flow 6"Speomen,Premixed, 5 270.00 70342 Moisture-Density Relations 01 Soil-Cement Mixtures 5 385 00 3 Briquettes(ASTM D5581) Mired In The Lab(ASTM D558) 75063 Moisture Content)CTM 370) 5 89.00 70328 pH 01 Soils(ASTM D4972) 5 66 00 75005 Wet Track Abrasion Test(ASTM D3910) 5 193.00 70330 Organic Content Of Solis(ASTM D2974,Method A Only) S 94.00 75093 Hveem Mrs Design(Excluding Aggregate Quality Tests) 5 6,127 00 30401 Organic Impurities(ASTM C40,CTM 213) S 99 00 75096 Hveem Mu Design,With RAP(Excluding Aggregate Quality 5 6.655.00 70343 PermeabiMy(ASTM D5084) Quotation Tests,RAP Qualification) 80001 Potential Reactivity Chemical Method(ASTM C289- $ 825 D0 75099 Hveem Mix Designs With Lime(Excluding Aggregate Quality S 10.500 00 Discontinued Method) Tests) 70394 Potential Reactivity Mortar Bar Expansion Method, 5 1.018 00 75094 Hveem Ms Desgn Caltrans Untreated Mer(including 5 7,304.00 1d-Day Exposure(ASTM C1260) Aggregate Duality Tests) 70391 Potential Reactivity Mortar Bar Expansion Method, 5 1 073.00 75095 Hveem Mix Design Callrans Lime Treated Mix(Including $ 8 487.00 28-Day Exposure)ASTM C1260) Aggregate Quality Tests) 70398 Potential Reactivity Concrete Bar Expansion Method 5 3,080 00 75094 Marshall Mu Design(Excluding Aggregate Duality Tests) 5 6.127 00 (ASTM C1293),12 month 75087 Marshall Mix Design With RAP(Excluding Aggregate Quality S 6,655.00 70399 Potential Reactivity Concrete Bar Expansion Method 5 3,410.00 Tests) )ASTM C1293),24 month 75090 Marshall Mix Design With Lime(Excluding Aggregate Quality 5 7,304 00 70397 Potential Reactivity of Aggregate Combination.NonStandard 5 1.210 00 Tests) Method,14-Day Exposure.Mortar(After ASTM C1567) 75083 Open Grade Asphalt Concrete Mix Design(ASTM 137064, 5 3.537 00 70392 Potential Reactivity Of Aggregate Combination,Non-Standard S 1.265.00 CTM 368) Method,28-Day Exposure,Mortar(Alter ASTM C1567) 75109 Superpave Ma Design(Excluding Aggregate Quality Tests) S 12.491 00 70345 R-Value Soil)ASTM 2844.CTM 301) S 484.00 75113 Superpave Mu Desgn,With RAP(Excluding Aggregate 5 13,195 00 70347 R-Value Aggregate Base(ASTM 02844,CTM 301) S 539.00 Quality Tests) 70349 Sand Equivalent(ASTM 02419,CTM 217) S 138.00 75114 Superpave Ma Design With Rubber(Excluding Aggregate 5 13,195 00 70351 Sieve#260 Wash Only(ASTM 01140,CTM 202) 5 99.00 Quality Tests) 70353 Sieve With Hydrometer 3/4`Gravel To Clay(ASTM D422, S 275 0D 75115 Superpave Mo Design With Additives(Excluding Aggregate S 13,55200 07928,CTM 203) Quality Tests) 70355 Steve With Hydrometer Sand To Clay(ASTM D422, S 264 00 75075 Effect Of Moisture On Asphalt Paving Minutes.Pre-Msed S 1.177 00 07928,CTM 203) )ASTM D4867,AASHTO 7283) 70357 Sieve Analysis Including Wash)ASTM C136,CTM 202) S 165.00 75111 Hamburg Wheel Track Test,20.000 Passes,4 Brqueaes S 1,298,00 70359 Sieve Analyse Without Wash(ASTM C136,CTM 202) 5 132.00 )AASHTO T324) 70360 Sieve Analysis Split Sieve(ASTM C136,CTM 202) 5 264.00 75039 Raveling Test 01 Cold Mixed Emulsified Asphalt)ASTM 07196) 5 237.00 70361 Sieve Analysis Without Wash With Cobbles(ASTM C136, S 259.00 75067 Marshall Stability,Wet Set,3 Replicates(AASHTO T245) S 413 00 CTM 202) 75068 Marshall Stability,Dry Set,3 Replicates(AASHTO T245) 5 35200 70363 Soundness Sodium Or Magnesium Sulfate.5 Cycles 5 495.00 75070 Cold Recycled Asphalt Ms Design 2 Gradmgs Each 5 12.375 00 )ASTM C88) 3 Emulsion Content(Cattrans LP-8) 70365 Specific Gravity And Absorption Coarse(ASTM C127, S 110 00 CTM 206) Task 70367 Specific Gravity and Absorption Fine(ASTM C128, S 182 00 Code Mortar And Stucco-PetrograDhic Examination Rate CTM 207) . 80282 Stucco,One-Coat)ASTM C856),Includes The Section), 5 2.475 00 70359 Swell/Settlement Potential One Dimensional)ASTM 04546) 5 165.00 Per Sample 70371 Trieste! Quotation 80286 Stucco,Two-Coat(ASTM C856),Includes Thin Section), S 2,75000 70373 Unconfined Compression(ASTM D2166,CTM 221) 5 209.00 Per Sample 30317 Umt Weight Per Cubic Foot)ASTM C29,CTM 212) S 138.00 80290 Stucco,Three-Coal IASTM C856),Includes Thin Section), S 3,300.00 30319 Voids In Aggregate Wan Known Specific Gravity(ASTM C29, 5 138.00 Per Sample CTM 212) 80294 Mortar(ASTM C1324,Petrographic Examination And Chemical S 3,575 00 30411 Lightweight Particles Coarse.well Two Solutions(ASTM C123) S 550.00 Analysis),Per Sample 30412 Lightweight Particles Fine,with One Solution(ASTM C123) S 275 00 Task Task Code Brick Masonry Tests,ASTM C67 Rate Code Asphalt Concrete Tests Rate 20301 Modulus Of Rupture Flexural $ 121 00 75031 HMA Mixing Arid Preparation S 149.00 20303 Compression Strength S 83.00 75032 HMA Mixing And Preparation Wan Aggregate Treatment 5 209.00 20305 Absorption 5 Hour or 24 Hour S 88.00 75033 Bulk Specific Gravity OI Compacted Sample Or Core SSE) S 66.00 20307 Absorption(Boil)1,2 Dr 5 Hours S 121 00 (ASTM D2726,CTM 308CI 20309 initial Rate Of Absorption $ 77.00 75036 Bulk Specific Gravity 01 Compacted Sample Or Core Paraffin S 94.00 20311 Efflorescence S 94.00 Coated(ASTM 01188 and CT M 308A) 20313 Cores Compression S 991)0 20315 Shear Test On Brick Cores 2 Faces $ 121.00 3 GHD I Cost Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 117 795 '` TWINING Task Task Cede Concrete Block,ASTM C140 Rate Code Metal and Steel Testing,Continued Rand 20321 Compression 5 10500 20619 Hardness Test(ASTMEIB) S 94.00 20323 Absorption/Moisture Content/Oven Dry Density $ 105 00 20630 Bolt Axial Tensile Test(Up To 778"Diameter) $ 77.00 20327 Linear Shrinkage(ASTM C426) $ 303,00 20631 Bolt Wedge Tensile Test(Up To 7/8"Diameter) $ 94.00 20335 Web And Face Shell Measurements 5 61 00 20632 Bolt Axial Tensile Test(Greater Than 7/8'Up To 1"diameter) $ 99.00 20329 Tension Test S 193.00 20633 Bolt Wedge Tensee Test(Greater Than 7/B"Up To 1"Diameter) S 121.00 20331 Core Compression 5 99.00 20634 Bolt Axial Tensile Test(Greater Than 1"Diameter) $ 143,00 20333 Shear Test Of Masonry Cores 2 Faces S 121.00 20635 Bolt Wedge Tensile Test(Greater Than 1"Diameter) $ 154.00 20339 Efflorescence Tests 5 94 0D 20636 Bolt Proof Load Test(Up To 7/B") $ 105.00 20637 Bolt Proof Load Test(Greater Than 7/8"Up To 1"Diameter) $ 127.00 Task 20638 Bolt Proof Load Test(Greater Than 1") $ 149.00 Code Masonry Prisms,ASTM C1314 Rate 20639 Nut Proof Load Test(Up To 7/8") $ 83.00 20341 Compression Test,Composite Masonry Prisms Up To 8"x 16" S 22600 20640 Nut Proof Load Test(Greater Than 7/8"Up To 1"Diameter) $ 105.00 20343 Compression Test,Cornposde Masonry Prtsms>8"x 16" S 303.00 20641 Nut Proof Load Test(Greater Than 1") S 118.00 20346 Prism Cord Modulus of Elasticity S 715,00 20347 Prism Cord Modulus Of Elasticity With Transverse Strain S 781.00 Task (For Double-Wythe Specimen) Code Chemical Testing Q(Metal And Steel Rate 80170 Steel Chemical Analysis Quotation Task 80173 Weight Of Galvanized Coating(ASTM A90) S 99,00 ' Code Mortar And Grout Rate 80176 Epoxy Coating Thickness Si 110 00 20351 Compression 2"x 4"Mortal Cylinders(ASTM C780) S 66.00 80177 Coaling Thickness $ 105 00 20353 Compression 3'x 3"x 6"Grout Prisms,Includes Trimming $ 50.00 (ASTM C1019) Task Machining And Preparation Of Tensile And Bend 20355 Compression 2'Cubes(ASTM C109) 5 66 00 Code Sample:Carbon Steel Rate 20357 Compression Cores Includes Trimming(ASTM C42) 5 99.00 20751 Machinist Initial Preparation From Mock-Up,Etc.(Per Hour) $ 16000 20753 Sawcut To Overall Width(Per 0.5"Thickness Or Fraction $ 7200 Task Thereof) Code Masonry Specimen Preparation Rate 20755 Machine To Test Configuration Milled Specimens $ 105 00 20155 Cutting Ot Cubes Or Prisms 5 99.00 20757 MacIone To Test Configuration Turned Specimens(Per 0.5' 5 187 00 Thickness Or Fraction Thereof) Task 20759 Prepare Subsee Specimens(Per 0.5"Thickness Or Fraction 5 127.00 Code Flreprootin0 Tests Rate Thereof) 20401 Oven Dry Density(ASTM E505) 5 83.00 Task Task Code Chirpy Impact Rate Code Gunite And Shotcrete Tests Rate 20621 Charily Impact Ambient Temperature $ 11600 20361 Core Compression Including Trimming(ASTM G42) S 9900 20623 Charp/Impact Reduced Temperature S 154.00 20365 Compression Cubes(Includes Saw Cubing) S 116 00 Task Task Concrete Roof Fill:Gypsum,Vermiculite.Fertile. Code Machining Of Ctueroy Samples:Carbon Steel Rata Code Lightweight Insulating Concrete,Etc. Rate 20780 Cutting And Mining(Per 0 5"Or Fraction Thereof) $ 105.00 20371 Compression Test(ASTM C495 and C472) 5 83.00 20783 Final Machining To Sample Configuration $ 127.00 20373 AS Dry Densdy(ASTM C472) € 72 00 20379 Oven Dry Density(ASTM G495) S 99.00 Task Code Prestressing Wires And Tendons,1ASTM M161 Rate Task 20701 Stress-Strain Analysis Wire Or Strands(including Chart And $ 281,00 Code Reinforcing Steel.ASTM A615,A705 Rate Percent Offset) 20501 Tensile Test#11 Or Smaller 5 83.00 20703 Tensile Test Only Si 209.00 20503 Bend Test ell Or Smaller S 77 00 20705 Tendons Quotation 20504 Bend Test 3114 Or 818 5 44000 20505 Tensile Test#14 5 330 00 Task 20507 Tensile Test#1B $ 429.00 Code Polymer Matrix Composite Materials lFiberwrap) Rate 20706 Tensile Strength-Set of 5 Specimens/eaictVDirection S 1.54000 Task (ASTM D3039) Code Reinforcing Steel-Welded Or Coupled Specimens Rate 20707 Tensile Strength-Additional Specimens(ASTM D3039) 5 297.00 20521 Tensile Test Welded/Coupled#11 And Smaller 5 94.00 (ASTM D3039) 20523 Tensile Test Welded/Coupled#14 S 319.00 20708 Heating Chamber Time-Per 24 Hr.Period 5 110.00 20525 Tensile Test Welded/Coupled#18 5 45100 20529 Weld Macroetch 5 10500 Teak 20531 Slippage Test-Cantons(CTM 670) $ 2420D Code Calibration Services And Universal Machine Usage Rate 20532 Tensile Test Welded Hoops#11 And Smaller $ 18700 20801 Calibration/Venfrcation Services Quotation 20803 Universal Test Machine Usage(Per Hour) Si 523.00 Task Code Metal and Steel Testing Rate Specialty Testing 20601 Tensile_Strength Up To 100K Pounds(Each) $ 94.00 -Gybe And Fatigue Testing Programs On Special Products/Pars 20603 Termite Strength Up To 200K Pounds(Each) $ 105.00 -Engineering And Technical Supports/Design 01 Prototypes And Special Test Set-Up 20605 Tensile Strength Up To 300K Pounds(Each) 5 132.00 -Fastener/Coupling Full Testing Program Per New Regulations:Tension,Tension/Bend, 20607 Tensile Strength Up To 400K Pounds(Each) $ 193.00 Shear,Double Shear,8 Compressions 20609 Tensile Strength 400K To 600K Pounds(Each) $ 440,00 -FBterglass/Compasee Materials Field Testing Program(ASTM 01143 D1242. 20611 Tensile Strength Stress-Strain Percent Offset $ 275.00 D2594.04065,04476,D4923,07901,07921,and 0732) 20545 Weld Macroetch S 10500 -Field Testing Of Structures And Structural Elements 20547 Weld Fracture $ 55.00 -In-Place Shear Testing 20615 Bend Test $ 86.00 -Materials And/Or Product Evaluation Per Specifications 20617 Flattening Test $ 88.00 -Structural Dynamic Testing And Durability Analysis General Conditions NOTE Field inspection work conditions are established by contract watt Operating Engineers,Local 12 NOTE:A minimum of 24 hours notice is required for testing and inspection services_ NOTE For projects subject to a Project Labor Agreement(PIA).if the terms and conditions of the PLA are more restrictive than those fisted below.PLA terms and conditions wilt apply. NOTE.Rates win be adjusted annually each July 1st to reflect increased costs Administrative Fees All administrative fees,except as noted below,inducing report distribution and Twining Construction Hive system are billed at the following percentage of the monthly Invoice total 4% 4 GHD I Cost Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 118 796 SOP % '`'' TWINING General Conditions,Continued Note that hard copies of reports wit be sent only to governing jurisdictions that mandate them.At other panes will receive reports electronically.The administrative fee above will receive reports electronically.The administrative fee above will be increased by 1%If additional hard copies of reports are requested.Submittal of project specific forms or resumes will be tilted hourly at the Admnistrative Support Rate. Minimum Charges!inspection and Technician Personnel Only-Other Personnel Charged on Portal to Portal Basis) 2-Hour Minimum Inspector arrives at jobsite,no work to perform 4-Hour Minimum'1 to 4 hours of inspection 5-Hour Minimum:Over 4 to 8 hours of inspection Regular Time fAll Types of Inspection and also All Non-Exempt Ernpioyeesi The first 8 hours worked Monday through Friday between 5 00 a and 5:00 pm.except as noted otherwise below. ittir Time and One-Half(All Types of Inspection and also All Non-Exempt Employees) AN shifts*Ube biped based on the time and date of their start.Any increment past 8 hours through 12 hours worked Monday through Friday and the fast 12 hours on Saturday.Time and one-ball wit also be charged for the first tour hours before 5:00 a.m.and abet 5.00 p.m. Double Time(All Types of Inspection and also All Non-Exempt Employees{ All shifts will be billed based on the time and date o1 their start.Ater the kW 12 hours worked Monday through Saturday,all day Sunday,and holidays.After the first four hours worked before 5:00 a m.and after 5:00 p m.Holidays are New Veers Day,President's Day,Memorial Day,Independence Day.Labor Day,Veterans Day.Thanksgiving.the day aver Thanksgiving. Christmas Day,and Local 12 general meeting days(First Saturday in June,First Saturday in December). Meal Period When personnel are required by their duties to work more than five consecutive hours without a one-half hour uninterrupted meal period,one half hour at double time rate wit be charged in addition to any applicable overtime for actual hours worked. Shift Differential(Applies to Regularly Scheduled Shifts Only) A 51.00 per hour shift differential prennum will be charged for all inspection hours that fall outside of the 5:00 a.m.to 5:00 pm time period.Twining will require 48-hour notice along with the General Contractors approved shift better prior to beginning a shift that we include hours falling outside this time period.Should this notice not be provded,all work performed en that shift will be billed at the applicable overtime or double time rate. t three shifts per day are required,the first shift will be billed at the standard rate.The second shift shad be billed in accordance oath the previous paragraph The third shift shag be billed at 8 hours for the first 6 1/2 hours worked and appropriate overtime or double time for all hours thereafter. Travel Time and Mileage For projects outside a 50-mile radius horn the nearest Twining facility,per excess mile to and from the project wain be charged for Inspectors and technicians.Other than small toots, whenever project related equipment Is required to be transported to and from the project site,time and mileage for inspectors and field technicians wrl be billed on a portal to portal basis. For all projects.current IRS mileage rate per mile and applicable travel time will be charged portal to portal for engineers,consultants,supervisors,and laboratory technicians from the laboratory to the project see and return. For work locations located 100 miles or more from Twining,travel time will be charged at the relevant rate for inspectors and technicians In addition to a subsistence allowance as detailed below Weekend Sample Pick-Ups In order to be in strict conformance with testing standards,a may be required that weekend pickups be performed leg.concrete specimens cast on Friday must be picked upon weekend in order to be in conformance wdh ASTM C31 requiring specimens to be moved to their final curing dcatron within 48 hours of casting Applicable charges for weekend work will apply when thrs is required Should these charges not be authorized.Twining will not be Gable for any negative consequences. Reimbursable Expenses Parlang,air fare,car rental,food,lodging and project specific soli arelapplkabons le g.PlanGrid,Procure,etc)will be charged at cost plus 20%per processed invoke,unless provided by client. Protect Specific Documents Costs presented assume that clam!will provide project specific documents(plans,specifications,submittals.RFIs,etc(for all inspection personnel Should project specific documents be provided electronically through a'for lee service,the client vas be responsible for providing access and paying any tees for the service Project Site Facilities Prices quoted assume that initial curing facilities for test samples that comply watt relevant test standards and project requirements are provided by others.In addition,prices quoted assume that worktdesk space for inspection staff are provided by others.Additional costs,provided by quotation,will apply should Twining be required to provide such facilities. Subsistence Subsistence on remote jobs will be charged per quotation. Laboratory Testing Hours and Expedited Testing Please note that laboratory testing will be billed on an hourly basis for non-standard tests It testing is required to be performed on Saturdays,Sundays.holidays,or before 5,30 a.m.or after 4'00 p.m.on weekdays,an additional hourly charge,at the applicable regular,overtime or double time rate,with a mmlmum of one hour wgl be applied for the laboratory technician.For rush testing a 50%surcharge in addition to the regular lest rate will apply. Charges for Subcontracted Services Material seem to outside laboratory for testing' Cost plus 20% Material sent to outside fabricator or machine shop: Cost plus 20% Glu-lam beam inspection Cost plus 20% Other subcontractors' Cost plus 20% Project exclusive equipment purchase. Cost plus 20% Limit of Liability Client agrees to limit Twning's aggregate liability to all entkies for alleged or actual errors and omissions in the performance of its professional services under this agreement to 550,000 00 or the tees actually paid to Twining.whichever amount is greater.Higher lints may be available by quotation. Additional Insurance Coverage Any requirements for additional insurance policies or coverage beyond our normal policies/bmas leg SML coverage)may be provided al an additional lee and will be quoted on a per project requirements basis. Certified Payroll Certified payroll silo be provided,upon request.at an additional charge of 5150.00/month.Fee applies to every month that certified payroll must be submitted regardless of whether or not services were provided fox any given month. 5 GHD I Cost Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 119 797 JP% ''�'IT' TWINING General Conditions,Continued Final Reports Required by Jurisdiction if a final report or affidavit is required,we must first review as inspection and testing reports and clear up any unresolved Issues on these reports.These issues nMl typically require approval by the engineer or architect of record.This process can take several weeks or just a day,depending on the number and complexity of the issues.Cost for final reports will be billed hourly. Terms of Payment Fees charged are for professional and technical services and are due upon presentation,If not paid within 30 days from date of invoice.they are considered past due and the maximum legal finance charge will be added to the unpaid balance In addition,should the dent require that invoices be submitted through a web based or electronic system,the client will be responsible for all costs associated with the use of the system. A 3%fee will be applied for payments processed by credit card, All Invoice errors or necessary corrections shall be brought to the attention of Twining within 15 days of receipt of invoice.Thereafter,customer acknowledges invoices are correct and valid.Twining reserves the right to terminate its services to a customer without notice if at invoices are not current Upon such termination of services,the entire amount accrued for all services performed shall immediately become due and payable.Customer waives any and an claims against Tw innig.its subsefones,affiliates,servants,and agents for termination of work on account of these terms. In the event of any litigation arising from or related to any agreement to provide services whether verbal or*eaten,the prevaikng party shall be entitled to recover from the non-prevailing party all reasonable costs incurred,including staff time,court costs,attorney's fees and all other related expenses in such litigation Additionally,in the event of a nonadjudicafve settlement of Itigation between the parties or a resolution of dispute by arbitration,that same process shall determine the prevailing party. Hold Specimens AII'hold"specimens are charged at the applicable lest rate whether tested or not Specimen Sampling and Disposal Twining samples materials used in construction in accordance with standard practices,methods,codes,and relevant project requirements.Representativeness of sampling and same accuracy of testing are subject to the same probabilistic and precision limitations as governing standards,codes and project technical provisions Should samples be provided by others Twining cannot warrant or guarantee that material is representative of matenai that is or will be used in actual construction of the project Specimens will be discarded after testing unless Twining has been notified prior to testing that the customer wishes to retrieve the specimens or storage arrangements are made.Costs for storage will be by quotation. Oversize Specimens An echo charge yell be made when test specimens requite more than one person to handle because of see or weight Elevated Work Platforms In the event an elevated work platform is required to safely complete our work,the client must provide sale access for Twining personnel for all requited inspection,testing,sampling.etc including a trained and certified operator or qualified inspector as applicable,Twining veil not be responsible for signing waivers associated with providing such access.Should Twining be required to supply an elevated work platform,we veli contract with a qualified vendor and the markups shown above will apply. GHD I Cost Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 120 798 MONTEZ RATE SHEET ■■ 'GROUP DATE 5/28/2025 235 E Broadway,Long Beach,` On-Call Construction Management, Address CA90802 PRO,ECT Materials Testing,and Inspection Services for City of Huntington Beach Certification DBESBE COMPANY GHD CIO Natasha,bhnson Prepared by Benny Yu Rate Valid Until 12/31/2025 Based on CPI byu©montezgroup.com Escalation ill be submitted percalendaryear) Direct Labor Rate (Per Name OH% Profit Billing Rate(Per Hour) HourL Estuardo Ramirez $90 127.21% 10% i $225 Dickson Slim $75 127.21% 10% _$187 Kornai Nagare $70 127.21% 10% $175 f cardoRodri•uez $75 127.21% 10% $187 •Base rate for regular working hours for the project •Overtime hours-Only as approved by the Client- Base Rate x1.5 Note: •Escalation based on CPI will be submitted per calendar year *Subject to the Prevailing Wage per DIR http://vvvvvv.montezgroup.com Y�. GHD ( Cost Proposal I On-Call Construction Management,Materials Testing,and Inspection Services,City of Huntington Beach 121 799 Page 1 of A DJYYYY) ® CERTIFICATE OF LIABILITY INSURANCE li/2i DATE(MMID202s THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT WTW Certificate Center NAME: Willis Towers Watson Northeast, Inc. c/o 26 Century Blvd PHONE .Ei1)• 1-877 945 7378 FAX 1-888-467-2378 __ __ [AIC.Not: E-MAIL P.O, Box 305191 ADDRESS: certificate betwco.com Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Lloyd's Syndicate 0623 (Beasley Furlonge G B0356 INSURED INSURER B: CND Incl. 2055 Niagara Falls Blvd., suite 1 INSURERC: Niagara Falls, NY 14304 INSURERD: INSURER E INSURER F COVERAGES CERTIFICATE NUMBER:W41873648 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TfIE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP TYPE OF INSURANCE LTR iriso WVD POLICY NUMBER (MM/OD/YYYY) (MMIDDIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCEDA S _ RENTED CLAIMS-MADE I OCCUR PRE 1 SESGEO(Ea occurrence) $ MED EXP(Any one person) S PERSONAL 8 ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PET l LOC PRODUCTS-COMP/OPAGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) S ,AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY (Per accident) $ UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE - AGGREGATE S DED RETENTIONS S WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE (� N/A E.L.EACH ACCIDENT S OFFICERIMEMBEREXCLUDED? I I -- (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liability 8080113856P25 12/01/2025 12/01/2026 Each Claim $1,000,000 Aggregate $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may he attached if more space Is required) RE: On-Call Construction Management, Materials Testing, and Inspection Services (2025-0613) (MSA) APPROVED AS TO FORM By: MICHAEL J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATION 1 Y tTF HUNTINGTON BEACI I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach Attn: Director of Public Works AUTHORIZED REPRESENTATIVE 2000 Main Street Huntington Beach, CA 92648 F��p• 1 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD SR ID: 28911257 BATCH: 4217847 vi() k._, Page 1 of 1 0 DATE(MMS3DIYYYY)ACO CERTIFICATE OF LIABILITY INSURANCE 06/27/2025 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 poticy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT WTW Certificate Center NAME: Willis Towers Watson Northeast, Inc. PHONE 1-877-945-7378 INC.No): 1-888-467-2378 c/o 26 Century BlvdE P.O. Box 305191 ADE.DRESS: certificates@wtwco.com Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAICM INSURER A: Allied World Assurance Company US Inc 19489 INSURED INSURERS: Zurich American Insurance Company 16535 GHD Inc. 4747 N. 22nd Street, Suite 200 INSURER C: Beazisy Insurance Company Inc 37540 Phoenix, AZ 85016 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:W39535279 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD Wvo POLICY NUMBER (MMIDDIYWY) (MM/DP/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE $ 1,000,000 —DAMAGE TO RENTED CLAIMS-MADE X 1 OCCUR PREMISES(Ea occurrence)._1__ , $ A MED EXP(Any one person) $ 50,000 0310-4497 • 12/01/2024 12/01/2025 PERSONAL&AM/INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER' GENERAL AGGREGATE S 2,000,000 POLICY l X I PRO- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 JECT OTHER. AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED BAP 3757423-09 07/01/2024 07/01/2025 BODILY INJURY(Per accident) S AUTOS ONLY AUTOS -- ---- X HIRED X NON-OWNEDn� PROPERTY DAMAGE $ X �Ati1n'II -40C v Camp013ea:L5250 (Per acddentl I` Hired Physical Damag,$ 100,000.00 UMBRELLALIAB OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE S DED RETENTIONS $ WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY STATUTE OTH- ER _.. B ANYPROPRIETORIPARTNERIEXECUTIVE +YlN E.LEACHACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? NIA WC 0380936-09 07/01/2024 07/01/2025 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes.describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C 'Professional Liability V29594240601 12/01/2024 12/01/2025 Each Claim: $1,000,000 Aggregate: $2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may he attached[(more space Is required) On-Call General Engineering Consulting. APPROVED AS TO FOR By: MICHAEL J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATIONCITN OF HUNTINGTON BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CityAUTHORIZEDREPRESENTATIVE of Huntington Beach 2000 Main Street L, Huntington Beach, CA 92648 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 27998601 BATCH: 4022521 Switzer, Donna From: Switzer, Donna Sent: Thursday, December 4, 2025 7:04 PM To: jess.caballero@ghd.com'; 'steve.briggs@ghd.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 GHD, Inc. PSC.pdf Hello, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and GHD Inc. for On-Call Construction Management, Materials Testing and Inspections Services, approved by the Huntington Beach City Council on November 18,2025. Sincerely, Donna Switzer, CMC Senior Deputy City Clerk ,• Office of the City Clerk E 11 Office:(714)374-1649 Donna.SwitzerC(surfcity-hb.org 2000 Main Street,Huntington Beach,CA 92648 1 // . . S I N �. Professional Service N.) ........c * o ,,,.0. rn •,,0 1,,,, Contracts for On-Call ;• -- _ _ _ \ .' \ Construction Management, ________________— _-:---7_____ R - �- MaterialsTesting, and __- - lik �� ! /t J-. i 41s , _ � _ y, - . 1 lnoectuon Services ______ . _____„. _ . Department of Public Works (1.0110.04110,,,,„.0,4, , ,,,,. - . `` November 18 , 2025 e - • ~``� Iv . -,. - • • Ak... , • - - = 1 �* J • ►4b- SUPPLEMENTAL •sss ewOuNTN C r. COMMUNICATION r/ 11/18/25 •fir / Meetin Date: Agenda Item No. 21 (25-881) BACKGROU N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services. The RFQ covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFQ Selection. ifirl.T4r...41'1.N.7.641:41-10'.. nn • ..ram .rf .6 "i "•. °UNT`( t\>slif „ 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. +�0 \NTINGT Niiii..i 4$ C, ta��RPOR7iE`•.„Iy �<<A lk U. • V `•isai.is•` \ 1 CQJNTY `Y1le 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. di Q( .•„to,vOR.4 �,-E <5) t. =OUNT'{ ��f<< e may' • Questions ? s * 1 .. ,.,,,,,,,,,.,,,, ,, ,.r.,,, .. , ..„ .. .. .4,..,...., .,* . ,,.. , , i , ., ,i.,*,,,i,:4,,:,...L.,.....'It,-4-4' '' '. `i,', , ggam as ar v ' s s ?I» iiii":4101F.'• ' ••", •000-7.4-,..— ,......w. ...4-..‘,,,i,,,,--;:_.,,,,,,:,-.1..... ,..;„ -.., ..,,,,;,:„„aimp,,,,,,tussimil ..:,..- . . ,. . . .... .,.-.... , - . i.-4`,"". ..„„„,4„iiiiig„:4,,E,„,,,,Leitiitaip,RNI01,14011 yam: 1 -,,,,,,,......,. //' \ -11 I N G T Professional Services \1/40\ •••• pRP OR •••• Contracts for On -Call •' \�c ATF4 •\Q \ Construction Management, - yi, •% "7 Materials Testing , and 2__:24(11,-=_____, -,-. __ _ ) v%, 1s N Inspection Services _--_-,_-__-, . _____ _ _ _ _ _ __ . _ . --_-- - - - __ -- ; Department of Public Works �'- �'�% v November 18, 2025 4 •• 17 190% ..• 0 C0UNTNti •,e• / BAC KG RO U 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. , _.... . • , -. , ...,Afori.T.T.N.7.6.....,,,,,,70 4 ii 40- ,,4 ,, ; - , j ^- • / N ri /i#1;0A•• �t it ,, li. -17;RIB �• t Z t II ` ,.0c,pRPORqr.f'�•••r .. { _ .:; 1p ••Fa _-_ _ .. h �+ ,% A,A. . .,'. f 1 � RU NTY C \-'/ 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. ;t r ie. • .,_ -r'll, ,�j I -- ,0 • , t / , " _ ii,w ;I 4r T `� ,:: • 4 f. ; A a. ti may,* i�� �g ��#.', •�► ., /4.- ANT I N G TO .. '� i a ti. - / �� Ir_ ` Hitt Q` •,.•\NjOftPORgTF�y�6) s. . r Wiltiell',I ra'b.. \ O • VFC°UNT`I CPS\ 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 Citydoes not guarantee anyamount of work to awarded vendors as these services are . +i*\NT I NGT 1� ('� n "as-need" /11 0` o\ ----RArF�'\.v-\\� an basis. o . : ..;Z 4'. -- , , il .i } � i.II f•il � .` r rr. '4 1 1 i ..P }r i. 1 -_ • k '• . _/1,0- .1. I 4 y .�trr y x f ; • ,y�' . .� j ' le-' I 6.1- : au i 1 . '_....- - , . •a ;1"t - _ r..1"-.,..g-..'-'-,.y--l0.i,,0,,.'/i,.."'4'-1..i..,:...'t•('1„''::"?.r-.- ^ ti f `,4 " ,' - :3 per"--41':`; 1 } l`•r .. ..7}`. 1.1:1 YT ,(t:''.. EI1 'ci L'`,r; ` . is "-�y_ *- [ .^ • i� 1 p•c.' —U • d�1, -' �z: t; y '1 °,4, • �� x �'� l F ::- !E'4.•- 1 + t 1Jk1'.c�' lYc - • (111) C%11• O