Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
GMU Engineers and Geologists, Inc. - 2025-11-18
r��NT�NgT� 2000 Main Street, RIV1��.47 �� i Huntington Beach,CA 4"1064 City of Huntington Beach 92648 o � : APPROVED 7-0 l bsrie► l����UNT4 CP���✓y� File #: 25-881 MEETING DATE: 11/18/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Joseph Pinel, Capital Projects Administrator Subject: Approve and authorize execution of Professional Services Contracts for On-Call Construction Management, Materials Testing and Inspection Services with Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc. Harris & Associates, Inc.; and PSOMAS Statement of Issue: The Public Works Department requires professional construction management, materials testing, and inspection services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services and recommends awarding on-call general engineering consulting services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for construction management, materials testing and inspection services. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: A)Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Accenture Infrastructure and Capital Projects, LLC. for On-Call Construction Management and Inspection Services; and = B)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Ardurra Group, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and City of Huntington Beach Page 1 of 4 Printed on 11/12/2025 powered by LegistarT' 391 File #: 25-881 MEETING DATE: 11/18/2025 ' C)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Berg & Associates, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and D)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Certerra RMA Group for On-Call Construction Management, Materials Testing and Inspection Services; and E)Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Dudek for On-Call Construction Management and Inspection Services; and F)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and GHD Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and 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 .44 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 LegistarTM 392 File #: 25-881 MEETING DATE: 11/18/2025 In response to an expanded CIP budget-from $35 million to $63 million-the City anticipates the need for an increased number of on-call contracts to meet the additional workload and project complexity over the next three years. Such large projects and developments include multiple lift stations, water wells, arterial street rehabilitations, bridge rehabilitations, traffic signal and lighting projects, facility rehabilitation, and park projects. In addition to CIP construction management and inspection services the contracts are used to provide inspection duties for the Development Section. These duties include inspection services for utility permits and larger development projects that are covered by developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Qualifications (RFQ) on June 13, 2025, inviting firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFQ encompassed a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed the procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers, and complied with the federal Brooks Act and California Senate Bill 419. The City received twenty-seven (27) proposals in response. A three-member evaluation panel- comprised of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The Public Works Department consistently attracts highly qualified firms for such RFQs, resulting in a robust and competitive selection process. Based on evaluation results, staff recommend awarding nine (9) on-call contracts to firms to continue service to existing projects. The nine firms listed would reduce any potential interruption of construction services. Additionally, nine (9) other qualified firms shall be considered for further approval and will be recommended in a subsequent council meeting. Recommended Firms The current recommended firms are: Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc.; Harris & Associates, Inc.; and PSOMAS. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-material basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant City of Huntington Beach Page 3 of 4 Printed on 11/12/2025 powered by LegistarT' 393 File #: 25-881 MEETING DATE: 11/18/2025 task orders include Heil Pump Station, Admiralty Bridge, Humboldt Pump Station, Traffic Signal Installations, Sunset Beach Sewer, to name a few. Projects upcoming that will use construction management and inspection include Humboldt Bridge, McFadden Lift Station, Davenport Lift Station, Water Well projects, Street Overlays/Rehabilitation, Downtown Street Lighting, Traffic Signals, and include inspection support for Development permitting. On-call contracts will be activated only when project demands exceed available City staff capacity. Each contract will be established with a three-year term and a not-to-exceed amount, with no guarantee of work. All expenditures under these agreements remain subject to City Council approval through the annual budget process. Environmental Status: Not Applicable. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Copy of Request for Qualifications (RFQ) 2. Accenture Contract Summary 3. Professional Services Contract with Accenture Infrastructure and Capital Projects, LLC. 4. Ardurra Group Contract Summary 5. Professional Services Contract with Ardurra Group, Inc. 6. Berg & Associates Contract Summary 7. Professional Services Contract with Berg & Associates, Inc. 8. Certerra RMA Group Contract Summary 9. Professional Services Contract with Certerra RMA Group 10.Dudek Contract Summary 11.Professional Services Contract with Dudek 12.GHD Inc. Contract Summary 13.Professional Services Contract with GHD Inc. 14.GMU Contract Summary 15.Professional Services Contract with GMU Engineers and Geologists 16.Harris and Associates Contract Summary 17.Professional Services Contract with Harris & Associates, Inc. 18.PSOMAS Contract Summary 19.Professional Services Contract with PSOMAS 20.Power Point Presentation City of Huntington Beach Page 4 of 4 Printed on 11/12/2025 powered by LegistarTM 394 ��ssr yid" NT1NGio "'Ark k ` 4"#0*Ni rAn;4:`ik0 of .... 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 funds 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 fmal payment due prime contractor. • •Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks)during construction, including equipment, labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out,require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated,installed or completed. 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced,or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project.Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site, number and names of workers with hours on site,work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion. Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10. During the course of construction,maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements,reporting, and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon&State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates,benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a final report to the City upon completion of each project summarizing any identified discrepancies and resolutions to those discrepancies affecting the project. 9. Defend certified payroll audits if conducted by controlling agency. E. Construction Materials Testing 1. The consultant shall be responsible for all the tests as required by the Caltrans Standard Specifications and the Project Special Provisions. 2. The consultant shall perform the materials testing services in accordance with the City's approved Quality Assurance Program (QAP) (See Appendix E), California Department of Transportation, Construction Manual, Chapters 3, "Control of Materials" and Chapter 6, "Sample Types and Frequencies."The consultant shall provide for initial"Samples and Tests" on materials proposed for use in the project. The firm shall provide for "Acceptance Tests" on materials that will be incorporated into the work. Sampling should begin as soon as material is delivered or in place. Sampling shall continue as work progresses. 3. The consultant shall conduct all testing in a Caltrans Certified Laboratory, or equivalent. All sampling and testing shall be done by personnel and laboratory with the appropriate accreditation for the testing and sampling designated to perform. Proof of the appropriate accreditation shall be submitted for approval by the City. 4. Provide a qualified technician as necessary to conduct density tests as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall 'be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit.a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15.Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four(24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17" sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants'Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max. and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter.(Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form (See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel,sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish(months&years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code (CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches,and solutions to similar projects that would be undertaken by the City, and detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CEP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major projects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year,locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.cfm b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview,if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Firm Qualifications -Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. Staffmg - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal;and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points)., After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. https://cros3.revize.com/revize/huntingtonbeachca/DocumentsBusiness/Licenses%20Pennits%20& %20CodeB usiness%20Licens e/FORMS/S tandard-Business-License-Application%202024.p df K. Interview -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. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. 8. GENERAL REQUIREMENTS Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful consultant must furnish • the City with the Certificates of Insurance proving coverage as specified in Appendix C. The consultant is encouraged to contact its insurance carriers during the qualifications submittal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. Standard Form of Agreement The consultant will enter into an agreement with the City based upon the contents of the RFP and the consultant's response. The City's standard form of agreement is included. The consultant shall carefully review the agreement, especially the indemnity and insurance provisions, as the standard form of agreement will not be changed, and must be accepted as is. Assuming the consultant is agreeable with no exceptions, a statement to that effect shall be included in the qualifications submittal. Disclaimer This RFP does not commit the City to either issue an RFP, award a contract,or to pay any costs incurred in the preparation of the RFP response. The City reserves the right to extend the due date for the RFP, accept or reject any or'all proposals submittals received as a result of this request, negotiate with any qualified consultant or cancel this RFP in part or in its entirety without penalty. Assigned Representatives The City will assign a responsible representative to administer the contract and to assist the consultant in obtaining information. The consultant shall also assign a responsible representative (project manager) and an alternate,who shall be identified in the RFP response. The consultant's representative will remain in responsible charge of the consultants 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. 1 IEXHIBIT A I Pre-Qualification Form • • PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES :;t;ee'^. ,sp:�a�.z+: ,•}c< S:xew �:.u. . w-ri "+i-.Y? srrrG::;,,n: .Xwr<`sar^.'�;;.:,a;kt•• v»��.,b,'=.;^. �%, `7. ^`;�'.> .Yg',..c�C�::,'9l, ,1„}N.....; '; .'C•.rY'•; i%:, �;✓ f'i?i'i-'r.•-: .GSl. r'f T•`:' 4� {pip ' `. F.r< °'.f ..¢<:! !' • 'qx1:� .:v-'e. '"+!`v ..a+ y.'Yi'•?',:�:�. `°`•'^ ;r•� ^„:K•.,:�! ,a 's, �x+-';.y�:' ;/_+• e,�: :,.a<Y,,.:,�••• :- FYk.^:4. ,�++1.+£.b4''•a bw> ,,.r.;.rs; .. + .y>x?' i'y3.. ::ti"''+-•w,�..4 :ia.�`�t'.;: 3� �Y<:;^.�.,,...e+•;F5 s r F,:;.:.,:;° ��! ..&,.>'�" ,+^+�,:.;s::+ .,:. i; `� '- �r'h=e' e: !'�• ::: a>d„ l.Yxa.�'' :0.�:�'r.,.-.r' .��Y', .l(/,:�a, a e 6 r, •.3. 0 4 r; .t;,., :5�:,.. . 1.e„ 5. ,,b .�.�`!:.:o,.`/�•{y 1(1 „l ,,.'..`ar•cK;,,6,g;�b<�„x .,_;;�!�'ry.y s5'' 3',�,...^ .... A. Construction Management Yes/No (Initial) Consultant is willing to execute the Agreement as drafted(See Appendix B). (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Firm Address: Signature: Date: I APPENDIX A Vendor Application Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: NEW CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax:. Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Is your business: (check one) NON PROFIT CORPORATION FOR PROFIT CORPORATION Is your business: (check one) ❑CORPORATION ❑LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION Names& Titles of Corporate Board Members (Also list Names & Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: APPENDIX B Agreement as Drafted Exhibit B — Draft Contract PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY,"and , a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE agree/surfnet/professional svcs mayor 5/19-204082 Time is of the essence of this Agreement. The services of CONSULTANT are to commence on , 20 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Dollars ($ ). 5. EXTRA WORK In the event CITY requires additional 'services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or agree/surfnet/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/surfnet/professional svcs mayor 5/19-204082 CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2)years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid • for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. • 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate agree/surfnet/professional svcs mayor 5/19-204082 from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY,become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all agree/surfiret/professionalsvcs 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/surtheNprofessional 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/surf iet/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/surfaet/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/PresidentNice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney agree/surfnet/professional svcs mayor 5/19-204082 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANTS' DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT "B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. • 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld.Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT "B" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. • 2. Delivery of work product: A copy of every memorandum, letter, report, calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit"A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR Table of Contents 1 Scope of Services 1 2 City Staff Assistance 2 3 Term; Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans,Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices .7 17 Consent 8 18 Modification 8 19 Section Headings 8 • 20 Interpretation of this Agreement 8 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attomey's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 APPENDIX C City's Insurance Requirements CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City Council Resolution No.2008-63 requires submittal ofcertificates ofinsurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating ofno less than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions or similarforms ofcoverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City ofHuntington Beach. NOTE:Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor:T " e. . MinimumInsuranceRequirements:. YP. 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 , sotN�GpF RCA Contract __: Z-1 Agreement Summary '�_evit ::.�P�.��;,�' RUNTY 1i GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT November 18, 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT(S) In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pinel CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $1,000,000 3-years VENDOR NAME+TYPE OF SERVICE GMU Engineers and Geologist will serve as an on-call professional specializing in construction materials testing. This specialized field will perform soil analysis, compressive strength tests, concrete mix design review, and various reporting for lasting construction projects. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Materials Testing). 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 services for various projects and disciplines. SCOPE OF WORK On-call materials testing for various CIP funded projects. Scope of work is clearly defined and negotiated in each individual project/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. IEB CITY OF HUNTINGTON BEACH 801 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND GMU ENGINEERS AND GEOLOGISTS FOR ON-CALL CONSTRUCTION MATERIALS TESTING 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, GMU ENGINEERS AND GEOLOGISTS hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call Construction Materials Testing 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 Roger Schlierkamp who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/392190 1 of 12 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on N vig 2025 (the "Commencement Date"). This Agreement shall automaticallyterminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed One Million Dollars(1,000,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/392190 2 of 12 compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY,,its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall 25-17168/392190 3 of 12 apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 25-17168/392190 4 of 12 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above- mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification 25-17168/392190 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. 25-17168/392190 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 fullycomplete. Anytermination of this p 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. 25-17168/392190 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 GMU Engineers and Geologists ATTN: Director of Public Works ATTN: Roger Schlierkamp 2000 Main Street 30336 Esperanza Huntington Beach, CA 92648 Rancho Santa Margarita, CA 92686 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. 25-17168/392190 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 25-17168/392190 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 teens 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. 25-17168/392190 10 of 12 • 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 25-17168/392190 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, GMU ENGINEERS AND GEOLOGISTS a municipal corporation of the State of California By: ` �^ /� C,�4 Manager A,On. 'ram/Dr print mane INITIATED D P ZOV�D: ITS: (circle one)Chairman/PresidentNice President 'i j AND Director of Public Works By: // ' ' APPROVED AS TO FORM: it�cet.G� 41p5017 print name // Ft"( G��� ITS: (circle one)Secre cial Officer/Asst. -City Attorney Secretary Treasurer/ Date ttr j:V Zo VS— RECEIVE AND FILE: City 114-antAKNe' lerk Date /4425 25-17168/392190 12 of 12 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide on-call Construction Materials Testing Services B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: • EXHIBIT A EXHIBIT A 4. `, g V 11 V ENGINEERS&GEOLOGISTS •. #„ •.• .. ' 4 E +♦ *a '4 r ` r AA { i * . , )t.`ati2 4. 2 iii 1 • IP .. . illit•OA. •r HUNTINCTON BEACII r a tow,�Y t, ' , • ! a fU� h1� • ( 4 d T s ip.. ./ ' / I' ,i� j . . fill ` ,. > '• s «a + Fsc• aiv � r .. ~:' y,�, Y pug• > • ^T � 1 yiF .. . e y , ,.,, „..• •• 2. Tr. iv I .. , \ • ,( � , .� ;- rsr 4 l • .R Z WC'(y,,� �y, ..1 udiglt'a WR 4 t ;,. •.. iff_ Ma's.- $ d " r ♦ u - '...- s- Vt-,'4 • rt4 - 1,a'W, ." ;.0 ..r �}. ,?i. Y. :4-+ -.r t t {-a•"r X y , . kL . $yU e ,h, ! ti. ,�,ii.. �+' (ryyt 1✓ ��4 .f • vl- tY' d ' X t. �n '�1^ � �' -�4x 'k �I T .1 � 'k t� ��lip. .Y CIF v g ,1, City of Huntington Beach , ... � _,r . ' , ,zt _ 0, On-Call Construction Materials Testing Services Proposal 4* - .; June 13, 2025 Submitted bV: GMU Engineers and Geologists 30336 Esperanza 949-888-6513 GMU Proposal No. 25-144-00 ejlekAtii Vriu June 13, 2025 GMU Proposal 25-144-00 City of Huntington Beach Public Works Department Via PlanetBids Subject: Proposal for On-Call Construction Materials Testing Services Dear Public Works Department: Established in 1967, GMU Engineers and Geologists (GMU) has provided construction materials testing and pavement /geotechnical engineering services for nearly 60 years. Since 2022, we have proudly supported the City of Huntington Beach (City) with on-call consultant services. This longstanding experience enables us to efficiently and effectively deliver the scope of work described within the request for proposal. GMU's staff includes experienced registered professionals and engineering technicians specializing in construction materials testing and geotechnical/pavement engineering. Our 45-person staff includes 9 licensed Professional and Geotechnical Engineers and 5 Certified Engineering Geologists. Principal Pavement Engineer Roger Schlierkamp specializes in providing construction materials testing and pavement design services to public agencies. GMU's engineering technicians and registered special inspectors have an average of 15 to 20 years of experience and hold multiple certifications from ACI, ICC, Caltrans, and the County of Orange. GMU's in-house testing laboratory is approved by the California Department of Transportation (Caltrans), the County of Orange, AMRL, DSA, and other public agencies. GMU has reviewed and considered clarifications contained within Q & A No. 1. 0,0,50 years Geotechnical•Pavement•Structural•Civil 30336 Esperanza,Rancho Santa Margarita,CA 92688 I 0 949.888.6513 I www.GMUgeo.com 816 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach V iV Please do not hesitate to call if you have any questions. Respectfully submitted, I am au orized to bin .rr-to the terms of this proposal. .s szwEssr Michael Moscrop, M.Sc., PE, GE � A10- President it GE 2540 Principal Engineer mmoscrop@gmugeo.com sT 601Fctir‘ o Q- 9lF of cA\_\°\- ' Of ESsr Ro r c lierkamp, .Sc , PE /.63/ 04pHiscVi PresidentPrincipal Pavement Engineer 1 rschlierkamp@gmugeo.com * * crvn "OF cAUF°' sOAL Ge0 Lisa L. Bates, PG, CEG, QSD/QSP o���SP� aAT(�o Director of Municipal Geotechnical and �, Engineering Services * + `� CERTI EF1 D `� Associate Geologist * ENGINEERING g GEOLOGIST \Q lbates@gmugeo.com FoF CA1-\ ° GMU is located at 30336 Esperanza, Rancho Santa Margarita, California, 92688, and our office phone number is 949-888-6513. June 13, 2025 2 GMU Project 25-144-00 817 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach GAL; TABLE OF CONTENTS COVER LETTER 1 TABLE OF CONTENTS 3 VENDOR APPLICATION FORM 4 PRE-QUALIFICATION FORM 5 SERVICE CATEGORY FIRM 6 QUALIFICATIONS 6 PREFERRED STAFFING 17 UNDERSTANDING AND METHODOLOGY SECTION 20 COST PROPOSAL 26 APPENDIX A — Resumes APPENDIX B - Select Certifications June 13, 2025 3 GMU Project 25-144-00 818 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: NEW NCURRENT VENDOR Legal Contractual Name of Corporation: _ GMU Engineers and Geologists Contact Person for Agreement: _ Michael Moscrop, President Corporate Mailing Address: _ 30336 Esperanza City, State and Zip Code: Rancho Santa Margarita, CA 92688 E-Mail Address: - mmoscrop@gmugeo.com _ Phone: 949-888-6513 Fax: 949-888-1380 Contact Person for Proposals: Roger Schlierkamp Title: Vice President/ E-Mail Address: rschlierkamp@gmugeo.com Principal Pavement Engineer Business Telephone: _ 949-888-6513 Business Fax:. 949-888-1380 Is your business: (check one) ❑NON PROFIT CORPORATION DIFOR PROFIT CORPORATION • Is your business: (check one) NCORPORATION ELIMITED LIABILITY PARTNERSHIP uINDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION 819 Names& Titles of Corporate Board Members (Also list Names& Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Aron Taylor,M.Sc., PG, CEG CEO, Senior Principal 949-888-6513 Mike Moscrop, M.Sc., PE, GE President, Senior Principal_-949-888-6513 Roger Schlierkamp, M.Sc., PE Vice President, Principal 949-888-6513 _ Greg Silver,M.Sc., PE, GE Senior Principal, CEO 949-888-6513 Emeritus Federal Tax Identification Number: 33-0359134 City of Huntington Beach Business License Number: T A314329 (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: _ September 30, 2025 820 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?Y/N (circle) A. Construction Management Yes/No Construction Materials Testing Yes nitial)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: _ GMU Engineers and Geologists Firm Address: 30336 Esperanza,Rancho Santa Margarita,CA 92688 — Signature: 6 Date: June 13,2025 71 i I i U 821 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach ,: `- V1 IV SERVICE CATEGORY FIRM QUALIFICATIONS SERVICE CATEGORY — CONSTRUCTION MATERIALS TESTING GMU is pleased to propose continued on-call services to the City of Huntington Beach per the requirements and the scope of work described in the REP. We have a clear understanding of the City's needs and objectives based on our review of the RFP as well as our experience working on past City of Huntington Beach projects. We are well- acquainted with the nature of the work and the level of effort required to successfully support the City. We propose to provide services for the Section B Construction Materials Testing (and Section B.1 Technical Testing Requirements) category. In addition, we have included geotechnical and pavement engineering services to offer broader engineering support beyond materials testing alone. The following sections summarize our capabilities, highlight GMU's unique strengths, and explain how our services can benefit the City. PAVEMENT ENGINEERING While pavement and geotechnical engineering are often conflated, they involve fundamentally different material behaviors and performance considerations. At GMU, we treat them as distinct sub-disciplines of civil engineering, each requiring its own specialized expertise to ensure accurate analysis and effective design. Recognizing the unique technical demands of pavement engineering and testing, GMU established a dedicated Pavement Engineering division in 2005. Since, then, it has grown into the largest in-house pavement engineering team under one roof in Southern California. Our team of specialists provides focused, advanced solutions in pavement engineering and materials testing, delivering comprehensive services that include: • Preparing pavement management plans. • Performing non-destructive pavement evaluation testing, including in-house falling weight deflectometer (FWD) and ground-penetrating radar (GPR) testing for pavement evaluation projects. June 13, 2025 6 GMU Project 25-144-00 822 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach GAL," • Pavement-materials laboratory testing in our in-house Caltrans-certified pavement and soils laboratory. Pavement laboratory tests performed in-house by GMU include asphalt concrete mix designs for asphalt producers and quality control/quality assurance testing during construction, • Preparation of pavement rehabilitation plans and specifications for pavement- focused projects. • Pavement bid solicitation, construction management advisory, and pavement- construction materials observation and testing services. GEOTECHNICAL ENGINEERING GMU has nearly 60 years of experience providing geotechnical investigation and design services for both public and private sector clients. We have supported a wide range of capital improvement projects for municipalities, including civic centers, community buildings, parks, bridges, roadways, retaining walls (including segmental systems), utilities, slope grading and repair, and emergency response services such as landslide evaluation, repair design, and construction oversight. Our depth of experience and technical expertise make us well-qualified to deliver responsive and effective geotechnical solutions. • Geotechnical Engineering and Engineering Geology - 5 Registered Geotechnical Engineers and 4 Certified Engineering Geologists with experience ranging from Master Planned Communities to landslides to bridges and Public Works structures to roadways to high-rise structures. • Structural Engineering for Retaining Structures and Shoring - Structural and geo-structural designs for conventional retaining walls, soil nail walls, soldier pile walls, and MSE walls. • Soils and Materials Laboratory - Certified by the County of Orange, Caltrans, AMRL, DSA. • Forensic Engineering and Expert Witness Consultation - 35+ year history of providing forensic engineering and expert witness consultations. June 13, 2025 7 GMU Project 25-144-00 823 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach V1i1u • Geotechnical Instrumentation - 35+ year history with monitoring hillside land movement. CONSTRUCTION MATERIALS TESTING, AND SPECIAL INSPECTION GMU maintains a dedicated team of public works acceptance-testing (AT) technicians specializing in soils/geotechnical, pavement, and plant inspection services. Our certified technicians, inspectors, and laboratory personnel are highly experienced and fully equipped to perform the tasks outlined in the RFP's scope of work, in accordance with Caltrans procedures, the City's requirements, and the applicable Quality Assurance Program (QAP). Select certifications are attached to this proposal as Appendix B. Our construction materials testing laboratory is certified by Caltrans, County of Orange, and AMRL. Construction materials that we routinely test and/or inspect include: Table of Construction Materials • Soil • Epoxies • Concrete • Metal • Masonry • Steel reinforcement • Aggregates • Welds • Asphalt mixtures and asphalt plant • Coring of asphalt inspection By deploying multi-certified technicians, qualified in geotechnical, pavement, and special inspection, we streamline field operations, often reducing the number of personnel needed on-site, which in turn helps lower overall project costs. Our cross-disciplined technicians/inspectors are certified by Caltrans, AMRL, ACI, and ACI. Our geotechnical observation and testing capabilities include: - • - if. I . - I . -. 1 . a • - '10 • Grading observation • Roadway subgrade testing • Compaction testing • Trench backfill testing • Fill moisture control • Undesirable subgrade soil • Subdrain placement mitigation • Removal observations June 13, 2025 8 GMU Project 25-144-00 824 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach .- l 3 Our pavement observation and testing capabilities, conducted by Caltrans-certified technicians, include: . - Il - a 6 • - - •• I - • - .a • • Subgrade and aggregate base • In-place density of hot-mix asphalt, material compaction base, and subgrade using a • Hot-mix asphalt placement and nuclear gauge compaction • Pavement coring and testing • In-place density of hot-mix asphalt, • Equipment working order base, and subgrade using a verification nuclear gauge • Joint construction • Pavement coring and testing • Equipment calibrations, including • Cement/emulsion content scales • Mixing temperatures and time • Batch or drum plant inspection and • Mix uniformity and adequate testing: mixing a Sand equivalent • Aggregate storage conditions a Crushed particles • Segregation a Fine aggregate specific • Aggregate and asphalt binder gravity and absorption temperatures a LA rattler • Continuous feeding of aggregates a Fine aggregate angularity and proper aggregate feeder gate operation Our special inspection capabilities, conducted by ICC-certified inspectors, include: Special Inspection • Concrete • Post-tensioned concrete • Reinforcing steel and embedded • Masonry items • Drilled-in anchors • Structural steel erection welding • Fireproofing • High strength bolting • Non-shrink grout GENERAL INFORMATION ABOUT GMU GMU is a certified Small Business Enterprise (SBE) incorporated in the State of California with nearly 60 years of experience servicing Southern California. Formerly known as Goffman, McCormick & Urban, Inc., GMU has provided on-call services to municipalities for over 25 years and is recognized for its responsiveness, innovation, accuracy, and efficient service. Our consistent performance helps reduce costs, streamline coordination, June 13, 2025 9 GMU Project 25-144-00 825 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach > z and lower risk for our clients, earning us long-standing relationships with cities, counties, public agencies, and private developers. GMU has received recognition from ASCE, CELSOC, and CalGeo for engineering excellence and client service. We bring extensive experience in the design and construction support of a comprehensive range of public works projects, including streetscapes, community parks, large-scale civic centers, and other infrastructure improvements. Additionally, we have provided geotechnical peer review services for various agencies for over 25 years. Our depth of project experience and proven history of responsive on-call support make GMU a strong candidate to continue serving the City's needs. REFERENCES — PROJECT EXAMPLES AND KEY PERSONNEL Below is a selection of notable public agency projects completed in the past 7 years that are similar to the RFP's Scope of Services. Key personnel referenced in the projects below are discussed in more detail in the Preferred Staffing section of this proposal. Resumes for key personnel are attached in Appendix A of this proposal. City of Huntington Beach Role: Prime Service: Pavement Evaluation and Design Recommendations Services Contact: Mr. Joe Fuentes, Senior Civil Engineer 2000 Main Street, Huntington Beach, CA 92648 jfuentes@surfcity-hb.org; 714-536-5431 Project Name: Hamilton Avenue (Newland Street to Magnolia Street), Heil Avenue (Goldenwest Street to Gothard Street), and Bolsa Avenue (Graham Street to Edwards Street), FY 22-23 Arterial Rehabilitation, CC- 1702 Project, Dates: September 2022 to June 2023 (design phase) November 2024 to present (FDR mix design phase) Key Personnel: Roger Schlierkamp June 13, 2025 10 GMU Project 25-144-00 826 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach ' :IV 6 VII Services Performed: GMU provided pavement evaluation services for 3 arterial street segments in Huntington Beach, California, in 2023. The project included Hamilton Avenue, Heil Avenue, and Bolsa Avenue. GMU conducted pavement corings, deflection testing with a Falling-Weight Deflectometer (FWD), and laboratory testing to develop cost-effective rehabilitation design recommendations. Deflection data identified weak pavement areas and informed overlay thickness design. Currently, GMU is developing the FOR mix design for Bolsa Avenue as the next project phase. Special Problems or Difficulties: The pavements evaluated in this project were in "poor" to "very poor" condition, with significant pumping subgrade issues posing a challenge. Given the city's limited budget, we implemented an innovative and cost- effective design approach by recommending full-depth reclamation with cement treatment (FOR-C). City of Garden Grove Role: Prime Service: Geotechnical and Pavement Observation and Testing Services Contact: Mr. Mark Uphus, Senior Civil Engineer 11222 Acacia Parkway, Garden Grove, CA 92840 marku©ggcity.org; 714-741-5191 Project Name: 2024 Arterial Streets Rehabilitation Project CP-1376000 Dates: October 2024 to Summer of 2025 Key Personnel: Roger Schlierkamp Services Performed: Geotechnical Services and Pavement Observation and Testing Services for seven (7) arterial street segments, including observation, testing, and materials testing for subgrade, aggregate base, cement stabilized pulverized base, asphalt concrete, and Portland cement concrete. June 13, 2025 11 GMU Project 25-144-00 827 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach "' �.71IV Special Problems or Difficulties: During our compaction testing, we have encountered instances where test results revealed inconsistencies with expected standards. In such cases, we promptly coordinated with the contractor to communicate the discrepancies, ensuring they could address the issue in real time. This collaborative approach allowed the contractor to make necessary adjustments, such as modifying compaction methods or materials, minimizing delays, and verifying compliance with project specifications. By maintaining clear communication and a proactive stance, we resolved potential issues efficiently and upheld the quality standards of the project. City of Chino Hills Role: Prime Service: Pavement Management System (PMS) Update Contact: Mr. Carl Hassel — Engineering Manager 14000 City Center Drive, Chino Hills, California 91709 chassel©chinohills.org; (909) 364-2817 Project Name: City-Wide Pavement Management System Update Dates: 2021 Key Personnel: Roger Schlierkamp Services Performed: GMU worked on the 2021 Pavement Management System (PMS) update for the City of Chino Hills. The last PMS update was performed in 2005 and has not been updated since then. For this project, GMU performed a major update to the inventory and re-established the city's overall pavement management program, consisting of 193 centerline miles of streets. GMU performed the following: • Pavement distress survey following ASTM D6433 • Quality Control on the data collected • Analysis of various funding scenarios (PCI under current funding level, maintain PCI scenario, and improve PCI scenario) • Recommending a pavement management software for the City's pavement management system • Training City staff on using MicroPAVER software June 13, 2025 12 GMU Project 25-144-00 828 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach . City of Irvine Role: Prime Service: Geotechnical Observation, Testing, and Inspection; Special Inspection, and Materials Testing Services Contact: Mr. Stacy DeLong, Senior Project Manager 6427 Oak Canyon, Irvine, CA 92618 SDeLong@cityofirvine.org; (949) 473-1237 Project Name: Bommer Canyon Community Park Cattle Camp Rehabiliation (CIP 371801) Dates: 2021 to 2023 Key Personnel: Lisa Bates Services Performed: Geotechnical Observation, Testing, and Inspection Services during demolition, grading, foundation excavations, backfills, paving, and construction of the park renovation improvements. Special Inspection Services were provided for footings, foundations, slabs, shade canopies, and other miscellaneous structures. These inspections consisted of reinforced concrete and masonry. Materials Testing Services were provided for all materials testing needed on the project, ranging from soil maximum density testing to concrete, grout, and mortar compression strength testing. City of Laguna Niguel Role: Special Geotechnical Consultant to City Public Works Service: Geotechnical Engineering and Monitoring Services Contact: Ms. Kathy Kelley, PE, TE, Engineering Services Manager 30111 Crown Valley Parkway, Laguna Niguel, CA 92677 kkelley@cityoflagunaniguel.org; 949-362-4341 Project Name: La Paz Road Distress; La Paz Road Traffic Realignment Dates: 1998 to current Key Personnel: Lisa Bates June 13, 2025 13 GMU Project 25-144-00 829 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach 1V= d i Services Performed: GM U's role in this project is unique, as we have provided on-call geotechnical services to the City of Laguna Niguel since the mid-1990s. In the late 1990s, distress to a portion of La Paz Road, adjacent to a County Regional Park, was observed. GMU provided monitoring services at that time, including visual observation and installation and monitoring of slope inclinometers and crack-meters. Due to distress to the roadway from fill settlement, GMU performed a geotechnical investigation and prepared an emergency repair design consisting of installation of multiple caissons to protect the roadway from the movement of the slope below within the park. Since that time, GMU has periodically provided monitoring services and repair recommendations to mitigate ongoing movement of the slope supporting the southbound lanes of the road. In 2019, an active landslide was identified within the park that is undermining the road. GMU began to provide monitoring services, including slope inclinometers and visual observation by a Certified Engineering Geologist, as well as peer review of a geotechnical design report for stabilization of the landslide by Moulton Niguel Water District. The stabilization consists of installation of two rows of tiebacks, horizontal drains, and grading to mitigate the movement of the slope. We provided geotechnical observation and testing for the recent traffic realignment project that re-established bidirectional traffic flow while avoiding the distressed portion of the road. GMU is continuing to monitor the site to evaluate whether the stabilization has arrested the movement and distress to the roadway. Later this year, it is anticipated that we will be able to provide value engineering to the City to significantly reduce the scope of the long-term repair of the road. THE GMU DIFFERENCE — UNIQUE APPROACHES OR STRENGTHS GMU distinguishes itself from other geotechnical firms through a unique combination of specialized expertise, innovative problem-solving, and strong commitment to client service. Our reputation is built on rapid response times, clear communication, and high- quality deliverables that address even the most complex project challenges. Unlike traditional geotechnical firms, GMU includes a dedicated Pavement Engineering Division, enabling seamless collaboration between geotechnical and pavement specialists. This integrated approach allows us to provide comprehensive, cost-effective solutions with June 13, 2025 14 GMU Project 25-144-00 830 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach G�-n.M v greater efficiency and consistency for our clients. We excel at value engineering and creative thinking, particularly on projects that require unconventional or adaptive approaches. By combining technical excellence with a client-focused mindset, GMU consistently delivers responsive, practical, and innovative results tailored to each project's specific needs. GMU's Strengths in Providing Caltrans-Certified Field Engineering Technicians and Laboratory Testing: • Certified Laboratory and Experienced Field Staff: GMU's Caltrans-certified pavement- and materials-certified laboratory provides prompt, reliable testing services to support pavement design and construction observation and testing projects. Our field and plant Engineering Technicians have an average of 15 to 20 years of experience in compaction testing, sampling, and inspections, offering the City practical and hands-on expertise to navigate complex construction projects. • Proven Cost Control and Invoicing Accuracy: GMU has a strong track record of delivering services on time and within budget. This success is driven by our company-wide commitment to proactive communication and transparency, enabling us to manage costs effectively and deliver timely, accurate invoices. GMU's Strengths in Providing Pavement Engineering Services: • Comprehensive In-House Pavement Engineering Department: GMU's dedicated Pavement Engineering team supports the City through all phases of Public Works pavement projects, from pavement management planning (network- level) to project-specific evaluations and construction-phase materials testing. • Integrated and Cost-Effective Services: With all pavement engineering and testing services provided in-house, GMU offers a highly efficient and cost-effective approach. Our team brings a unique ability to view projects from multiple perspectives, ensuring that recommendations are not only technically sound but also practical, implementable, and aligned with public agency budgets. June 13, 2025 15 GMU Project 25-144-00 831 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach GMU's Strengths in Providing Geotechnical Services: • Extensive Municipal Experience: GMU has provided on-call geotechnical services for numerous Cities for over 25 years, giving us in-depth knowledge and experience of municipal project workflows and how best to support City Staff throughout the project life cycle. • Diverse Technical Expertise: Our team brings a broad range of specialized technical skills, enabling us to effectively deliver a wide variety of geotechnical services tailored to the unique needs of each project. • Collaborative and Responsive Team: GMU's staff operates as a cohesive, well- coordinated team, prioritizing clear communication and collaboration. This approach allows for cost-effective solutions to be developed, proactive communication, and timely deliverables. PREFERRED STAFFING ORGANIZATIONAL CHART The organizational chart on the following page provides additional information on GMU's supporting staff. Resumes for key personnel listed below are attached as Appendix B. Resumes for supporting personnel can be provided upon request. June 13, 2025 16 GMU Project 25-144-00 832 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach PRIMARY POINT OF CONTACT Pavement Engineering Roger Schlierkamp, MSc, PE Geotechnical Engineering Vice President Michael Moscrop, MSc, PE, GE Principal Pavement Engineer President Principal Engineer Engineering Geology/Project Management Amina Mannan, PhD, PE Lisa Bates, PG,CEG Senior Pavement Engineer Director of Municipal Geotechnical and Engineering Services Associate Geologist Michel Et Selaaaty, MSc, EIT Senior Staff Pavement Engineer Mahmoud Khadern, MSc, EAT f 1 Licensed Professional Staff, Staff Pavement Engineer including Engineers and Geologists Rasheed Bi1.al, BSc Staff Pavement Engineer Caltrans Certified Laboratory Caltrans-Certified Geotechnical Engineering Technicians and Special Inspectors June 13,2025 17 GMU Project 25-144-00 833 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach n ,p. PROJECT TEAM The primary point of contact will be Roger Schlierkamp, MSc, PE, GMU's Vice President and Principal Pavement Engineer. Roger has over 15 years of diversified pavement engineering experience. For this contract, Roger will be the primary point of contact for construction material testing and pavement engineering services, including pavement evaluations, design, observation, testing, inspection, and mix design development. Roger has provided pavement engineering services for Caltrans, Orange County, Los Angeles County, numerous local municipalities, and more. Amina Mannan, Ph.D., brings 13 years of expertise in pavement engineering and 5 years in geotechnical engineering. She holds a Ph.D. and a Master's Degree in Pavement and Materials Engineering, earned from the University of New Mexico, Albuquerque, and the University of Akron, Ohio, respectively. Amina boasts a robust academic background and has contributed significantly to her field with over 40 publications in journals and conferences. Her professional services span a wide range of projects, offering specialized expertise in pavement and geotechnical engineering. In pavement engineering, Amina excels in pavement condition assessment, material testing, pavement evaluation/design, pavement condition index, specification development, and mix design projects. Furthermore, her geotechnical engineering experience encompasses site investigation, geotechnical analysis and design, foundation design, slope stability analysis, construction monitoring, and risk assessment. Amina is a licensed civil engineer in the State of Texas. The Geotechnical Engineer providing Geotechnical Engineering will be Mike Moscrop, M.Sc., PE, GE, President and Principal Engineer. Mike has a Master's Degree in Civil Engineering from California State University, Long Beach, and has been employed at GMU for over 20 years. Mike has 37 years of experience working in geotechnical engineering consulting on a wide variety of projects with a diverse base of public and private clients. Mike has extensive experience in forensic engineering, pavement engineering, landslide and slope stability evaluations, investigations and repairs, debris and mudflows, commercial, industrial and retail development, transportation projects June 13, 2025 18 GMU Project 25-144-00 834 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach GAL; �` V including major roadways and bridges, residential development, geotechnical instrumentation, harbor and marine projects, groundwater studies, water infrastructure projects, etc. Mike also oversees our materials laboratory, providing general oversight, guidance, and QA/QC for the wide variety of testing we provide. Mike is former President of CalGeo and has published several peer reviewed papers. Lisa Bates, PG, CEG, QSD, QSP, is GMU's Director of Municipal Geotechnical and Engineering Services and Associate Geologist. and has over 15 years of diversified pavement engineering experience. Lisa has a Bachelor's Degree in Geological Sciences from the University of California, Santa Barbara, and has been employed at GMU for over 25 years. Lisa currently fulfills this role for City capital improvement projects and all Community Development services, as well as other agencies' projects. Lisa has provided engineering geology services to the City of Chino Hills for Public Works projects and has been the key contact for geotechnical review services to the City for the past 19 years. Lisa's responsibilities for this work will include managing and providing engineering geologic services for improvement projects, overseeing and providing geologic peer review services, and responding to any other City needs. UNDERSTANDING AND METHODOLOGY SECTION GMU's understanding of the Scope of Work and the City's objectives to be accomplished is demonstrated below. In addition, we have included descriptions of our innovative approaches to projects and solutions to typical City projects. CONSTRUCTION MATERIALS TESTING AND SPECIAL INSPECTION PROJECTS Prior to construction or paving, GMU will attend a pre-construction or pre-pave meeting with the City and Contractor where topics such as scheduling, coordination, laboratory testing requirements, expectations, contact persons, and specifications are discussed collaboratively. Pavement-related submittals, such as asphalt concrete or Portland cement concrete mix designs, are reviewed and recommended for approval or resubmittal. June 13, 2025 19 GMU Project 25-144-00 835 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach G� �u During construction, GMU will deploy Caltrans-certified field engineering technicians to provide quality assurance observation and acceptance testing services. In the field, technicians will perform compaction testing and observations related to the materials being constructed (e.g., asphalt concrete temperatures, lift thicknesses, etc.). Our technicians will also collect material samples, perform plant inspections (as needed), and verify that the work performed and materials used satisfy the project's plans and specifications from a materials testing and observation standpoint. The field engineering technicians will document the results of inspection and testing services for each project. Daily inspection reports will be prepared that summarize the tests and observations. GMU has provided quality assurance observation and testing services on federally funded projects. These projects typically require testing and inspection services to be provided in accordance with the Caltrans Local Assistance Procedures Manual and Quality Assurance Program. GMU possesses experience with these types of detail-oriented projects and can provide these services efficiently and cost-effectively. GMU typically requires 48 hours' notice when requesting a technician for field observation or testing services. Laboratory testing turnaround times vary depending on the test(s) being performed but typically range between 1 to 3 business days for construction quality- assurance laboratory tests (maximum density, etc.). The material collected in the field or plant is returned to GMU's County of Orange, Caltrans, AMRL, and AASHTO-certified laboratory. Laboratory testing will be performed to test the various construction materials for specification compliance purposes. Typical laboratory tests performed during construction include the following: • Asphalt binder content (% AC) • Sand Equivalent • Hveem Stability (S-Value) • Wet Track Abrasion Test • Gradation (after-burn or prior to mixing) • Moisture content • Maximum-density and optimum moisture • Emulsion content content (ASTM and Caltrans) • R-value • Core density • More • Concrete Compressive Strength June 13,2025 20 GMU Project 25-144-00 836 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach G� t to o GMU's current on-call geotechnical services to the City meet the requirements of the City's Quality Assurance Program, and our services to be provided per this proposal will continue to meet these requirements. PAVEMENT ENGINEERING PROJECTS For pavement evaluation projects, an outline of our typical work plan is summarized below: Task 1 — Document Review, Pavement Surface Condition Assessment, and Dig Alert Coordination A document review of existing as-built drawings and previous geotechnical/pavement reports will be performed. The information gathered from this review will be considered in the analysis and development of pavement repair recommendations (i.e., existing pavement section thicknesses, date of last pavement improvement work, etc.). GMU will perform a pavement surface condition assessment to identify the type, extent, and severity levels of the pavement distress in general accordance with ASTM D 6433. Pavement coring locations will be marked in coordination with the City, and DigAlert (Underground Service Alert) will be notified to assess potential conflict with known underground utilities before performing pavement corings. Task 2 — Field Exploration GMU will obtain a no-fee encroachment permit from the City for the proposed field exploration. Pavement corings will be performed to a maximum depth of approximately 4 feet below the top of the existing asphalt surface using an electric-powered core drill. Sampling and digging below the AC section will be performed using hand tools. The thickness of the existing asphalt concrete (AC) and aggregate base (AB), where encountered, will be recorded. Other information, such as the presence of McAdams base rock, aggregate base type, presence of paving fabric, and groundwater table, will be recorded if encountered. Bulk samples of the subgrade soil will be collected, and at select locations, June 13, 2025 21 GMU Project 25-144-00 837 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach GAL; drive samples will be collected at the top approximate foot or so of the subgrade to gather in-place density and moisture information. Upon completion of the sampling, the core hole will be backfilled with soil cuttings or other suitable backfill materials and capped with asphalt concrete cold patch. Traffic control will consist of single-lane closures performed in accordance with the WATCH Manual. Task 3 — Laboratory Testing Laboratory testing will be conducted in our AASHTO and Caltrans-certified laboratory on the samples collected from the field investigation program. Depending on the pavement conditions, laboratory tests may include: • R-value; • Sieve No. 200 wash for soil classification; • Atterberg limits for soil classification; • Sulfate content; • Expansion index; • Maximum density and optimum moisture content; and • In-place moisture/density. Task 4 — Deflection Testing and Analysis Non-destructive pavement deflection testing will be performed using GMU's in-house falling weight deflectometer in accordance with California Test 356. Deflection testing involves applying an impact load (simulating truck traffic) and measuring the corresponding deflection response. Generally, lower deflection readings indicate a stronger pavement section, whereas higher deflection measurements indicate a weaker pavement section. Deflection testing can also identify weak areas that visual surface inspection may not. The data gathered from the deflection tests will be analyzed. Measured deflection readings will be compared to "tolerable" deflections to assess structural adequacy. Variables such as in-place AC pavement thickness and design traffic index are factored June 13, 2025 22 GMU Project 25-144-00 838 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach VI"� IV 6 1 into the analysis to determine the required mill-and-overlay thickness to improve structurally inadequate pavement sections to a structurally adequate condition. Moving closure traffic control, consisting of a traffic control truck and an arrow board following the deflection testing operation, typically accompanies the deflection testing vehicle. Task 5 — Ground Penetrating Radar Testing To reduce the number of days of pavement corings, traffic control, and associated costs, GMU offers GPR testing. GPR testing allows significantly more data to be gathered, compared to performing corings alone while also reducing the overall cost of our field exploration program. GMU will perform non-destructive ground-penetrating radar (GPR) testing and analysis to obtain continuous subsurface information. GPR data will capture details such as the presence and thickness of asphalt concrete and underlying aggregate base. This continuous measurement of pavement layer thickness reduces the number of cores needed. GPR testing involves emitting a series of radar waves into the pavement structure using the GSSI RoadScan 30 system. This system includes a GSSI SIR-30 radar control unit, data acquisition system, electronic wheel-mounted distance measuring instrument (DMI), GPS, and antennas of various frequencies. We propose using a 2 GHz "air horn" antenna positioned 18 inches above the ground surface, capable of scanning to a depth of approximately 1.5 to 2 feet, depending on material types. GPR testing will be conducted at traffic speeds, allowing for the collection of several miles of data in a single day. RADAN7 software will be used to analyze the GPR data collected. The dielectric constant of each pavement structural layer will be evaluated to interpret layer types and thicknesses. The depths to the bottom of each pavement layer will be calculated based on the two-way travel time of the GPR signal and the amplitude of the reflected energy. GPR data will be calibrated by comparing computed depths to "ground-truth" coring data. June 13, 2025 23 GMU Project 25-144-00 839 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach VI�" s IV Task 6 — Pavement Engineering Analysis Pavement engineering analysis will be performed in accordance with the Caltrans Highway Design Manual. Caltrans AC design methodology considers the relationship between the traffic index (TI), subgrade soil strength (through R-value testing), and the gravel factors of the various pavement layers, allowing us to estimate the required pavement thicknesses. We will utilize the Ti provided by the Project Civil Engineer or the City for the requested design life. Task 7 — Identification of Isolated AC Repair Locations GMU will identify isolated AC repair locations. This task involves visually assessing each street segment to identify areas recommended for isolated AC repairs (e.g., areas showing depressions, medium- or high-severity alligator cracking, and/or areas that recorded high deflection). The locations will be marked on a map and provided to the civil design firm in CAD format to incorporate into the street improvement plans. Task 8 — Pavement Evaluation and Improvement Recommendations Report A report summarizing our findings, conclusions, and recommendations will be prepared. The final report will include: • Site location map; • Coring location map; • Summary of information gathered from the document review; • Select photographs of the pavement surface condition; • A table summarizingcoringlocations andpavement coringinformation (asphalt ( p concrete thickness, aggregate base thickness, subgrade soil type, etc.); • Laboratory testing results; • Falling Weight Deflectometer; • Isolated AC pavement (AC patch) repair map, if part of the recommended pavement repair strategy; • Conclusions regarding potential causes of pavement deterioration; and June 13, 2025 24 GMU Project 25-144-00 840 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach G , L J • Pavement improvement recommendations to achieve the requested design life. GMU will typically provide two (2) pavement improvement recommendations to provide options for the City. GMU possesses extensive experience in developing cost-effective pavement repair alternatives, including the following: • Localized AC repairs (patches) followed by mill-and-overlay repair using conventional AC or rubberized AC pavement. • Cold in-place (CIR) or cold central plant recycled (CCPR) asphalt concrete (AC) pavement. • Cement stabilized pulverized base (CSPB) as part of the pavement structural section. • Cement- or lime-stabilized soils (CSS or LSB) for subgrade stabilization and/or as part of the pavement structural section. • Fiber-reinforced asphalt concrete (FRAC) to improve reflective cracking resistance and/or reduce required AC thickness. • Rubberized hot-mix asphalt (RHMA or ARHM overlays). • Geogrid/geotextiles to reduce required aggregate base thickness or to stabilize subgrade conditions. The procedures described in Tasks 1 through 8, and our experience in design and construction of these strategies, allow us to recommend cost-effective alternative pavement repair strategies. The final report will be signed and stamped by a California registered Civil Engineer specializing in Pavement Engineering. GEOTECHN1CAL ENGINEERING PROJECTS For geotechnical engineering projects, our work plan depends on the complexity and specific type of project. Overall, GMU's approach to any project is to assemble a project team of personnel with strengths specific to the project's needs. More specifically, our approach to a typical geotechnical investigation/design project is summarized as follows: June 13, 2025 25 GMU Project 25-144-00 841 On-Call Construction Materials Testing Services Proposal, City of Huntington Beach VI�. IV Task 1 — Background Document Review — review of available geotechnical and geologic reports and publications. Task 2 — Field Exploration (if required) — Includes site reconnaissance, surface mapping, and subsurface exploration as needed to obtain geotechnical data pertinent to the site. Task 3 — Laboratory Testing Laboratory testing will be conducted in our AASHTO and Caltrans certified laboratory on the samples collected from the field investigation program. Task 4—Geotechnical Engineering Analysis Geotechnical engineering analysis is performed using the data collected and previously available data to provide geotechnical constraints, mitigation measures, and design parameters for the proposed project Task 5 —Geotechnical Engineering and Geology Report and Design Support GMU will prepare a summary report of our investigation results, including exploration logs, laboratory testing results, seismicity, and design parameters for the project design team. A California-licensed Geotechnical Engineer and Certified Engineering Geologist will sign the report. COST PROPOSAL As required by the City in the RFP, Section 5.E, GMU's hourly rate schedule for all services and products will be submitted as a separate attachment and uploaded to Planetbids as a Cost File. June 13, 2025 26 GMU Project 25-144-00 842 Appendix A Resumes "Evil, 843 ROGER W. SCHLIERKAMP MSC PE PAVEMENT Vice President, Principal Pavement Engineer ENGINEERING PROFESSION Roger Schlierkamp leads GMU's comprehensive range of Civil Engineer pavement engineering services, including pavement evaluations/designs, PS&E development, construction REGISTRATION management, observation and testing, mix design Registered Civil Engineer C81529 development, and pavement management planning. His full- State of California circle knowledge allows him to develop innovative,practical, and cost-effective solutions for pavement challenges. EDUCATION He shares his experience and knowledge in both workshop M.S. Civil Engineering and classroom settings, having previously taught (Pavement/Materials Engineering), "Construction Materials and Testing" at Santiago Canyon University of Nevada, Reno College. His active role in the Greenbook Committee also B.S. Civil Engineering underscores his influence in shaping pavement construction University of Nevada, Reno specifications embraced by numerous agencies and projects across Southern California. PROFESSIONAL EXPERIENCE GMU Geotechnical,Inc. Roger possesses over 15 years of experience in pavement (2014—Present) engineering and is a California-licensed civil engineer. A Vice President,Principal Pavement summary of his areas of expertise includes: Engineer,Rancho Santa Margarita, • Pavement engineering evaluation,structural analysis, California rehabilitation design • Pavement management planning(PMP) Twining, Inc. • Pavement construction management advisory (2011 —2014) • Pavement plans, specifications, and estimates Pavement Engineer • Non-destructive testing, including falling-weight Long Beach,California deflectometer(FWD)testing&ground-penetrating radar (GPR)testing University of Nevada,Reno • Pavement smoothness testing (2009—2011) Graduate Researcher, Pavement/ • Pavement mix designs, including hot-mix asphalt(HMA), Materials rubberized hot-mix asphalt(RHMA),warm-mix asphalt Reno,Nevada (WMA) following Marshall,Hveem, and Superpave design methods,soil-stabilization,and cold recycled PROFESSIONAL AFFILIATIONS asphalt • Pavement preservation strategies,including fog seals, • California Asphalt Pavement slurry seals,scrub seals,micro-surfacing seals, and chip Association(CalAPA) seals • ASCE Orange County- • Pavement rehabilitation strategies,such as rubberized Engineers without Borders pavement overlays, cold recycling, full-depth reclamation, • American Society of Civil cement/lime base,and subgrade stabilization Engineer(ASCE) • In-depth knowledge of various pavement construction • AGC specifications,including Caltrans, Greenbook,Airport, • American Public Works and Ports. Association(APWA) • Quality control/assurance laboratory testing expertise, • Santiago Canyon College— including Hveem Stability,Hamburg Wheel Track, Part Time Instruction Moisture Susceptibility, Maximum Density, Wet Track (Construction Materials) Abrasion, and more. 30336 Esperanza,Rancho Santa Margarita,CA 92688 I ph:949.888.6513 I fax:949.888.1380 I web: www.gmugeo.com 844 Select Pavement Evaluation and Design Projects Annual Street Resurfacing Projects,City of San Fernando,2020-2025 Main Street from E 2286 Street to E Lomita Boulevard,City of Carson, CA,September 2024 Brookhurst Street from Ball Road to La Palma Avenue,City of Anaheim,CA,August 2024 South Serrano Ave from Nohl Ranch Road to South Weir Canyon Road Pavement Evaluation Project,City of Anaheim,CA,May 2023 Harbor Boulevard from Lincoln Avenue to North Street, City of Anaheim,CA,July 2024 Eastern Avenue from Huntington Drive to Valley Boulevard,City of Los Angeles,CA,December 2023 Camino Capistrano, City of San Juan Capistrano, CA 2016-2023 Hamilton Ave., Heil Ave., and Bolsa Ave. Pavement Evaluation Projects, City of Huntington Beach,CA,June 2023 Irvine Center Dr.,Trabuco Rd., Irvine Blvd.,Walnut Ave., MacArthur Blvd,and Sand Canyon Ave. Pavement Evaluation Projects,City of Irvine, CA,2022-23 Select Quality Assurance Testing and Observation Projects 2024 Arterial Rehabilitation Project, City of Huntington Beach, 2024: Cement-Stabilized Pulverized Base and asphalt concrete paving. Antonio Gateway Improvements Project,2025,City of Rancho Santa Margarita,CA,2025 Annual Citywide Street Resurfacing—FY 21-22& FY 22-23 Projects, City of Stanton, CA, May 2022 to July 2024 Select Pavement Management Plan (PMP) Projects City of Hermosa Beach,2024 Citywide Pavement Management Plan Update City of San Fernando,2024 Citywide Pavement Management Plan Update City of Newport Beach, Citywide Pavement Management Plan Updates for 2023, 2025, 2027 OCTA Measure M2 Funding City of Chino Hills,CA,2021 Citywide Pavement Management Plan Updates,2021 Roger W. Schlierkamp 2 845 Amina Mannan, Ph.D., P.E. UMW PAVEMENT Senior Engineer,Pavement & Geotechnical Engineering ENGINEERING PROFESSION Amina is a highly experienced senior pavement and Civil Engineer geotechnical engineer with 14 years of experience in pavement engineering and 5 years of experience in REGISTRATION geotechnical engineering projects. Her expertise includes Registered Civil Engineer,State of Texas pavement condition assessment, material testing, pavement evaluation/design, pavement condition index, EDUCATION specification development, and mix design development Ph.D. Civil Engineering projects. In addition, she has experience in geotechnical (Pavement/Materials Engineering), engineering, such as site investigation, geotechnical University of New Mexico,Albuquerque analysis and design, foundation design, slope stability M.S. Civil Engineering analysis, construction monitoring, and risk assessment. (Pavement/Materials Engineering), Amina has had the privilege of collaborating with state University of Akron,Akron,OH and local agencies, private sector clients, and civil B.S. Civil Engineering engineering firms,and has previously worked with several Bangladesh University of Engineering and state agencies (e.g., NMDOT, FDOT, and TxDOT) on Technology,Dhaka Bangladesh pavement and geotechnical projects. Her unique proficiency in both pavement and geotechnical PROFESSIONAL EXPERIENCE engineering enables her to provide her clients with high- GMU Geotechnical,Inc. quality,cost-effective, and reliable solutions. —Present) Engineer • Advanced Non-Destructive Testing: Proficiency in Senior Rancho Santa Margarita,California utilizing non-destructive testing methodologies such as Falling Weight Deflectometer(FWD), Ground Penetrating Arias&Associates,Inc. Radar(GPR), Laser Crack Measurement System (LCMS), (2018—2023) and Profiler, for comprehensive pavement condition Senior Pavement&Geotechnical Engineer assessments. San Antonio,Texas • Pavement Evaluation and Design: Demonstrated expertise in employing various design methos, including Caltrans, Greenbook, AASHTO'93, FAA,AASHTOWare Applied Research Associates Inc. Pavement ME for the evaluation and design of pavements. (Feb 2018—Sept 2018) • Pavement Management Plans (PMP): Experience in Pavement Condition Consultant for FDOT formulating PMP using the Pavement Condition Index Gainesville,Florida (PCI),budget analysis and Maintenance and Rehabilitation (M&R)planning using PAVER. University of New Mexico • Asphalt Mix Designs: Proficiency in designing asphalt (2012—2017) mixes, encompassing hot-mix asphalt (HMA) and warm- Graduate Researcher,Pavement/Materials mix asphalt(WMA)with and without RAP,in accordance Albuquerque,New Mexico with Superpave mix design method. • Geotechnical Data and Design Recommendations: University of Akron Expertise in providing geotechnical data and design (2010—2012) recommendations for utilities,retaining walls, and bridges Graduate Researcher, Pavement/Materials based on the in-situ lab testing of soil and rock. Akron,Ohio • AC Laboratory Testing:Experience in laboratory testing, including Dynamic Modulus Test, Low-Temperature PUBLICATIONS Cracking Test, Beam Fatigue Test, Hamburg Wheel Author of over 40 journal and conference Tracking (HWT) Test, Moisture Induced Sensitivity Test (MIST),and more. publications in pavement materials and • Asphalt Binder Testing: Experience in binder testing, engineering including Dynamic Shear Rheometer (DSR), Dynamic Mechanical Analyzer(DMA),Bending Beam Rheometers (BBR),Rotational Viscometer(RV),and more. 30336 Esperanza,Rancho Santa Margarita,CA 92688 I ph:330.622.0916 I fax:949.888.1380 I web:www.gmugeo.com 846 Select Pavement Management Plan (PMP) Projects City of Newport Beach, Citywide Pavement Management Plan Updates for 2023, 2025, 2027: Managed the on-going, citywide pavement management plan study consisting of 205 centerline miles of streets to comply with OCTA Measure M2 funding requirements. City of Laguna Niguel, CA, 2024 Citywide Pavement Management Plan Updates, 2020 to 2024: Pavement condition index (PCI) assessment of all city-maintained streets consisting of a total of approximately 141.5 centerline miles of streets and budget scenario analysis to help optimize the City's pavement maintenance and rehabilitation schedule and budget(approximately$2M per year typically). City of Hermosa Beach, 2024 Citywide Pavement Management Plan Update: Managed the City's pavement management plan study consisting of 48 centerline miles of streets to comply with Los Angeles County Transportation Authority(METRO)pavement management requirements. Select Pavement Evaluation and Design Projects—Local Municipalities and Agencies Harbor Boulevard from Lincoln Avenue to North Street, Pavement Evaluation Project, City of Anaheim, CA, July 2024: Pavement design engineer overseeing the evaluation of the segments located in the City of Anaheim, including pavement surface condition assessment, corings, laboratory testing, analysis,and development of pavement rehabilitation recommendations. Brookhurst Street from Ball Road to La Palma Avenue, Pavement Evaluation Project, City of Anaheim, CA, September 2024: Pavement design engineer overseeing the evaluation of the segments located in the City of Anaheim, including pavement surface condition assessment, corings, laboratory testing, analysis,and development of pavement rehabilitation recommendations. 2020"Phase II" Citywide Pavement Evaluation Project,City of Aliso Viejo,CA,ongoing: Pavement design engineer overseeing pavement condition assessments, corings, laboratory testing, analysis, and pavement repair recommendations of arterial and residential street segments. Annual Residential Slurry Seal FY 2024-25 Project, City of Dana Point, CA, ongoing: Pavement design engineer performing and overseeing the pavement evaluation of various residential streets, including corings, ground-penetrating radar(GPR)testing,Falling Weight Deflectometer(FWD)testing, laboratory testing,and analysis. Seal Beach Boulevard from Westminster Boulevard to N Gate Road,City of Seal Beach,CA,March 2024: Performed pavement evaluation to develop rehabilitation repair recommendations for Seal Beach Boulevard. Select Quality Assurance Testing and Observation Projects Phase 3 Annual Street Resurfacing Project, City of San Fernando, CA, Ongoing: Construction management(CM)and quality assurance(QA)testing services. 2024 Asphalt Repairs and Asphalt Overlays of Various Streets,City of Mission Viejo,CA,Ongoing: Quality control and asphalt concrete observation and testing. Cityside Fiber Micro-Trench Asphalt Restoration, City of Mission Viejo, CA, Ongoing: Quality control, field density testing, and asphalt concrete observation and testing. Amina Mannan 2 847 MICHAEL B. MOSCROP, M.SC., PE, RGE Vice President urriaip Principal Geotechnical Engineer PROFESSION Mike has 36 years of experience in a wide variety of Geotechnical Engineer geotechnical engineering projects. His experience includes working with residential, commercial, and industrial REGISTRATIONS developers, water districts and public agencies. Mike also Registered Civil Engineer, provides geotechnical review services for the County of State of California Orange and various Cities. He has served as an expert witness in regard to a variety of geotechnical issues over the last 15+ Registered Geotechnical Engineer, years. Mike's responsibilities also include overseeing GMU's State of California state-of-the-art, in-house, geotechnical laboratory. He has worked successfully on the following types of projects: EDUCATION M.S. Civil Engineering, • Soil Cement Design and Testing Geotechnical Engineering,California State University,Long Beach. • Transportation Projects(Major Roadways and Bridges) • Commercial,Industrial, and Retail Projects B.Sc.Honors,Geography,Dept.of Geographical Sciences, • Master-Planned Communities Huddersfield University, • Residential and Custom Lot Projects England. Thesis: "Peat Erosion and Reservoir Sedimentation in the • Landslide/Slope Stability Investigations&Slope Repairs Southern Pennines, England." • Dredging Studies PROFESSIONAL • Harbor and Marine Projects AFFILIATIONS CalGeo, ACI,ASTM, ASCE, • Orange County Geotechnical Review Services Portland Cement Association • Laboratory Testing Marine Samples • Seismic Hazard Analyses • Groundwater Studies • Water Infrastructure Projects • Miscellaneous Utility Projects • Moisture Intrusion Evaluations • Geotechnical Instrumentation • Public Works Projects • Various Forensic Evaluations • Expert Witness Testimony 30336 Esperanza,Rancho Santa Margarita,CA 92688 I ph:949.888.6513 I fax:949.888.1380 I web:www.gmugeo.com 848 SELECT PROJECT EXPERIENCE Dye Penetration and Backfill Testing, SCWD JRWSS 60" Pipeline J1R2 Emergency Repair, SCWD, Irvine, CA: Provided special inspection, geotechnical observation, and laboratory tests for this pipeline project. JTM Vaults Upgrade, SCWD, JTM Vaults Upgrade, SCWD, Laguna Woods, CA: Performed Geotechnical design and observation, laboratory testing, welding inspection, and construction coordination for this project. Tunnel Stabilization & Sewer Pipeline Replacement, SCWD, Laguna Beach, CA: In charge of geotechnical instrumentation and monitoring $100 million project to replace a two-mile, 65-year-old tunnel that currently houses a gravity sewer. The sewer provides wastewater service for the northern portion of Dana Point, homes along the west side of coast highway at Three Arch Bay and in South Laguna. It is buried approximately 50 feet beneath the bluff from Three Arch Bay to Aliso Beach. The tunnel Iocated 20-30 feet from the edge of the cliffs and underneath multimillion dollar homes, sits right above the Pacific Ocean's federally protected marine life habitat. Provided Geotechnical Exploration for instrument installation. Instrumentation included inclinometers, vibration,and sound monitors. Performed pre and post construction surveys, including manometer surveys. Performed numerous distress evaluations to evaluate alleged damages from construction tunneling operations. Evaluated vibration, inclinometer & sound monitoring data and issued weekly reports of monitoring data. Met with SCWD representatives,contractor, construction manager and property owners to address complaints. JTM J2R4 Manway Installation and Vault, SCWD, Aliso Viejo, CA: Provided Geotechnical design and observation, laboratory testing,welding inspection,and construction coordination for this project. Bradt Reservoir Paving, Phase 2, SCWD, San Clemente, CA: Provided geotechnical observation, laboratory testing,grading,subgrade,aggregate base, and AC compaction for this project. Geotechnial Laboratory Testing, Palos Verdes Shelf Superfund Site Pre-Design Investigation, ITSI Gilbane Co. & Jacobs Engineering, Palos Verdes, CA: Performed laboratory testing on frozen subsurface samples consisting of gradation, hydrometer, specific gravity and bulk density determination on several thousand soft marine sediment samples obtained in waters up to 200 feet in depth off the Palos Verdes Peninsula. Project ongoing. Various Sea Wall Distress Evaluations, Various Cities/Ins. & Management Companies/ Individual Property Owners, Orange& LA County, CA: Evaluated numerous distressed and failing seawalls on Lido and Balboa Islands, adjacent waterfront areas of Newport Harbor, Huntington Harbor, Venice and Marina Del Rey. Developed repair recommendations and performed observation and testing services during repairs. Various Dredging and Dock Improvement Evaluations, Corps of Engineers, Marina Del Rey Harbor, Dana Point Harbor, Newport Harbor, CA: Performed geotechnical exploration in marine environments from barges and ships, including Cpt & core sampling. Phi gradation testing on subsurface samples for dredging studies to satisfy Corps of Engineers requirements regarding disposal of sediments relative to dredging and dock improvements. Michael B. Moscrop 2 849 LISA L. BATES, PG, CEG yf Associate Geologist V IV'I up Director of Municipal Geotechnical and Engineering Services PROFESSION Lisa has over 28 years of experience in various aspects of the Engineering Geologist geotechnical field. She has worked successfully with governmental agencies,residential and commercial developers, REGISTRATIONS master community planners, and homeowners' associations on Certified Engineering Geologist, both private and public works projects. She has extensive State of California experience in a wide variety of services including: municipal geology and geotechnical engineering, hillside grading, Professional Geologist, landslide investigation and mitigation, residential and State of California commercial development, public works projects, and forensic investigations. Ms. Bates excels at landslide and slope failure CERTIFICATIONS investigations and repairs and has worked with many agencies Qualified SWPPP Practitioner, and private clients on slope issues. In addition, she has served State of California as an expert witness for several legal matters. She is also the Consulting Geologist for several public agencies. Her goal is Qualified SWPPP Designer, to provide an outstanding product to her clients in a timely and State of California cost efficient manner, while upholding the high standards and mission of GMU. Selected project categories representative of EDUCATION Ms.Bates' experience are described below: B.S.,Geological Sciences, University of California, Santa • Landslide/Slope Failure Investigation and Repair Barbara • Construction Management • Geotechnical Review/Consulting Services for Multiple Summer Field Studies, Oregon Cities State University • Public Works Projects • Fault Studies AFFILIATIONS • Legal Consultation National Association of Women In • Residential/Commercial Projects Construction, Orange County • Single Family Residential Custom Developments Chapter — Past Chapter President (NA WIC) South Coast Geological Society Additional information and notable projects from Lisa's portfolio are summarized on the following pages. 30336 Esperanza,Rancho Santa Margarita,CA 926881 ph:949.888.6513 I fax:949.888,1380 I web:www.gmugeo.com 850 CONSULTANT TO PUBLIC AGENCIES Lisa has over 28 years' experience working with various governing agencies, including 20 years providing geotechnical services to a variety of agency clients. These services include third-party geotechnical peer review for Entitlement, Grading, and Building permits, plan checking, geotechnical investigation and design, emergency services and landslide remediation, geotechnical monitoring, and construction observation. A chronological list of Ms.Bates' experience is described below: • City of Rancho Santa Margarita(2008 to current) • City of Laguna Niguel (2002 to current) • City of Chino Hills(2002 to current) • City of Dana Point(2008 to current) • City of Laguna Hills(2010 to 2020,2024 to current) • City of Mission Viejo(2016 to current) • City of San Clemente(2019 to current) • City of Rolling Hills(2019 to current) • City of Palos Verdes Estates(2019-2021) • City of Anaheim(2021 to current) LANDSLIDE/SLOPE FAILURE INVESTIGATION AND/OR REPAIR Lisa's experience investigating and/or repairing landslides, slope failures, and erosion includes dozens of projects. The list below includes a selection of high-profile or complex landslide projects. • Hacienda Road, La Habra Heights - City of La Habra Heights: Project included geotechnical investigation of a portion of major arterial roadway with steep natural slopes and existing distress. Project also included development of design repair plans and specifications, as well as coordination with bidders and impacted agencies. Lisa also provided construction management and geotechnical services during construction of the repair. • Poppy Trail Landslide,Rolling Hills—California Joint Powers Insurance Authority:Project included geotechnical investigation and design of repair of a large landslide within a hillside residential area. Challenges included steep terrain,adjacent properties,and complex geology. Duties included geologic investigation and grading observations, project oversight, and construction management advisor services. • Philemon Landslide, Dana Point— Private Developer: Project included geotechnical investigation and design of repair of a landslide impacting four residential structures. Challenges included existing residences and adjacent properties,adverse geologic structure,and poor shear strengths for onsite soils. Repair design included innovative slurry backfill of keyway excavation. Project won 2014 CalGeo Project Award and was presented at 2013 Geo-Congress in San Diego. • Portuguese Bend Landslide Complex, Rancho Palos Verdes — Various Clients: Multiple projects within the ancient landslide complex included investigations of: o Active Portuguese Bend Landslide o "Parcel 4"Landslide o Abalone Cove Landslide Tasks included coordinating complex geologic field investigations with multiple drilling methodologies, analyzing data collected to prepare maps and geologic cross-sections, creation of a structure contour map of the entire landslide complex, and development of mitigation measures to stabilize the landslides. Lisa L. Bates 2 851 Appendix B Select Certifications 852 SIAD TL-0113:CALTRANS ACCREDITATION LABORATORY INSPECTION REPORT STATE OF CALIFORNIA r , DEPARTMENT OF A TRANSPORTATION CALTRANS ACCREDITATION LABORATORY INSPECTION REPORT Expiration Date:2025-06-26 A certified Independent Assurance(IA)visited this Inspected By:Ashley Shaw laboratory on 2024-06-26 IA No.:68 Phone:916-508-5964 Only the equipment to be used on Caltrans Construction RSP#:104 projects and/or local construction projects on the File:Material Category 500 National Highway System was checked for qualification. Laboratory:GMU Geotechnical, Incorporated At the time of Caltrans Accreditation,this laboratory had all necessary equipment to perform the test methods Address:30336 Esperanza Rancho Santa indicated below. Margarita CA,92688 Lab QC Mgr.:Mike Moscrop Testing personnel shall be Caltrans Qualified and E-mail:mmoscrop@gmugeo.com possess a current Caltrans Certification Form TL-0111 Telephone:949-888-6513 or AASHTO Proficiency Form TL-0115 prior to Fax#.: performing any sampling or testing. AASHTO T84 AASHTO T85 CT 105 CT 106 CT 125 ADMIX CT 125 AGG CT 125 AGG CT 125 BIT CT 125 CEM CT 125 GEN CT 125 HMA CT 125 HMA CT 201 CT 202 CT 204 CT 205 CT 206 CT 207 CT 209 CT 216 CT 217 CT 226 CT 227 CT 231 CT 234 CT 235 CT 301 CT 304 CT 308 CT 309 CT 366 CT 370 CT 375 CT 382 CT 504 CT 518 CT 533 CT 539 CT 540 CT 541 CT 556 CT 557 A visual check was performed and documents provided as necessary for the following items: ✓ Facility Safety Manual ✓ Copies of current applicable test procedures / Laboratory Procedures Manual ✓ Calibration and service documentation I Laboratory Quality Control Manual I Calibration stickers affixed to test equipment J Proper test equipment (dated within the 12 months) On 2024-06-26 ,this laboratory was Caltrans Qualified by: Ashley R.Shaw l� R 2 Ltw (Printed name of IA person) (Signatur f IA person) r Please verify lab accreditation by visiting SIAD website:https://sia.dot.ca.gov/ Page 1/1 85 14116 CERTIFICATE OF a,.c+zicAM ASSOC/Al tON Cr STATE HIGNwaY IRA ti5PORTATION Drnc AASHID ACCREDITATION AASH ACCREDITED a GMU Geotechnical, Inc. at in Rancho Santa Margarita, California, USA has demonstrated proficiency for the testing of construction materials and has conformed to the requirements established in AASHTO R 18 and the AASHTO Accreditation policies established by the AASHTO Committee on Materials and Pavements. The scope of accreditation can be viewed on the Directory of AASHTO Accredited Laboratories(aashtoresource.org). Ty non, Matt Linneman, AASHTO Executive Director AASHTO COMP Chair This certificate was generated on 02/04/2025 at 6:53 PM Eastern Time, Please confirm the current accreditation status of this laboratory at A aashtoresource.org/aap/accreditation-directory 854 SCOPE OF AAS HTO ACCREDITATION FOR: GMU Geotechnical, Inc. AASH O in Rancho Santa Margarita, California, USA ACCREDITED Quality Management System Standard: Accredited Since: R18 Establishing and Implementing a Quality System for Construction Materials Testing Laboratories 07/02/2015 D3740(Soil)Minimum Requirements for Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction 10/07/2019 E329(Soil) Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction 10/07/2019 Page 1 of 2 This certificate was generated on 02/04/2025 at 6:53 PM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory 855 SCOPE OF AASHTO ACCREDITATION FOR: GMU Geotechnical, Inc. AAS$j in Rancho Santa Margarita, California, USA AG CREOIT£O Soil Standard: Accredited Since: R58 Dry Preparation of Disturbed So/and Soil Aggregate Samples for T-7,M ^°° ' _ 09/19/2017 T88 Particle Size Analysis of Soils by Hydrometer 07/02/2015 T89 Determining the Liquid Limit of Soils(Atterberg Limits) „ 07/02/2015 T90 Plastic Limit of Soils(Atterberg Limits) 07/02/2015 T99 The Moisture-Density Relations of Soils Using a 5.5 lb[2.5 kg]Rammer and a 12 in.[305 mm]Drop sa 09/19/2017 T100 Specific Gravity of Soils 07/02/2015 T180 Moisture-Density Relations of Soils Using a 10 lb[4.54 kg]Rammer and an 18 in.[457 mm]Or.r " w" ' 07/02/2015 T190 Resistance R-Value and Expansion Pressure of Compacted Soils 07/02/2015 T236 Direct Shear Test of Soils Under Consolidated Drained Conditions , ��� 07/02/2015 T265 Laboratory Determination of Moisture Content of Soils 09/19/2017 T310 In-Place Density and Moisture Content of Soil and Soil-Aggregate by Nuclear Methods(Shallow Depth) ' 07/02/2015 D421 Dry Preparation of Disturbed Soil and Soil Aggregate Samples for Test 09/19/2017 D422 Particle Size Analysis of Soils by Hydrometer a 07/02/2015 D698 The Moisture-Density Relations of Soils Using a 5.5 lb[2.5 kg]Rammer and a 12 in.[305 mm]Drop 09/19/2017 D854 Specific Gravity of Soils 09/19/2017 :_mom D1557 Moisture-Density Relations of Soils Using a 10 lb[4.54 kg]Rammer and an 18 In.]457 mm]Drop 07/02/2015 D2216 Laboratory Determination of Moisture Content of Soils _ . " 'r' 09/19/2017 D2844 Resistance R-Value and Expansion Pressure of Compacted Soils 07/02/2015 D3080 Direct Shear Test of Soils Under Consolidated Drained Condrti. 07/02t2015 D4318 Determining the Liquid Limit of Soils(Atterberg Limits) 07/022/2015 D4318 Plastic Limit of Soils(Atterberg Limits) ;a a .y -� 07/02/2015 D6938 In-Place Density and Moisture Content of Soil and Soil-Aggregate by Nuclear Methods(Shallow Depth) 07/02/2015 Page 2 of 2 This certificate was generated on 02/04/2025 at 6:53 PM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accred itation-directory 856 -� ti SIAD TL-0111:CT CERTIFICATION CALIFORNIA DEPARTMENT , OF TRANSPORTATION A Presents this CERTIFICATE to John Villarraga who is certified to perform the following tests: Test Method Expiration Date IA Responsible Associated Laboratory CT 105 2027-01-10 Firooz Ahmad Hosainy Lab 1 CT 106 2026-03-04 Ashley Shaw Lab 1 CT 125 AGG 2027-01-10 Firooz Ahmad Hosainy Lab 1 CT 201 2027-01-10 Firooz Ahmad Hosainy Lab 1 CT 202 2027-01-10 Firooz Ahmad Hosainy Lab 1 CT 204 2026-03-04 Ashley Shaw Lab 1 CT 205 2027-01-10 Firooz Ahmad Hosainy Lab 1 CT 206 2026-03-04 Ashley Shaw Lab 1 CT 207 2026-03-04 Ashley Shaw Lab 1 CT 209 2026-03-04 Ashley Shaw Lab 1 CT 216 2027-01-10 Firooz Ahmad Hosainy Lab 1 CT 217 2027-01-10 Firooz Ahmad Hosainy Lab 1 CT 226 2027-01-10 Firooz Ahmad Hosainy Lab 1 CT 227 2027-01-10 Firooz Ahmad Hosainy Lab 1 CT 229 2027-01-10 Firooz Ahmad Hosainy (No lab) CT 234 2024-06-21 Ashley Shaw Lab 1 CT 235 2024-06-21 Ashley Shaw Lab 1 CT 301 2026-03-04 Ashley Shaw Lab 1 CT 304 2026-03-04 Ashley Shaw Lab 1 CT 308 2026-03-04 Ashley Shaw Lab 1 CT 309 2026-03-04 Ashley Shaw Lab 1 CT 366 2026-03-04 Ashley Shaw Lab 1 CT 370 2026-03-04 Ashley Shaw Lab 1 Odt R , r Certified Independent Assurance(IA) Date issued:03/27/2024 Technician ID:01373 &,f Note:This certificate is valid as long as the Technician complies with applicable requirements in Caltrans Independent tt_r Assurance Program Manual. Please verify technician certifications by visiting the SIAD website at https://sia.dot.ca.gov/ Page 1/2 85 SIAD TL-0111:CT CERTIFICATION - CALIFORNIA DEPARTMENT * ,.,- OF TRANSPORTATION Presents this CERTIFICATE to John Villarraga who is certified to perform the following tests: Test Method Expiration Date IA Responsible Associated Laboratory CT 382 2026-03-04 Ashley Shaw Lab 1 Lab 1: GMU Geotechnical, Incorporated, 30336 Esperanza, Rancho Santa Margarita No Lab: Laboratory associated with the technician is not accredited to perform the test method identified.Technicians must be associated with an accredited laboratory. Certified Independent Assurance(IA) v Date issued: 03/27/2024 Technician ID:01373 Note:This certificate is valid as long as the Technician complies with applicable requirements in Caltrans Independent Assurance Program Manual. Please verify technician certifications by visiting the SIAD website at https://sia.dot.ca.gov/ Page 2/2 85 ^;W SIAD TL-0111:CT CERTIFICATION CALIFORNIA DEPARTMENT OF TRANSPORTATION A Presents this CERTIFICATE to Kevin Criswell who is certified to perform the following tests: Test Method Expiration Date IA Responsible Associated Laboratory CT 125 AGG 2026-07-31 Ashley Shaw Lab 1 CT 125 GEN 2026-07-31 Ashley Shaw Lab 1 CT 125 HMA 2026-08-16 Ashley Shaw Lab 1 CT 231 2026-07-24 Ashley Shaw Lab 1 CT 375 2026-07-24 Ashley Shaw Lab 1 Lab 1: GMU Geotechnical, Incorporated,30336 Esperanza,Rancho Santa Margarita aLL ► . at.- Certified Independent Assurance(IAy+ Date issued: 07/30/2024 Technician ID:06284 445 Note:This certificate is valid as long as the Technician complies with applicable requirements in Caltrans Independent Assurance Program Manual. Please verify technician certifications by visiting the SIAD website at https://sia.dot.ca.gov/ Page 1/1 85: , .'''' , ,,,e 44;T: • ...'" .:4' 4.0 ' Verify Verified Candidate INTERNATIONAL aalikliiik CODE — 0-- C UNCIL 11111111 ,L1111, E],.r" 11 .......:4...11,A:. verify.iccsafe.org/5256771 il .!.. p Customer Name: Account Number: Kevin Buffington 5256771 Certifications: initial Certification Certificate Name Current Expiration 10/07/2005 09/01/2026 SprayinfoAr cp Concrete Special Inspector 09/01/2026 Re ePdliedFire Proofing Special Ins 05/23/2006 pector Structural Masonry Special Inspector 09/01/2026 07/22/2008 10/14/2006 09/01/2026 Prestressed Concrete Special Inspector 860 SIAD TL-0111: CERTIFICATION CALIFORNIA DEPARTMENT OF TRANSPORTATION §j Presents this CERTIFICATE to Daniel Abeyta who is certified to perform the following tests: Test Method Expiration Date IA Responsible Associated Laboratory CT 504 2029-10-11 Sarmad Dalal Lab 1 CT 518 2029-10-11 Sarmad Dalal Lab 1 CT 523.1 Section B.1 &B.2 2029-10-11 Sarmad Dalal Lab 1 CT 539 2029-10-11 Sarmad Dalal Lab 1 CT 540 2029-10-11 Sarmad Dalal Lab 1 CT 543 2029-10-11 Sarmad Dalai Lab 1 CT 556 2029-10-11 Sarmad Dalal Lab 1 CT 557 2029-10-11 Sarmad Dalal Lab 1 Lab 1: RMA Group-Main Laboratory, 12130 Santa Margarita Court, Rancho Cucamonga lA# 160 Certified Independent Assurance (IA) Date issued: 11/06/2024 Technician ID: 06906 Note: This certificate is valid as long as the Technician complies with applicable requirements in Caltrans Independent Assurance Program Manual. Page 1/1 86 ACI Certification Results Report Report Print Date: 3/20/25 ACI Concrete Field Testing Technician -Grade I Testing Session Information: Session: 251315 Exam Date: 03/01/2025 Exam Location: LAKE FOREST, CA AC1 Sponsoring Group: California Southern Chap ACI Examiner of Record: JOSHUA J CAVENDER Examinee Information Certification ID Joseph Q Huynh 01323610 4551 Champagne Court Riverside,CA 92505 Status Information Certification Status: CERTIFIED ACI Concrete Field Testing Technician—Grade I Certification Issue Date: 03/01/2025 Thru 02/28/2030 Overall Results Overall Written Examination PASS Overall Performance Examination PASS Detailed Subtest Results To pass the written examination you must 1)score 60%or higher on each written subtest and 2)score 70%or higher on the overall written examination. To pass the performance examination you must pass all 7 subtests in one session. Qualification P/F-Session %Score Overall Written Examination PASS-251315 94.55 Overall Performance Examination PASS-251315 100.00 Performance Subtest C1064 PASS-251315 100.00 Performance Subtest C138 PASS-251315 100.00 Performance Subtest C143 PASS-251315 ;. 100.00 Performance Subtest C172 PASS-251315 100.00 Performance Subtest C173 PASS-251315 100.00 Performance Subtest C231 PASS-251315 100.00 Performance Subtest C31 PASS-251315 100.00 Written Subtest C1064 PASS-251315 100.00 Written Subtest C138 PASS-251315 87.50 Written Subtest C143 PASS-251315 100.00 Written Subtest C172 PASS 251315 87.50 Written Subtest C173 PASS-251315 100.00 Written Subtest C231 PASS 251315 100,00 Written Subtest C31 PASS-251315 87.50 862 r 0 . ,, . SIAD TL-0111: CERTIFICATION CALIFORNIA DEPARTMENT OF TRANSPORTATION Presents this CERTIFICATE to Jade Sill who is certified to perform the following tests: Test Method Expiration Date IA Responsible Associated Laboratory CT 125 AGG 2027-03-13 Ashley Shaw Lab 1 CT 125 GEN 2027-03-13 Ashley Shaw Lab 1 CT 125 HMA 2027-03-13 Ashley Shaw Lab 1 CT 231 2026-03-04 Ashley Shaw Lab 1 CT 375 2027-03-13 Ashley Shaw Lab 1 Lab 1: GMU Geotechnical, Incorporated, 30336 Esperanza, Rancho Santa Margarita 04J-PI R -"..1-14,1'- Certified Independent Assurance(IA)v Date issued: 03/17/2025 Technician ID: 01371 Note: This certificate is valid as long as the Technician complies with applicable requirements in Caltrans Independent Ai Assurance Program Manual. Page 1/1 86 id. , 4 i $ 7711r.r;e4 dmyt"7 IA ØPA 4 • . . • ':ei. 4"' .,,,,t''' - ' ,-," Verify Verified Candidate INTERNATIONAL ilia CODE ins COUNCIL ill verify.iccsafe.org/8361503 Search Again A . Customer Name: ccount Number Jade Sill 8361503 Certifications: Initial Certification Current Expiration Certificate Name 08/11/2017 09/01/2026 Reinforced Concrete Special Inspector 121 864 EXHIBIT"B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel. Charges for time during travel are not reimbursable C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B} Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT B VI�IV ENGINEERS&GEOLOGISTS 2025-2029 SCHEDULE OF CHARGES CITY OF HUNTINGTON BEACH PROFESSIONAL SERVICES Document Preparation and Project Services $ 110.00/hour CAD/GIS Design Engineer $ 132.00/hour Staff Engineer or Geologist $ 175.00/hour Senior Staff Engineer or Geologist $ 192.00/hour Project Engineer or Geologist $215.00/hour Senior Engineer or Geologist $255.00/hour Associate Engineer or Geologist $272.00/hour Principal/Director $295.00/hour FIELD INSPECTION&TESTING SERVICES Staff Engineering Technician $ 110.00/hour* • Services provided under direct supervision of a Senior Engineering Technician Senior Engineering Technician $130.00/hour* • Inspections for soils/grading,asphalt,concrete,batch plants,piles/caissons,etc. • Certifications by ACI,ICC,Caltrans,local jurisdictions,etc. Registered Special Inspector(No 4-hour minimum) $ 130.00/hour* • Certifications by ACI,ICC,Caltrans,local jurisdictions,etc. • Reinforced concrete,Post-Tension,Masonry,Welding,Bolting,Fireproofing Instrumentation Engineer $ 175.00/hour • Slope inclinometer and Piezometer monitoring • Manometer for floor-level surveys • Stormwater turbidity&pH meter • Groundwater monitoring-pressure transducer,datalogger,water chemistry meter,etc. • Pipeline video camera for drains,wells,etc. Engineering Seismological Technician(includes 3-channel seismograph) $ 175.00/hour • Blast vibration monitoring • Construction vibration&noise monitoring(pile driving,drilling,demolition,etc.) *Notes: (1) Rates include vehicle,nuclear density gauge,and equipment for testing,inspection,and sampling. (2) No 4-hour minimum charges apply,except for night work. (3) Overtime is charged at 1.5 times the base rate. Overtime is defined as time worked on the project in excess of 8 hours per day and all time on Saturdays,Sundays,and holidays. (4) Prevailing Wage projects,additional hourly surcharge for Field Personnel per CA Labor Code§1720,et seq. Add$39.00/hour LABORATORY TESTING SERVICES Laboratory Testing $ 142.00/hour (For special materials testing and laboratory costs on a per-test basis, see GMU's Laboratory Fee Schedule) OTHER CHARGES Outside Services Cost+ 15% Reimbursables&Reprographics Cost 867 y..... , , C� ____....—.....NGMUGEOT-01 M COWANA A�R� CERTIFICATE OF LIABILITY INSURANCE DATE/16/2025 ) 1211612025 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 he 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 License#0E67768 CONTACTErica Wilson IOA Insurance Services PHONE FAX 3636 Nobel Drive INC.No,Ext):(858)754-0063 50233 (Arc.No):(619)574-6288 Suite 410 E-MAIL Erica.Wilson@loausa.com San Diego,CA 92122 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC p INSURERARLI Insurance Company 13056 INSURED INSURER B:Fireman's Fund Indemnity Corporation 11380 GMU Geotechnical,Inc. INSURER C 30336 Esperanza INSURER D: Rancho Santa Margarita,CA 92688 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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 LTR TYPE OF INSURANCE ADDL SW YD POLICY NUMBER R POLICY EFF POLICY EXP LIMITS jyM/DD/YYYYI (MM/DDlYYYYI A X COMMERCIAL GENERAL LIABILITY 1,000,000 EACH OCCURRENCE S CLAIMS-MADE [ X(OCCUR X X PSB0005783 NTED 12/31/2025 12/31/2026 DAMAGE SES(aEoccurrrence) 5 1,000,000 X Limited Cont Liab MED EXP(Any one person) $ 10,000 X Sery Interest 1,000,000 PERSONAL 8 ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 5 2,000,000 POLICY X LOC PRODUCTS-COMP/OP AGG S 2,000,000 PRO- JECT _ OTHER: Ded S 0 A AUTOMOBILE LIABIUTY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) S X ANY AUTO X X PSA0002105 12/31/2025 12/31/2026 BODILY INJURY(Per person) S OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJUpRY(Per accident) S „ _ AUTOS ONLY _ NON.QWNEDUUOS Y (Per acedenq AMAGE S x CompODed.: X Co?.Ded.:51,000 5 A _SUMBRELLA LIAR X OCCUR EACH OCCURRENCE S 5,000,000 X EXCESSLIAB ^ CLAIMS-MADE X X PSE0002541 12/31/2025 12/31/2026 AGGREGATE $ 5,000,000 DED X RETENTIONS 0 $ A WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY STATUTE OTH- ER YINPSW0003341 12)31/2025 12/31/2026 1'000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE xE.L.EACH ACCIDENT $ OFFICERd,4EMBER EXCLUDED? N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S 1,000,000 It yes,describe under 1,000,000 DESCRIPTION C.OPERATIONS below E.L.DISEASE-POLICY LIMIT 5 B Professional Liab. USF00625425 12/31)2025 12/31/2026 Per Claim 2,000,000 B Ded.:$50K Per Claim USF00625425 12/31/2025 12/31/2026 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Re: City of Huntington Beach 2025 On Call Materials Testing City of Huntington Beach is Additional Insured with respect to General and Auto Liability per the attached en (ggttEptauTifedfll 1Witen contract. Insurance is Primary and Non-Contributory.Waiver of Subrogation applies to General Liability,Auto Liability and Workers'Compensation.Excess Liability follows form. By: 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy(> mite r(6.J,VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATION CITY OF HUNTRGTOWBEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Huntington Beach77 ,/ I 1 / 2000 Main Street oTl �OYt 'Huntington Beach.CA 92648 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number: pSB0005783 RLI Insurance Company Named Insured:GMU Geotechnical, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RLIPack® FOR PROFESSIONALS BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUS1NESSOWNERS COVERAGE FORM-SECTION II—LIABILITY 1. C. WHO IS AN INSURED is amended to include as additional insured under this policy must apply on a an additional insured any person or organization that primary basis, or a primary and non-contributory you agree in a contract or agreement requiring basis, this insurance is primary to other insurance insurance to include as an additional insured on this that is available to such additional insured which policy, but only with respect to liability for "bodily covers such additional insured as a named insured, injury", "property damage" or "personal and and we will not share with that other insurance, advertising injury" caused in whole or in part by you provided that: or those acting on your behalf: a. The "bodily injury" or "property damage" for a. In the performance of your ongoing operations; which coverage is sought occurs after you have b. In connection with premises owned by or rented entered into that contract or agreement;or to you; or b. The "personal and advertising injury" for which c. In connection with "your work" and included coverage is sought arises out of an offense commct after you have entered into that within the "product-completed operations contract or agreement. hazard". 2. The insurance provided to the additional insured by 4. The following is added to SECTION III K. 2. this endorsement is limited as follows: Transfer of Rights of Recovery Against Others to Us — COMMON POLICY CONDITIONS (BUT a. This insurance does not apply on any basis to APPLICABLE TO ONLY TO SECTION II — any person or organization for which coverage LIABILITY) as an additional insured specifically is added by We waive any rights of recovery we may have another endorsement to this policy. against any person or organization because of b. This insurance does not apply to the rendering payments we make for "bodily injury", "property of or failure to render any "professional damage" or"personal and advertising injury" arising services". out of "your work" performed, by you, or on your c. This endorsement does not increase any of the behalf, under.a contract or agreement with that limits of insurance stated in D. Liability And person or organization. We waive these rights only Medical Expenses Limits of Insurance. where you have agreed to do so as part of a contract or agreement with such person or 3. The following is added to SECTION 111 H.2. Other organization entered into by you before the "bodily Insurance — COMMON POLICY CONDITIONS injury"or"property damage"occurs,or the"personal (BUT APPLICABLE ONLY TO SECTION II — and advertising injury"offense is committed. LIABILITY) However, if you specifically agree in a contract or agreement that the insurance provided to an ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPB 304 0212 Page 1 of 1 Policy Number: PSA0002105 RLI Insurance Company Named Insured:GMU Geotechnical, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RLIPack® BUSINESS AUTO ENHANCEMENT SCHEDULE OF COVERAGES ADDRESSED BY THIS ENDORSEMENT A. Broad Form Named Insured B. Employees As Insureds C. Blanket Additional Insured D. Blanket Waiver Of Subrogation E. Employee Hired Autos F. Fellow Employee Coverage G. Auto Loan Lease Gap Coverage H. Glass Repair—Waiver Of Deductible I. Personal Effects Coverage J. Hired Auto Physical Damage Coverage K. Hired Auto Physical Damage-Loss Of Use L. Hired Car—Worldwide Coverage M. Temporary Transportation Expenses N. Amended Bodily injury Definition—Mental Anguish O. Airbag Coverage P. Amended Insured Contract Definition—Railroad Easement Q. Coverage Extensions—Audio,Visual And Data Electronic Equipment Not Designed Solely For The Production Of Sound R. Notice Of And Knowledge Of Occurrence S. Unintentional Errors Or Omissions T. Towing Coverage • • PPA 300 0313 Page 1 of 5 • This endorsement modifies insurance provided under the following: • BUSINESS AUTO COVERAGE FORM A. Broad Form Named Insured of the operations contemplated by such contract. The The following is added to the SECTION II — waiver applies only to the person or organization COVERED AUTOS LIABILITY COVERAGE, Para- designated in such contract. graph A.1.Who Is An Insured Provision: E. Employee Hired Autos Any business entity newly acquired or formed by you. 1. The following is added to the SECTION II — during the policy period, provided you own fifty COVERED AUTOS LIABILITY COVERAGE, percent(50%)or more of the business entity and the Paragraph A.1.Who Is An Insured Provision: business entity is not separately insured for Bus-iness An "employee" of yours is an "insured" while Auto Coverage. Coverage is extended up to a operating an "auto" hired or rented under a maximum of one hundred eighty(180)days following contract or agreement in that"employee's"name, the acquisition or formation of the business entity. with your permission, while performing duties This provision does not apply to any person or related to the conduct of your business. organization for which coverage is excluded by endorsement., 2. Changes In General Conditions: B, Employees As Insureds Paragraph 5.b. of the Other Insurance Con- dition in the BUSINESS AUTO CONDITIONS is The following is added to the SECTION II — deleted and replaced with the following: COVERED AUTOS LIABILITY COVERAGE, Para- b. For Hired Auto Physical Damage Coverage, graph A.1.Who Is An Insured Provision: the following are deemed to be covered Any"employee"of yours is an"insured"while using a "autos"you own: covered "auto" you don't own, hire or borrow in your (1) Any covered "auto" you lease, hire, rent business or your personal affairs. or borrow; and C. Blanket Additional Insured (2) Any covered "auto" hired or rented by The following is added to the SECTION II — your"employee"under a contract in that COVERED AUTOS LIABILITY COVERAGE, Para- individual "employee's" name, with your graph A.1.Who Is An Insured Provision: permission, while performing duties Any person or organization that you are required to related to the conduct of your business. include as an additional insured on this coverage form However,borrowed with a driver is not a any"auto"that is leased,hired, rented or in a contract or agreement that is executed by you before the"bodily injury"or"property damage"occurs covered'auto". is an "insured" for liability coverage, but only for F. Fellow Employee Coverage damages to which this insurance applies and only to SECTION II — COVERED AUTOS LIABILITY the extent that person or organization qualifies as an COVERAGE, Exclusion B.5. does not apply if you "insured" under the Who Is An Insured provision have workers compensation insurance in-force contained in SECTION II — COVERED AUTOS covering all of your employees. LIABILITY COVERAGE. The insurance provided to the additional insured will G. Auto Loan Lease Gap Coverage be on a primary and non-contributory basis to the SECTION III — PHYSICAL DAMAGE COVERAGE, additional insured's own business auto coverage if C.Limit Of Insurance,is amended by the addition of you are required to do so in a contract or agreement the following: that is executed by you before the "bodily injury" or In the event of a total"loss"to a covered"auto"shown "property damage"occurs. in the Schedule of Declarations, we will pay any D. Blanket Waiver Of Subrogation unpaid amount due on the lease or loan for a covered "auto", less: The following is added to the SECTION IV— BUSI- 1. The amount paid under the PHYSICAL NESS AUTO CONDITIONS,A.Loss Conditions, 5. Transfer Of Rights Of Recovery Against Others DAMAGE COVERAGE section of the policy; and To Us: 2. Any: We waive any right of recovery we may have against a. Overdue lease/loan payments at the time of any person or organization to the extent required of the"loss"; you by a contract executed prior to any"accident"or "loss", provided that the"accident"or"loss"arises out PPA 300 0313 Page 2 of 5 b. Financial penalties imposed under a lease for (2) An adjustment for depredation and physical excessive use, abnormal wear and tear or condition will be made in the event of a total high mileage. "loss". c. Security deposits not returned by the lessor; (3) If a repair or replacement results in better d. Costs for extended warranties, Credit Life than like kind or quality,we will not pay for the betterment. Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) A deductible equal to the highest Physical and Damage deductible applicable to any owned e. Carry-over balances from previous loans or auto will apply. leases. (5) This Coverage Extension will not apply to: H. Glass Repair—Waiver Of Deductible (a) Any "auto" that is hired, rented or SECTION III —PHYSICAL.DAMAGE COVERAGE, borrowed with a driver;or D.Deductible is amended by adding the following: (b) Any "auto" that is hired, rented or No deductible for a covered"auto"will apply to glass borrowed from your"employee", damage if the glass is repaired rather than replaced. K. Hired Auto Physical Damage—Loss Of Use I. Personal Effects Coverage The following is added to SECTION III—PHYSICAL The following is added to SECTION III—PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions: Extensions: e. We will pay sums which you legally must pay to c. Personal Effects Coverage the lessor of a covered "auto" which you have leased without a driver for thirty(30)days or less In the event of a total theft loss of your covered for the lessor's loss of use of the covered "auto", "auto"we will pay up to$400 for"loss"to wearing provided: apparel and other personal effects which are: (1) This insurance provides comprehensive, (1) Owned by an"insured"; and specified causes of loss or collision covered on the covered"auto"; (2) In or on your covered"auto"; (2) The loss of use results from the covered. No deductible applies to Personal Effects "auto" being damaged in an "accident"while Coverage. you are leasing it. J. Hired Auto Physical Damage Coverage We will pay up to a maximum limit of$1,500 for The following is added to SECTION III—PHYSICAL this covered extension. DAMAGE COVERAGE, A. Coverage, 4. Coverage L. Hired Car—Worldwide Coverage Extensions: . d. Hired Auto Physical Damage Coverage The following is added to SECTION II — COVERED AUTOS LIABILITY COVERAGE, A.2. Coverage If hired "autos" are covered "autos" for Liability Extensions: Coverage and this policy also provides Physical f. Hired Car—Worldwide Coverage Damage Coverage for an owned"auto",then the Physical Damage Coverage is extended to (1) We will pay all sums an'insured"legally must "autos"that you hire, rent or borrow subject to the pay as damages because of"bodily injury"or following: "property damage" to which this insurance (1) The most we will pay for "loss" in any one applies, caused by an "accident" which of the United States of "accident" to a hired, rented or borrowed occurs outside. "auto" is the lesser of: America, the territories and possessions of the United States of America, Puerto Rico (a) $60,000 and Canada resulting from the maintenance, (b) The actual cash value of the damaged or or use of any covered "auto".of the private stolen property as of the time of the. passenger type you. lease, hire, rent or p p y borrow without a driver for thirty(30)days or • "loss"; or less. (c) The cost of repairing or replacing the (2) With respect to any claim made or "suit" damaged or stolen property with other instituted outside the United States of property of like kind and quality. America, the territories and possessions of the United States of America, Puerto Rico, and Canada: PPA 300 0313 Page.3 of 5 • (a) You shall undertake the investigation, M. Temporary Transportation Expenses settlement and defense of such claims SECTION III — PHYSICAL DAMAGE COVERAGE, and "suits" and keep us advised of all proceedings and actions. A.4. Coverage Extensions; subparagraph a. Transportation Expenses is deleted and replaced (b) You will not make any settlement without by the following: our consent. a. Transportation Expenses (c) We will reimburse you: (1) We will pay up to a maximum of$1,500 for (i) For the amount of damages be- temporary transportation expense incurred cause of liability imposed upon you by you because of Physical Damage to a by law on account of"bodily injury"or covered"auto". "property damage" to which this insurance applies,and (2) We will pay only for those covered"autos"for which you carry Comprehensive,Colli-sion or (ii) For all reasonable expenses incurred Specified Case of Loss Coverage. with our consent in connection with the investigation, settlement or (3) We will pay only for those expenses incurred defense of such claims or "suits". by you during the period of time that begins Reimbursement for expenses will be twenty-four (24) hours after the covered part of the Limit of insurance for "loss"and ends at the time when the covered liability coverage shown in the "auto" can be• reasonable repaired or Business Auto Coverage replaced. Declarations, and not in addition to (4) This coverage does not apply while there are such limits. spare or reserve"autos" available to you for (3) The limit of Insurance for Liability Coverage your operations. shown in the Business Auto Coverage Declarations is the most we will reimburse N. Amended Bodily Injury Definition — Mental you for the sum of all damages imposed on Anguish you,as set forth in paragraph 2.c.above,and The following is added to SECTION V — all expenses incurred by you arising out of DEFINITIONS,Definition C.: any single"accident"or"loss". "Bodily injury"also includes mental anguish, but only (4) You must maintain the greater of the follow- when the mental anguish arises from other bodily ing primary auto liability insurance limits: injury, sickness or disease. (a) Compulsory admitted insurance with O. Airbag Coverage limits required to be in force to satisfy the legal requirements of the jurisdiction The following is added to SECTION III—PHYSICAL where the accident occurs;or DAMAGE COVERAGE B. Exclusions 3.a.: (b) Insurance limits required by law and However, this exclusion will not apply to accidental issued by a government entity or by an discharge of an airbag due to mechanical or electrical insurer licensed or permitted by law to do breakdown. business in the jurisdiction where the "accident"occurs; or P. Amended Insured Contract Definition — Railroad Easement (c) Auto liability insurance limits of at least $300,000 combined single limit or SECTION V—DEFINITIONS paragraph H. "Insured $100,000 per person/$300,000 per acci- contact"is modified as follows: dent Bodily Injury, $100,000 Property 1. Paragraph H.3. is replaced by the following: Damage. If you fail to comply with the above, this 3. Any easement or license agreement. insurance is not invalidated. However, in the 2. Paragraph H.6.a.is deleted. event of a"loss",we will pay only to the extent that we would have been liable had you so Q. Coverage Extensions — Audio, Visual And Data complied. Electronic Equipment Not Designed Solely For • The Production Of Sound (5) The insurance provided by this coverage extension is excess over any other collec- SECTION III—PHYSICAL DAMAGE COVERAGE B. tible insurance available to you whether on a Exclusions,exception paragraph a.to exclusion 4.c. primary, excess contingent or any other and 4.d.is deleted and replaced with the following: basis. PPA 300 03 13 Page 4 of 5 i': • a. Equipment and accessories used with. such (2) A partner if you are a partnership; or equipment, except for tapes, records, discs or (3) An executive officer or insurance manager, if other electronic media device, provided such equipment is permanently installed in the covered you are a corporation. "auto" at the time of the "loss" or is removable S. Unintentional Errors Or Omissions from the housing unit which is permanently SECTION IV -BUSINESS AUTO CONDITIONS, B. installed in the covered "auto" at the time of the "loss", and such equipment is designed to be General Conditions; 2. Concealment Misrepre- "loss", solely operated by use of the power from the senta llowi g: Or Fraud is amended by adding the "autos" electrical system, in or upon the covered following: "autos";or The unintentional omission of, or unintentional error R. Notice Of And Knowledge Of Occurrence in, any information given by you shall not prejudice your rights under this insurance. However this pro- SECTION IV — BUSINESS AUTO CONDITIONS, vision does not affect our right to collect additional A.2. Duties In The Event Of Accident, Claim Suit premium or exercise our right of cancellation or Or Loss, subparagraph a. is deleted and replaced nonrenewal. with the following: T. Towing Coverage a. In the event of"accident", claim, "suit" or"loss", SECTION III - PHYSICAL DAMAGE COVERAGE, you must give us or our authorized repre- A.2. Towing, is deleted and replaced by the sentative prompt notice of the"accident"or"loss" following: g' 2. We will pay up to$750 for towing and labor costs (1) How,when and where the"accident"or"loss" incurred each time a covered "auto" is disabled occurred; due to a covered cause of loss. However: (2) The"insured's" name and address; and a. All labor must be performed at the place of (3) To the extent possible, the names and disablement; and addresses of any injured person and b. If the covered auto is a private passenger witnesses. type no deductible applies; and Your duty to give us or our authorized representative prompt notice of the "accident" or c. If the covered auto is not of the private "loss"applies only when the"accident"or"loss"is passenger type our obligation to pay will be known to: reduced by a $250 deductible per disablement. (1) You, if you are an individual; ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPA 300 03 13 Page 5 of 5 • WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 • (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description All persons or organizations that are party to a contract that Jobs performed for any person or organization that you requires you to obtain this agreement,provided you have agreed with in a written contract to provide this executed the contract before the loss, agreement. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective t2/31/2025 Policy No. PSW0003341 Endorsement No. Insured Insurance Company GMU Geotechnical, inc. RU Insurance Company Countersigned By 401998 by the Workers'Compensation Insurance Rating Bureau of California.All rights reserved. • Policy Number: PSE0002541 RLI Insurance Company THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. RLIPack® SCHEDULE OF UNDERLYING INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE FORM Item 4. of the declarations is amended to include: Type of Coverage Carrier Eff.Date Exp.Date Limits General Liability Occurrence$ 1,000,000 RLI Insurance 12/31/2025 12/31/2026 Aggregate$2,000,000 Company Only the Type of Coverage identified in this Schedule of Underlying Insurance by Carrier, policy number and applicable Limits are to be included. Employee Benefits. Each Employee$1,000,000 Liability RLI Insurance 12/31/2025 12/31/2026 Aggregate$1,000,000 Company Only the Type of Coverage identified in this Schedule of Underlying Insurance by Carrier, policy number and applicable Limits are to be included. Employers' Liability Each Accident:Statutory Limits or$1,000,000 RLI Insurance 12/31/2025 12/31/2026 ,whichever is greater Company Disease Each Employee: Statutory Limits or • Only the:Type of $1,000,000 ,whichever is greater Coverage identified in Disease Policy Limit: Statutory Limits or this Schedule of $1,000,000,whichever is greater Underlying Insurance by Carrier, policy number and applicable Limits are to be included. Business Auto Liability RLI Insurance 12/31/2025 12/31/2026 Each Accident$1,000,000 Company Only the Type of Coverage identified in this Schedule of Underlying Insurance by Carrier, policy ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPU 110 04 23 Page 1 of 1 , /(1 4_ e -....%) GMUGEOT-01 MCCOWANA AC`®RO DATE(MMIODNYYY) CERTIFICATE OF LIABILITY INSURANCE 12/17/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(les)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 License#0E67768 CONTACT Erica Wilson NAME: IOA Insurance Services 3636 Nobel Drive PHONE Ext}:(858)754-0063 50233 I FAX No):(619)574-6288 Suite 410 ADDRESS:Erlca.Wilson@ioausa.com San Diego,CA 92122 INSURER(S)AFFORDING COVERAGE _ NAIC E INSURER A:RLI Insurance Company 13056 INSURED INSURER e:Fireman's Fund Indemnity Corporation 11380 GMU Geotechnical,Inc. INSURER C: 30336 Esperanza INSURER D: Rancho Santa Margarita,CA 92688 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO VM-IICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR WVO IMM/DD(YYYYI IMMIDDIYYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X X PSB0005783 12/31/2024 12/31/2025 pR M SEa a o6ci ncel 5 1,000,000 X Cont LiablSevr Int MED EXP(Any one person) 5 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2'000'000 POLICY[ X 178: LOC PRODUCTS-COMP/OPAGG S 2,000,000 OTHER: Ded S 0 COMBINED SINGLE LIMIT 1,000,000 A AUTOMOBILE LIABILITY IEa accident? S X ANY AUTO X X PSA0002105 12/31/2024 12/31/2025 BODILY INJURY(Per person) 5 _ OWNED SCHEDULED AUTOS ONLY AUTOSSVyN BODILY INJURY(Per accident) S AU OS ONLY AUUTOS ONLY ((Ierreaedent)AMAGE $ X Wed x Cott.Ded.:51,000 S A UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 5,000,000 X EXCESSLIAB CLAIMS-MADE PSE0002541 12/31/2024 12/31/2025 AGGREGATE $ 5,000,000 DED X RETENTIONS 0 $ A WORKERS COMPENSATION 1X STATUTE FRH_ AND EMPLOYERS'LIABILITY ANY PROPRIE70RJPARTNERIEXECUTIVE YIN X PSW0003341 12/31/2024 12/31/2025 1,000,000 OFFICER/MEMBER EXCLUDED? N N 1 A E.L.EACH ACCIDENT $ (Mandatory in NH) I E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT S B Professional Liab. USF00625424 12/31/2024 12/31/2025 Per Claim 2,000,000 B Ded.:$50K Per Claim USF00625424 12/31/2024 121311211 Aggrc3tA5 TO FORM 2,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is reM6Iredi Re:Huntington Beach City Council Resolution No.2007-3 MICHAEL J.VIGLIOTTA City of Huntington Beach its officers,elected or appointed officials,employees,agents and volunteers are additiQUATeTI9Pra attached General Liability additional insured endorsement which includes coverage for ongoing and completed operationd1tfd(ACt6 EI$H11Tjl iGTOP8lE#ElAelaindorsements as required by written contract.Insurance is Primary and Non-Contributory.Waiver of Subrogation applies to General Liability,Auto Liability and Workers' Compensation. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Huntington Beach —�` l/ 1 2000 Main Street oil 4InI IHuntington Beach.CA 92648 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number:PSB0005783 RLI Insurance Company Named Insured: GMU Geotechnical, lnc. • THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. RLIPack® FOR PROFESSIONALS SCHEDULED ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM—SECTION II—LIABILITY Schedule Name of Person(s)or Organization(s): City of Huntington Beach, its officers, elected or appointed officals, employees, agents and volunteers. 1. SECTION II C. Who Is An Insured is amended to primary basis, or a primary and non-contributory include as an additional insured the person or basis, this insurance is primary to other insurance organization shown in the schedule above, but only - that is available to such additional insured which with respect to liability for "bodily injury", "property covers such additional insured as a named insured, damage" or "personal and advertising injury" and we will not share with that other insurance, caused in whole or in part by you or those acting on provided that your behalf: a. The "bodily injury" or "property damage" for a. In the performance of your ongoing operations; which coverage is sought occurs after you have b. In connection with premises owned by or rented entered into that contract or agreement;'or to you; or b. The "personal and advertising injury" for which c. In connection with "your work" and included coverage is sought arises out of an offense within the "product-completed operations committed after you have entered into that contract or agreement. hazard". 2. The insurance provided to the additional insured by 4. The following is added to SECTION III K.2 Transfer this endorsement is limited as follows: of Rights of Recovery Against Others to Us — COMMON POLICY CONDITIONS (BUT a. This insurance does not apply to the rendering APPLICABLE TO SECTION I — PROPERTY AND of or failure to render any "professional SECTION II—LIABILITY) services". We waive any rights of recovery we may have b. This endorsement does not increase any of the, against any person or organization because of limits of insurance stated in D. Liability And payments we make for "bodily injury", "property Medical Expenses Limits of Insurance. damage" or"personal and advertising injury" arising 3. The following is added to SECTION III H.2. Other out of "your work" performed by you, or on your Insurance — COMMON POLICY CONDITIONS behalf, under a contract or agreement with that (BUT APPLICABLE ONLY TO SECTION I{ — person or organization. We waive these rights only LIABILITY) where you have agreed to do so as part of a contract or agreement with such person or However, if you specifically agree in a contract or organization entered into by you before the "bodily agreement that the insurance provided to an injury"or"property damage"occurs,or the"personal additional insured under this policy must apply on a and advertising injury"offense is committed. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPB 313 02 12 Page 1 of 1 Policy Number: pSB0005783 RLI Insurance Company Named Insured:GMU Geotechnical, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • RLIPack® FOR PROFESSIONALS BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM-SECTION II—LIABILITY 1. C.WHO IS AN INSURED is amended to include as additional insured under this policy must apply on a an additional insured any person or organization that primary basis, or a primary and non-contributory you agree in a contract or agreement requiring basis, this insurance is primary to other insurance insurance to include as an additional insured on this that is available-to such additional insured which policy, but only with respect to liability for "bodily covers such additional insured as a named insured, injury", "property damage" or "personal and and we will not share with that other insurance, advertising injury" caused in whole or in part by you provided that: or those acting on your behalf: a. The "bodily injury" or "property damage" for a. In the performance of your ongoing operations; which coverage is sought occurs after you have b. In connection with premises owned by or rented entered into that contract or agreement; or to you; or b. The "personal and advertising injury" for which c. In connection with "`your work" and included coverage is sought arises out of an offense within , the "product-completed operations• committed after you have entered into that hazard". contract or agreement. 2. The insurance provided to the additional insured by 4. The following is added to SECTION III K. 2. this endorsement is limited as follows: Transfer of Rights of Recovery Against Others to Us — COMMON POLICY CONDITIONS (BUT a. This insurance does not apply on any basis to APPLICABLE TO ONLY TO SECTION II — any person or organization for which coverage LIABILITY) as an additional insured specifically is added by We waive any rights of recovery we may have another endorsement to this policy. against any person or organization because of b. This insurance does not apply to the rendering payments we make for "bodily injury", "property of or failure to render any "professional damage" or"personal and advertising injury" arising services". out of "your work" performed by you, or on your c. This endorsement does not increase any of the behalf, under a contract or agreement with that limits of insurance stated in D. Liability And person or organization. We waive these rights only Medical Expenses Limits of insurance. where you have agreed to do so as part of a contract or agreement with such person or 3. The following is added to SECTION III H.2. Other organization entered into by you before the "bodily • Insurance — COMMON POLICY CONDITIONS injury"or"property damage"occurs, or the"personal (BUT APPLICABLE ONLY TO SECTION II — and advertising injury"offense is committed. LIABILITY) However, if you specifically agree in a contract or agreement that the insurance provided to an ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPB 304 02 12 Page 1 of 1 • • Policy Number: PSA0002105 RLI Insurance Company Named Insured:.GvU Geotechnical, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RL Pack® BUSINESS AUTO ENHANCEMENT { SCHEDULE OF COVERAGES ADDRESSED BY THIS ENDORSEMENT A. Broad Form Named Insured B. Employees As Insureds C. Blanket Additional Insured D. Blanket Waiver Of Subrogation • E. Employee Hired Autos F. Fellow Employee Coverage G. Auto Loan Lease Gap Coverage H. Glass Repair Waiver Of Deductible I. Personal Effects Coverage J. Hired Auto Physical Damage Coverage K. Hired Auto Physical Damage-Loss Of Use • L. Hired Car—Worldwide Coverage M. Temporary Transportation Expenses N. Amended Bodily Injury Definition—Mental Anguish O. Airbag Coverage P. Amended Insured Contract Definition—Railroad Easement Q. Coverage Extensions—Audio,Visual And Data Electronic Equipment Not Designed Solely For The Production Of Sound R. Notice Of And Knowledge Of Occurrence S. Unintentional Errors Or Omissions T. Towing Coverage PPA 300 03 13 Page 1 of 5 • This endorsement modifies insurance provided under the following: • BUSINESS AUTO COVERAGE FORM A. Broad Form Named Insured of the operations contemplated by such contract.The The following is added to the SECTION II — waiver applies only to the person or organization COVERED AUTOS LIABILITY COVERAGE, Para- designated in such contract. graph A.1.Who Is An Insured Provision: E. Employee Hired Autos Any business entity newly acquired or formed by you 1. The following is added to the SECTION II — during the policy period, provided you own fifty COVERED AUTOS LIABILITY COVERAGE, percent(50%)or more of the business entity and the Paragraph A.1.Who Is An Insured Provision: business entity is not separately insured for Bus-iness An "employee" of yours is an "insured" while Auto Coverage. Coverage is extended up to a operating an "auto" hired or rented under a maximum of one hundred eighty(180)days following contractor agreement in that"employee's"name, the acquisition or formation of the business entity. with your permission, while performing duties This provision does not apply to any person or related to the conduct of your business. organization for which coverage is excluded by 2. Changes In General Conditions: endorsement. B. Employees As Insureds Paragraph 5.b. of the Other Insurance Con- dition in the BUSINESS AUTO CONDITIONS is The following is added to the SECTION II — deleted and replaced with the following: COVERED AUTOS LIABILITY COVERAGE, Para- b.graph A.1.Who Is An Insured Provision: For Hired Auto Physical Damage Coverage, the following are deemed 'to be covered Any"employee" of yours is an"insured"while using a "autos"you own: covered "auto"you don't own, hire or borrow in your (1) Any covered "auto" you lease, hire, rent business or your personal affairs. or borrow; and C. Blanket Additional Insured (2) Any covered "auto" hired or rented by The following is added to the SECTION II — your"employee" under a contract in that COVERED AUTOS LIABILITY COVERAGE, Para- individual "employee's" name, with your graph A.1.Who Is An Insured Provision: permission, while performing duties Any person or organization that you are required to related to the conduct of your business. include as an additional insured on this coverage form However,any`auto' that is leased, hired, in a contract or agreement that is executed by you rented orrowed with a driver is not a "borrowed before the"bodily injury"or"property damage"occurs covered"auto". is an "insured" for liability coverage, but only for F. Fellow Employee Coverage damages to which this insurance applies and only to SECTION II — COVERED AUTOS LIABILITY the extent that person or organization qualifies as an COVERAGE, Exclusion B.5. does not apply if you "insured" under the Who Is An Insured provision have workers compensation insurance in-force contained in SECTION II — COVERED AUTOS LIABILITY COVERAGE, covering all of your employees. The insurance provided to the additional insured will G. Auto Loan Lease Gap Coverage be on a primary and non-contributory basis to the SECTION III — PHYSICAL DAMAGE COVERAGE, additional insured's own business auto coverage if C.Limit Of Insurance,is amended by the addition of you are required to do so in a contract or agreement the following: that is executed by you before the "bodily injury" or In the event of a total"loss"to a covered"auto"shown "property damage"occurs, in the Schedule of Declarations, we will pay any D. Blanket Waiver Of Subrogation unpaid amount due on the lease or loan for a covered "auto", less: The following is added to the SECTION IV— BUSI- 1. The amount paid under the PHYSICAL NESS AUTO CONDITIONS,A.Loss Conditions,5. DAMAGE COVERAGE section of the policy;and Transfer Of Rights Of Recovery Against Others To Us: 2. Any: We waive any right of recovery we may have against a. Overdue lease/loan payments at the time of any person or organization to the extent required of the"loss"; you by a contract executed prior to any"accident" or "loss", provided that the"accident"or"loss"arises out PPA 300 0313 Page 2 of 5 b. Financial penalties imposed under.a lease for (2) An adjustment for depreciation and physical excessive use, abnormal wear, and tear or condition will be made in the event of a total high mileage. "loss". c. Security deposits not returned by the lessor; (3) If a repair or replacement results in better d. Costs for extended warranties, Credit Life than like kind or quality,we will not pay for the Insurance, Health, Accident or Disability betterment. Insurance purchased with the loan or lease; (4) A deductible equal to the highest Physical and Damage deductible applicable to any owned e. Carry-over balances from previous loans or • auto will apply. • leases. (5) This Coverage Extension will not apply to: H. Glass Repair—Waiver Of Deductible -(a) Any "auto" that is hired, rented or SECTION III — PHYSICAL DAMAGE COVERAGE, borrowed with a driver;or D. Deductible is amended by adding the following: (b) Any "auto" that is hired, rented or No deductible for a covered"auto"will apply to glass borrowed from your"employee". damage if the glass is repaired rather than replaced. K. Hired Auto Physical Damage—Loss Of Use I. Personal Effects Coverage The following is added to SECTION III—PHYSICAL The following is added to SECTION III—PHYSICAL DAMAGE COVERAGE, A. Coverage,4. Coverage DAMAGE COVERAGE, A. Coverage, 4.Coverage Extensions: Extensions: e. We will pay sums which you legally must pay to c. Personal Effects Coverage the lessor of a covered "auto" which you have • leased without a driver for thirty(30)days or less In the event of a total theft loss of your covered for the lessor's loss of use of the covered "auto", "auto"we will pay up to$400 for"loss"to wearing provided: apparel and other personal effects which are: (1) This insurance provides comprehensive, (1) Owned by an"insured"; and specified causes of loss or collision covered on the covered"auto"; (2) In or on your covered"auto"; No deductible applies to Personal Effects (2) The loss of use results from the covered Coverage. "auto" being damaged in an "accident" while you are leasing it. J. Hired Auto Physical Damage Coverage We will pay up to a maximum limit of$1,500 for The following is added to SECTION III —PHYSICAL this covered extension. DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions: L. Hired Car—Worldwide Coverage d. Hired Auto Physical Damage Coverage The following is added to SECTION II —COVERED AUTOS LIABILITY COVERAGE, A.2. Coverage If hired "autos" are covered "autos" for Liability Extensions: Coverage and this policy also provides Physical f. Hired Car—Worldwide Coverage Damage Coverage for an owned"auto",then the Physical Damage Coverage is extended to (1) We will pay all sums an"insured"legally must "autos"that you hire,rent or borrow subject to the pay as damages because of"bodily injury"or following: "property damage" to which this insurance (1) The most we will pay for "loss" in any one applies, caused by an "accident" which occurs outside of the United States of "accident" to a hired, rented or borrowed 'auto" is the lesser of: America, the territories and possessions of the United States of America, Puerto Rico (a) $60,000 and Canada resulting from the maintenance, (b) The actual cash value of the damaged or or use of any covered "auto" of the private property as of the time of the passenger type you lease, hire, rent or stolenale"; or borrow without a driver for thirty(30)days or less. (c) The cost of repairing or replacing the (2) With respect to any claim made or "suit" damaged or stolen property with other instituted outside the United States of property of like kind and quality. America, the territories and possessions of the United States of America, Puerto Rico, and Canada: PPA 300 03 13 Page 3 of 5 • (a) You shall undertake the investigation, M. Temporary Transportation Expenses settlement and defense of such claims SECTION III — PHYSICAL DAMAGE COVERAGE, and "suits" and keep us advised of all proceedings and actions. A.4. Coverage Extensions, subparagraph a. Transportation .Expenses is deleted and replaced (b) You will not make any settlement without by the following: our consent. a. Transportation Expenses (c) We will reimburse you: (1) We will pay up to a maximum of$1,500 for (i) For the amount of damages be- temporary transportation expense incurred cause of liability imposed upon you by you because of Physical Damage to a by law on account of"bodily injury"or covered"auto". "property damage" to which this insurance applies, and (2) We will pay only for those covered"autos"for For all reasonable expenses incurred which you carry Comprehensive,Colli-sion or (ii) pSpecified Case of Loss Coverage. with our consent in connection with the investigation, settlement or (3) We will pay only for those expenses incurred defense of such claims or "suits", by you during the period of time that begins Reimbursement for expenses'will be twenty-four (24) hours after the covered part of the Limit of insurance for "loss"and ends at the time when the covered liability coverage shown in the "auto" can be reasonable repaired or Business Auto Coverage replaced. Declarations, and not in addition to (4) This coverage does not apply while there are such limits. spare or reserve"autos" available to you for (3) The limit of Insurance for Liability Coverage your operations. shown in the Business Auto Coverage Declarations is the most we will reimburse N. Amended Bodily Injury Definition — Mental you for the sum of all damages imposed on Anguish you,as set forth in paragraph 2.c.above,and The following is added to SECTION V — all expenses incurred by you arising out of DEFINITIONS, Definition C.: any single"accident"or"loss". "Bodily injury"also includes mental anguish, but only (4) You must maintain the greater of the follow- when the mental anguish arises from other bodily ing primary auto liability insurance limits: injury, sickness or disease. (a) Compulsory admitted insurance with O. Airbag Coverage limits required to be in force to satisfy the legal requirements of the jurisdiction The following is added to SECTION III—PHYSICAL where the accident occurs;or DAMAGE COVERAGE B. Exclusions 3.a.: (b) Insurance limits required by law and However, this exclusion will not apply to accidental issued by a government entity or by an discharge of an airbag due to mechanical or electrical insurer licensed or permitted by law to do breakdown. business in the jurisdiction where the "accident"occurs; or P. Amended Insured Contract Definition — Railroad Easement (c) Auto liability insurance limits of at least $300,000 combined single limit or SECTION V— DEFINITIONS paragraph H. 'insured $100,000 per person/$300,000 per acci- contact"is modified as follows: dent Bodily Injury, $100,000 Property 1, Paragraph H.3. is replaced by the following: Damage. If you fail to comply with the above, this 3. Any easement or license agreement. insurance is not invalidated. However, in the 2. Paragraph H.6.a.is deleted. event of a"loss",we will pay only to the extent that we would have been liable had you so Q. Coverage Extensions — Audio, Visual And Data complied. Electronic Equipment Not Designed Solely For The Production Of Sound (5) The insurance provided by this coverage extension is excess over any other collec- SECTION III—PHYSICAL DAMAGE COVERAGE B. tible insurance available to you whether on a Exclusions,exception paragraph a.to exclusion 4,c. primary, excess contingent or any other and 4.d. is deleted and replaced with the following: basis. PPA 300 03 13 Page 4 of 5 a. Equipment and accessories used with such (2) A partner if you are a partnership; or equipment, except for tapes, records, discs or (3) An executive officer or insurance manager, if • other electronic media device, provided such you are a corporation. equipment is permanently installed in the covered "auto" at the time of the "loss" or is removable S. Unintentional Errors Or Omissions from the housing unit which is permanently SECTION IV—BUSINESS AUTO CONDITIONS, B. installed in the covered "auto" at the time of the General Conditions; 2. Concealment Misrepre- "loss", and such equipment is designed to be sentation Or Fraud is amended by adding the solely operated by use of the power from the "autos" electrical system, in or upon the covered following: "autos";or The unintentional omission of, or unintentional error R. Notice Of And Knowledge Of Occurrence in, any information given by you shall not prejudice your rights under this insurance. However this pro- SECTION IV — BUSINESS AUTO CONDITIONS, vision does not affect our right to collect additional A.2. Duties In The Event Of Accident, Claim Suit premium or exercise our right of cancellation or Or Loss, subparagraph a. is deleted and replaced nonrenewal. with the following: T. Towing Coverage a. In the event of"accident", claim, "suit" or"loss", SECTION Ill — PHYSICAL DAMAGE COVERAGE, you must give us or our authorized repro- A.2. Towing, is deleted and replaced by the sentative prompt notice of the"accident"or"loss" following: including: 2. We will pay up to$750 for towing and labor costs (1) How,when and where the"accident"or"loss" incurred each time a covered "auto" is disabled occurred; due to a covered cause of loss. However: (2) The"insured's"name and address; and a. All labor must be performed at the place of (3) To the extent possible, the names and disablement;and addresses of any injured person and b. If the covered auto is a private passenger witnesses. type no deductible applies; and Your duty to give us or our authorized representative prompt notice of the "accident" or c. If the covered auto is not of the private "toss"applies only when the"accident"or"loss"is passenger type our obligation to pay will be known to: reduced by a $250 deductible per disablement. (1) You, if you are an individual; ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPA 300 03 13 Page 5 of 5 • WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed.4-84) • WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. • Schedule Person or Organization Job Description All persons or organizations that are party to a contract that Jobs performed for any person or organization that you requires you to obtain this agreement, provided you have agreed with in a written contract to provide this executed the contract before the loss. agreement. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 12/31/2024 Policy No. PSW0003341 Endorsement No. Insured Insurance Company GMU Geotechnical, Inc. RLI Insurance Company Countersigned By 01998 by the workers'Compensation Insurance Rating Bureau of California.All rights reserved. Policy Number: PSE0002541 RLI Insurance Company THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. RLIPack® SCHEDULE OF UNDERLYING INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE FORM Item 4. of the declarations is amended to include: Type of Coverage Carrier Eff.Date Exp. Date Limits General Liability Occurrence$ 1,000,000 RLI Insurance 12/31/2024 12/31/2025 Aggregate$2,000,000 Company Only the Type of Coverage identified in this Schedule of • Underlying Insurance by Carrier, policy number and applicable Limits are to be • included. Employee Benefits Each Employee$1,000,000 Liability RLI Insurance 12/31/2024 12/31/2025 Aggregate$1,060,000 Company Only the Type of Coverage identified in this Schedule of Underlying Insurance by Carrier, policy number and applicable Limits are to be included. Employers' Liability Each Accident: Statutory Limits or$1,000,000 RLI Insurance 12/31/2024 12/31/2025 ,whichever is greater Company Disease Each Employee: Statutory Limits or Only the Type of $1,000,000 ,whichever is greater Coverage identified in Disease Policy Limit:Statutory Limits or this Schedule of $1,000,000 ,whichever is greater Underlying Insurance by Carrier, policy number and applicable Limits are to be included. Business Auto Liability RLI Insurance 12/31/2024 12/31/2025 Each Accident$1,000,000 Company Only the Type of Coverage identified in this Schedule of Underlying Insurance by Carrier, policy ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. PPU 110 04 23 Page 1 of 1 Switzer, Donna From: Switzer, Donna Sent: Thursday, December 4, 2025 7:20 PM To: 'rschlierkamp@gmugeo.com' Cc: Pinel, Joseph Subject: City of Huntington Beach - 11/18/25 On-Call Materials Testing Prof. Services Contract Attachments: 11.18.25 GMU Engineers PSC.pdf Hello, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and GMU Engineers and Geologists, Inc. for On-Call Construction Materials Testing 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 - J Office:(714)374-1649 Donna.Switzer( surfcity-hb.org 2000 Main Street,Huntington Beach,CA 92648 1 „,,,4„,,,p-4....... ... frfir pli I Profession Services ,,.- lPo 0., ,AAk.k Contracts for On-Call ik _T _T _` •A „ I Construction Management, • ...._ , , ;,; ill '• Materials Testing, and ... ,ti {� r - . !., r i iik ....._-- , •r • _� _ �_ —rf ' ~. lnspectionServic -� - -_ =--, Department of Public Works riaoia,:i_,, . .;,..„:,,,,,, ...w.7, .......„ t November 18, 2025 • (ki.„, 0 • , . , , 0 ,) •# ! 9, 17 190 I •+ ) 0 SUPPLEMENTAL S0 w0ws110 COMMUNICATION C ,ini,, °UNTN i Meeting Date: 11/18/25 1111111110- Ar.” 41.11:11ilitgr ' Agenda Item No. 21 (25-881) BAC KG ROU N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services. The RFQ covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFQ Selection. .' '® . � ,'. r I �' .1 xE €`'� ....g ,`? !I ��(+•.l CpRl'Ohq jfG..f•.(•JGT.�yt F,, ••• C� } g % C-.)r •F� • �" `� ,�, ... z •:, e ...ate \ •i•.r-4= � - "`�`% ;. . 'O ,— UUNTY riP�if 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. r00 ��NT I N Tp <<"" .r.rwry \► '� ©`...'�CORP04s4i .s A P.. :lokr� =°CUNT\(t�,4" 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. i % Qi \y 'y9 ..' B•� 17.1949 �X 3 111 C'OOt '{ � ",, ft l / 3 _.--.,•. !:IH'jl'fj:'' ,:•"T, ''' ,,',%,)a‘t 1111'1111:':')::11: I .'� ➢fib ./ g EsG •'11 2 �g6 / s�rkwc V `"°°^... .A� �- ems-r.c " { 3,.:N dry,iL ! .,, a4 7_E 1, r as , 1:::;,,,,,'::i.,::,;:iii,.':;1131.,..7::•441;';i:',11.1 iiii i iiii X i ..m1 • ri is y s iiiig:;„:,,;;;:::::;::i' ��,� :.'{ � 1. � � 'i ..,f4":.,,!::•• ham.. �a i:ii �f 11.�, „`.,} •* t. / ,11 ::: .'•.,;:',:,:,i.I.i511::','1;..,:111..1...i,11.. . A•:',.5f -'',,:. .! „„<:,.10.14,,,,:..,,,,,,..,::,i1,4,11,110„.,„,,,, ,, : .., ,. Ay-- -,,,... q ; ;,, .1., ,,„ ,,„,,,,,•-,,,. . , 6 ••.. • „,„„,. ter., yy ,I.'...li‘..v‘.:. • ..,,,'.. '.•:, f E 1 ,�c J z� I (11) Oh II 0 II IIIIIIII (11) r� T0 Professional., Services jING T11P 0 Contracts for On -Call e \ \ ARFD '•• \ Construction Management, ---- , ---;,,,,, Materials Testing , and ,_ , , e i _,.._______ _ �f, ___, _ _ Sok . _ Inspection Services ___ ____„_______ . — - ____ _ _ ____ . -- - • k Department of Public Works •w/ 0 - `i November 18, 2025 '‘. 0••• 2 1 19�9 , •.• C.0 •••• 7, •,•• •... ` I • °OONTNt ;## 1 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. t+ _` _ :r NTING70�i �+ f a + ta+ _ ,.,., . 1 ����GORPO RATF•••• � _ '\I ,. ' VS 1S UNTY 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. '� .: -- I . ' , , .11 y� .�� v. r. y�R. ♦. y,.....y,,4.0 " _ . _.4. i i rM • ���f tilt , '• �iiy��NT I N GT}.. :i.r-� `.- . I. .4 _... ,.,--.../�-_ -- // (' \` .......q.• O� \ • Oflru •• YY n \ WWI ii:S$ __ • _coUNT`1 �\'''i/' RECOMMENDATION Approve and authorize the Mayor and City Clerk to execute Professional Services Contracts between the City of Huntington Beach and the nineteen (19) firms (listed below) for On-Call Construction Management, Materials Testing, and Inspection Services. Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Cannon Corporation; Certerra RMA Group; Dudek; FCG Consultants Inc.; GHD Inc.; GMU Engineers and Geologists, Inc; Griffin Structures, Inc.; Harris & Associates, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; PSOMAS; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; TRANSTECH Engineers, Inc.; and Willdan Engineering. The City does not guarantee any amount of work to awarded vendors as these services are 0)NTI,NGT.. an "as-need" basis. �k�•'�NCORF�HATFo•••. - ' ''••4;B 17 19�9 � ��00UNT�'_. t p 1 ,�+1{. 1t y fir 6' K•. »l 7,t , t L t am• d tt • (t T L.1. r- .c ,�- 3 114 o a 1 j. I ' iTlry Fellow.? k ' i 1t �„ ' ? E ' i{ice c, �, t t{ co�+ i.l� fi; -, 4 1"?:-)-- ry if,, , C fits _ ��4�j ..j. 'N { . [ � .0 1v%- � � .'- , — �' �� s r .1 t y �,�{ 1' I ea_ c 1�� p. ii CI‘4*1 i. cn 0 • ._ .4-0 cf) a)