Loading...
HomeMy WebLinkAboutHarris & Associates, Inc. - 2025-11-18 r��NTINGT 2000 Main Street, /14/;;;4;.47••Y i Huntington Beach,CA Ur= 92648 City of Huntington Beach APPROVED 7-0 9iy'•. Q 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 ib--e powered by LegistarTm /v/J�, 391 File #: 25-881 MEETING DATE: 11/18/2025 C)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Berg & Associates, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and * 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 �lE E)Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Dudek for On-Call Construction Management and Inspection Services; and F)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and GHD Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and G)Approve and authorize the Mayor and City Clerk to execute $1,000,000 Professional Services Contract between the City of Huntington Beach and GMU Engineers and Geologists, Inc. for On- Call Materials Testing; and H)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Harris & Associates, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and * I) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and PSOMAS for On-Call Construction Management and Inspection Services. Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Analysis: To efficiently manage the City's growing Capital Improvement Program (CIP), the City utilizes on-call professional service contract agreements with pre-qualified firms that provide specialized services on an as-needed basis. These contracts allow staff to quickly assign work when specific projects or increased workloads arise, without committing to a guaranteed minimum amount of work. This approach provides both flexibility and cost efficiency, enabling the City to meet service demands without adding permanent staff. Each year, the City undertakes an extensive CIP that includes a wide range of infrastructure improvements requiring engineering and construction support. Many projects demand construction management, materials testing, inspection, and regulatory compliance services that extend beyond internal staff capacity. Engaging qualified external consultants allows the City to ensure projects are delivered efficiently, safely, and in full compliance with federal and state standards. City of Huntington Beach Page 2 of 4 Printed on 11/12/2025 y� powered by LegistarT" -4 392 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 9 p provide inspection duties for the Development Section. These duties include inspection services for utility permits and larger development projects that are covered by developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Qualifications (RFQ) on June 13, 2025, inviting firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFQ encompassed a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed the procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers, and complied with the federal Brooks Act and California Senate Bill 419. The City received twenty-seven (27) proposals in response. A three-member evaluation panel- comprised of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The Public Works Department consistently attracts highly qualified firms for such RFQs, resulting in a robust and competitive selection process. Based on evaluation results, staff recommend awarding nine (9) on-call contracts to firms to continue service to existing projects. The nine firms listed would reduce any potential interruption of construction services. Additionally, nine (9) other qualified firms shall be considered for further approval and will be recommended in a subsequent council meeting. Recommended Firms The current recommended firms are: Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc.; Harris & Associates, Inc.; and PSOMAS. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-material basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant City of Huntington Beach Page 3 of 4 Printed on 11/12/2025 powered by Legistar'" 393 File #: 25-881 MEETING DATE: 11/18/2025 task orders include Heil Pump Station, Admiralty Bridge, Humboldt Pump Station, Traffic Signal Installations, Sunset Beach Sewer, to name a few. Projects upcoming that will use construction management and inspection include Humboldt Bridge, McFadden Lift Station, Davenport Lift Station, Water Well projects, Street Overlays/Rehabilitation, Downtown Street Lighting, Traffic Signals, and include inspection support for Development permitting. On-call contracts will be activated only when project demands exceed available City staff capacity. Each contract will be established with a three-year term and a not-to-exceed amount, with no guarantee of work. All expenditures under these agreements remain subject to City Council approval through the annual budget process. Environmental Status: Not Applicable. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Copy of Request for Qualifications (RFQ) 2. Accenture Contract Summary 3. Professional Services Contract with Accenture Infrastructure and Capital Projects, LLC. 4. Ardurra Group Contract Summary 5. Professional Services Contract with Ardurra Group, Inc. 6. Berg & Associates Contract Summary 7. Professional Services Contract with Berg & Associates, Inc. 8. Certerra RMA Group Contract Summary 9. Professional Services Contract with Certerra RMA Group 10. Dudek Contract Summary 11.Professional Services Contract with Dudek 12.GHD Inc. Contract Summary 13. Professional Services Contract with GHD Inc. 14.GMU Contract Summary 15.Professional Services Contract with GMU Engineers and Geologists 16.Harris and Associates Contract Summary 17.Professional Services Contract with Harris & Associates, Inc._ 18. PSOMAS Contract Summary 19.Professional Services Contract with PSOMAS 20.Power Point Presentation City of Huntington Beach Page 4 of 4 Printed on 11/12/2025 powered by LegistarT'A 394 0N7I NGT0 i+�(cartrf4 <$)��. • ^, r yl': :Nee CP�tir' • REQUEST FOR PROPOSAL FOR ON-CALL CONSTRUCTION MANAGMENT,MATERIALS TESTING, and INSPECTION • SERVICES. Public Works Department CITY OF HUNTINGTON BEACH Released on May 15th, 2025 ON-CALL CONSTRUCTION MANAGEMENT SERVICES and MATERIALS INSPECTION SERVICES REQUEST FOR PROPOSAL (RFP) 1. BACKGROUND The City of Huntington Beach ("City") Public Works Department is seeking experienced consultant firms to assist the City's staff in the following service category, to perform Construction Management and Material Inspection services for any City related projects and activities. Qualified firms shall provide construction management consulting services on an"on-call"basis for projects assigned during the term of the contract. The contract will be for a minimum 3-year term.The City will issue task orders for each project based upon the scope-of-services; qualifications, work schedule,and reasonableness of the fee. For task orders greater than $30,000 City may typically solicit proposals from 2 or more qualified consultants for City funded projects. 2. SCHEDULE OF EVENTS This Request for Proposal will be governed by the following estimated schedule: Release of RFP May 15,2025 Deadline for Written Questions May 30,2025 by 4pm Responses to Questions Posted on Web June 6, 2025 Proposals are Due June 13th,2025 by 4pm Interviews, if Necessary 3rd Week of July Proposal Evaluation Completed and Notification August 2025 Approval of Contract September 2025 3. SCOPE-OF-WORK BY SERVICE CATEGORY In general,the consultant shall perform consulting services on an"on-call"basis for projects assigned by the City. The scope-of-work for any one project may involve all phases of project development and may include but, is not limited to the following: A. Construction Management . The City is seeking experienced Construction Management firms to assist the City's staff in providing Construction Management and Inspection Services for a wide variety of capital improvement projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: pump stations, lift stations, curb and gutter, sidewalks,pipelines,traffic signals, structures,road rehabilitation,and bridge retrofits. In addition, the City anticipates consistent construction activity on City facilities, including fire stations, police department facilities and substations, community centers,beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits, new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects,the City is planning to utilize Design-Build(DB) and Progressive Design-Build (PDB) delivery methods for applicable infrastructure and facility projects. As such, the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and contractors, early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. Interested firms shall address in their qualification statements, their firms ability to provide the following services if selected by the City. The successful firm will be expected to provide these services for locally funded CEP projects. The City prefers those qualified firms assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and gutter, sidewalks, pipelines, structures, road rehabilitation, reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings,product data; samples; submittal; purchases; materials; equipment; applicable handbooks;maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates.A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information(e.g., logs,payment applications, working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system(PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project,preparing daily reports listing employee,labor classifications,hours worked and equipment on project,maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive,log and respond to Contractor Request-for-Information(RFI's). 12. Conduct weekly construction progress meetings with contractor,subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress, problems, and scheduling.Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19.Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences,realistic durations, constraints, schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor(weekly)to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City.Review and evaluate contractor's request for changes.Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains"As-Built"project schedule. 25. Review pay requests and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy of the project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff. 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout- Consultant shall provide the following project closeout services: • Administer and coordinate final inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project"Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment, labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out,require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced, or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project.Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site, number and names of workers with hours on site,work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion. Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10.During the course of construction,maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements,reporting, and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon& State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates,benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a final report to the City upon completion of each project summarizing any identified discrepancies and resolutions to those discrepancies affecting the project. 9. Defend certified payroll audits if conducted by controlling agency. E. Construction Materials Testing 1. The consultant shall be responsible for all the tests as required by the Caltrans Standard Specifications and the Project Special Provisions. 2. The consultant shall perform the materials testing services in accordance with the City's approved Quality Assurance Program (QAP) (See Appendix E), California Department of Transportation, Construction Manual, Chapters 3, "Control of Materials" and Chapter 6, "Sample Types and Frequencies."The consultant shall provide for initial"Samples and Tests" on materials proposed for use in the project. The firm shall provide for "Acceptance Tests" on materials that will be incorporated into the work. Sampling should begin as soon as material is delivered or in place. Sampling shall continue as work progresses. 3. The consultant shall conduct all testing in a Caltrans Certified Laboratory, or equivalent. All sampling and testing shall be done by personnel and laboratory with the appropriate accreditation for the testing and sampling designated to perform. Proof of the appropriate accreditation shall be submitted for approval by the City. 4. Provide a qualified technician as necessary to conduct density tests as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four(24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17" sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max. and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter. (Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form(See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your finn has provided the services being requested in this Request-for-Proposal. 2) The key personnel, sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish(months&years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code(CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches,and solutions to similar projects that would be undertaken by the City, and detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CIP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major 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 REP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.cfin b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview, if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Firm Qualifications -Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. Staffing - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points). After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. https://cros3.revize.coin/revie/liuntingtonbeachca/DocumentsBusiness/Licenses%20Pennits%20& %20CodeBusiness%20Licens e/FORMS/Standard-Business-License-Application%202024.pdf K. Interview -After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded,must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. 8. GENERAL REQUIREMENTS Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful consultant must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. The consultant is encouraged to contact its insurance carriers during the qualifications submittal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. Standard Form of Agreement The consultant will enter into an agreement with the City based upon the contents of the RFP and the consultant's response. The City's standard form of agreement is included. The consultant shall carefully review the agreement, especially the indemnity and insurance provisions, as the standard form of agreement will not be changed, and must be accepted as is. Assuming the consultant is agreeable with no exceptions, a statement to that effect shall be included in the qualifications submittal. Disclaimer This RFP does not commit the City to either issue an RFP, award a contract, or to pay any costs incurred in the preparation of the RFP response. The City reserves the right to extend the due date for the RFP, accept or reject any or all proposals submittals received as a result of this request, negotiate with any qualified consultant or cancel this RFP in part or in its entirety without penalty. Assigned Representatives The City will assign a responsible representative to administer the contract and to assist the consultant in obtaining information.The consultant shall also assign a responsible representative (project manager) and an alternate,who shall be identified in the RFP response. The consultant's representative will remain in responsible charge of the consultant's duties from the notice-to- proceed through project completion. If the consultant's primary representative should be unable to continue with the project, then the alternate representative identified in the RFP response shall become the project manager.Any substitution of representatives or sub-consultants identified in the RFP response shall first be approved in writing by the City's representative. The City reserves the right to review and approve/disapprove all key staff and sub-consultant substitution or removal, and may consider such changes not approved to be a breach of contract. EXHIBIT A Pre-Qualification Form • PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING • SERVICES ��x..r ,:�a<%, _ •di'rY Y.>n-,v :jza e.<5•�,i-aws`mS.h¢'-s 4%'.•' r..ZN:t.;. :.:•h'r:•;r.. ....K,: ,�%x Yv'Y.:;, • i�s',%.y"Jt'.xY.,;-..;nv; a3y n �y ,• ,./,, ^.4%P'v:tiFi';a-A9.i;' r� .� 'C i,�,^,.•ti�i'::.iSns .;fY1S," .� .'�^�Ck�, ' .Y �.. � -;;�.::-::-.:&..,.;:o:;s;*:,:.�„•.. ;``v'::rt<a•y,Y .. .<.. ..�z;, ,' y.. z.r-r' C1�G .. •$�: not > N�::�Mi.^>"�.:� ".i � - .s`.Y'. .� � A. Construction Management Yes/No (Initial) Consultant is willing to execute the Agreement as drafted(See Appendix B). • (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Firm Address: Signature: Date: IAPPENDIX A Vendor Application Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑NEW ❑CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Is your business: (check one) ❑NON PROFIT CORPORATION ❑FOR PROFIT CORPORATION Is your business: (check one) ❑CORPORATION ❑LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP [PARTNERSHIP ❑UNINCORPORATED ASSOCIATION Names &Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: IAPPENDIX B Agreement as Drafted Exhibit B — Draft Contract PROFESSIONAL SERVICES CONTRACT BETWEEN • THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY,"and. , a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE agree/surthet/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/surfneUprofessionalsvcs mayor 5/19-204082 from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CON I'IZACTOR 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/surthet/professional svcs mayor 5/19-204082 approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach, CA 92648 agree/surfnedprofessionalsvcs 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/surfnedprofessionalsvcs 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 Iri 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/surthet/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/surfneUprofessionalsvcs mayor 5/19-204082 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor • By: print name City Clerk ITS: (circle one)Chairman/President/Vice President INITIATED AND APPROVED: AND . By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney • agree/surfnet/professional svcs mayor 5/19-204082 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANTS' DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT"B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be 'unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. • 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT "B" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. • 2. Delivery of work product: A copy of every memorandum, letter, report, calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. • PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR Table of Contents 1 Scope of Services 1 2 City Staff Assistance 2 3 Term; Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans,Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices .7 17 Consent 8 18 Modification 8 19 Section Headings 8 20 Interpretation of this Agreement 8 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 I APPENDIX C City's Insurance Requirements CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best'sRating of no less than A:VI]: • 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 of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. • Vendor.Type , , ' , . Minin um InsuranceRequirements Professional Liability Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate.Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02.Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix revised 10-27-08 1 of 1 �NTING CITY OF HUNTINGTON BEACH � T.. , '� O9• RCA Contract 1 = 7.1 Agreement Summary ��UNTV 0"\."1 GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT November 18, 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT(S) In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pinel CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $2,500,000 3-years VENDOR NAME+TYPE OF SERVICE Harris & Associates will serve as an FULL SERVICE on-call professional, specializing in construction management, materials testing, and inspection. Consultant will serve as CM's, provide testing, and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management, Materials Testing and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction.support services for various projects and disciplines. SCOPE OF WORK On-call CM, Material Test, and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants, proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency 'Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. F13 CITY OF HUNTINGTON BEACH 877 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND HARRIS&ASSOCIATES FOR ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING,AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and, HARRIS & ASSOCIATES., a hereinafter referred to as "CONSULTANT." WHEREAS,CITY desires to engage the services of a consultant to perform on-call I construction management,materials testing and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW,THEREFORE,it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES /- CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Stephen Lindsay who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/393192 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 ont 1L,, 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Two Million Five Hundred Thousand Dollars($2,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/393192 2 of 12 compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained, b. 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 25-17168/393192 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. 25-17168/393192 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 25-17168/393192 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. 25-17168/393192 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 C SULTANT's services hereunder at any CITY may terminate ON time with or without cause,and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. • 25-17168/393192 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 Harris&Associates ATTN: Director of Public Works ATTN: Stephen Lindsay 2000 Main Street 1401 Willow Pass Road, Suite 500 Huntington Beach,CA 92648 Concord, CA 94520 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. 25-17168/393192 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 25-17168/393192 9 of 12 which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals,each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the,terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25-17168/393192 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 parry's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing.between the parties respecting the subject matter hereof. 25-17168/393192 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, HARRIS & ASSOCIATES a municipal corporation of the State of California By: /� �1 PsikK Manager c52(.144- print na e ITS: (circle one)Chairman/Preside ice Presiden INITIATED AND APPROVED: AND Director of Public Works By: kAArY--� APPROVED AS TO FORM: print name ?L/ ITS: (circle one)Secretary hief Financial Officer sst. Secretary—Treasurer 6i" City Attorney Date tbI).9 ,?-4Ls' RECEIVE AND FILE: ?4- n6 YnQe� Cit �Jerk Date /a/3/25 25-17168/393192 12 of 12 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be perfonned) 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 1 ----_,, a ,< ,,,,, 1 4,/,..,:("=;,4(..;. g i1pr,i,,,'•4-,-.41,.., ic4 ,, , ' I /,:.1.4 -- ,°„ ,.. ttt !� zj �t �;rn f?f it, • ! N •�8 § ,�_� � � �9q �3` � �T� � e I � ' q� Aeft - It fi , ? a t m ii��i '� \'aR—wa - Afp t . m. 3 ' � .' �„„� '3 .'. '\ Nam mow' '` +T % ,t ON - CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING , AND e INSPECTION SERVICES CITY OF HUNTINGTON BEACH June 13, 2025 Harris & Associates a. ,,'; € Iiii Illi x � _ �.: , i,.: ,:- {9 .gr !,,,,,. "fie II ... Viz.: fi Ffi a� ite ,`°'� .-, ",•tea„ :uw,„ „a 6ri":., « -`< '• 7 TABLE OF CONTENTS iii A. Cover Letter B.Vendor Application Form v C. Pre-Qualification Form (Exhibit A) vii D. Service Category Harris&Associates 1 Appendix: Key Staff Resumes A-1 Appendix: Key Staff Certifications A-14 E. Rate Sheet Uploaded as Separate File Harris&Associates,Inc. Table of Contents N ii El Harris & Associates A. COVER LETTER June 13, 2025 On-Call Construction Management, Materials Testing,and Inspection Services Public Works Department Dear Evaluation Committee: City of Huntington Beach 2000 Main Street The City of Huntington Beach (City) is a dynamic and growing community with Huntington Beach, CA an extensive infrastructure network that serves its 200,000 residents and over 92648 16 million annual visitors.As the City continues to navigate redevelopment, aging infrastructure,and a potential influx of financial resources from various funding sources,having a reliable and experienced partner will be essential for seamless project execution. Harris &Associates (Harris) is eager to continue our long-standing partnership with the City by providing quality,responsive,and innovative construction management,materials testing,and inspection services to support your critical infrastructure needs. Harris offers a full-service team with extensive expertise in capital improvement program(CIP) implementation and construction management. Our collaborative approach will facilitate efficient coordination,resulting in time and cost savings for the City.As your trusted advisor,we bring the following key benefits: Proven Experience with the City:Harris has successfully delivered numerous City projects,including the Main Promenade Parking Structure Improvements Project,the Sewer Lift Station"D"Project,the Warner Avenue Gravity Sewer Project,and the Newland Street Improvements Project,to name a few.We are also currently providing civil engineering services under a similar on-call contract to the City. Our deep understanding of the City's processes,construction standards, and key personnel will allow us to accelerate project delivery while maintaining standards of quality and efficiency. Extensive Experience Providing On-Call Services: Harris has successfully provided services through on-call contracts for more than 50 public agencies including Huntington Beach,Long Beach,Irvine,Los Angeles,Anaheim,Rancho Palos Verdes,Manhattan Beach,Yorba Linda,Orange County,and Caltrans. Our team's familiarity with the Huntington Beach community means synergy with the City culture,and our knowledge of requirements and permits will minimize learning curves and allow for seamless integration with City staff. Comprehensive Capabilities:Harris has teamed with Ninyo&Moore (Construction Materials Testing) and WSP (Facility Inspection),each selected for their expertise and successful track record on similar projects. Together Harris&Associates,Inc. a. with our subconsultants,our full service teamprovides a one-stopsolution for 101 Progress,Suite 250 Irvine,CA 92618 949.655.3900 ■ WeAreHarris.co(T A.Cover Letter III in I pA construction management,construction materials testing,inspection,and labor PROJECT MANAGERS' LOCAL OFFICE _ compliance services.With a single point of contact,we provide clear and effective DELIVERING SERVICES communication,seamless project execution,and a streamlined approach to TO THE CITY: managing the City's infrastructure improvements. 101 Progress,Suite 250 Irvine,CA 92618 Specialized Services: Harris delivers comprehensive construction management 949.655.3900 services across all project types—vertical,horizontal,wet and dry utilities,and both small and major in size—tailored to meet the unique needs of Huntington Beach. Our experienced team prioritizes rigorous document control,robust _ training,and a steadfast commitment to safety,with engagement and oversight at every level of the organization. Harris'in-house specialized labor compliance team further strengthens project delivery,verifying all regulatory requirements are met efficiently and transparently. =, Innovative and Cost-Saving Solutions: Harris approaches on-call construction 9` management as a seamless extension of City staff—providing proactive leadership, early issue identification,and a"no surprises"communication model to keep projects on schedule and within budget.Led by Contract Manager Stephen Lindsay, PE,a former public agency construction manager,our team applies proven methods such as real-time schedule monitoring,scope refinement during scoping meetings, _ and stakeholder engagement to prevent costly delays and change orders.For example,on the Ocean Boulevard Bluff Erosion Repair Project for the City of Long Beach,Harris successfully stepped in mid-construction to resolve delays,renegotiate the project schedule,and resume work—ultimately reducing the schedule duration s by two months.The value to the City of Huntington Beach is a trusted partner that takes ownership of every assignment,delivers solutions before problems escalate, ' ° g , and protects City time and resources through proven,efficient project delivery. Harris is committed to helping the City of Huntington Beach meet its' infrastructuregoals byprovidingefficient,cost-effective,and sustainable construction management solutions.We look forward to the opportunity to • discuss further how our team can support the City's vision and deliver g4iiggAgg'igggi impact projects that benefit residents and visitors alike. ; Sincerely, s Harris&Associates,Inc. /7y Stephen Linds y,PE Mark Nassar,PE Construction Manager/Project Manager/ Principal-in-Charge Contract Manager (Authorized Signature) 619.929.4507 619.200.6442 Steve.Lindsay@weareharris.com Mark.Nassar@weareharris.com Aggitralki,1$004Pftt ATV A,; A.Cover Letter N iv B. VENDOR APPLICATION FORM REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: LI NEW XCURRENT VENDOR Legal Contractual Name of Corporation: Harris&Associates,Inc. Contact Person for Agreement: Mark Nassar,PE Corporate Mailing Address: 1401 Willow Pass Road,Suite 500 City,State and Zip Code: Concord,CA 94520 E-Mail Address: Mark.Nassar@weareharris.com Phone: 619.200.6442 Fax: 866.356.0998 Contact Person for Proposals: Stephen Lindsay,PE Title:Construction Manager/Project Manager/ E-Mail Address:Steve.Lindsay@weareharris.com Contract Manager Business Telephone: 619.929.4507 Business Fax: 866.356.0998 Is your business:(check one) ❑NON PROFIT CORPORATION XFOR PROFIT CORPORATION Is your business:(check one) XCORPORATION ❑LIMITED LIABILITY PARTNERSHIP • ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP • III PARTNERSHIP Cl UNINCORPORATED ASSOCIATION Harris&Associates,Inc. B.Vendor Application Form II v Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Corporate Board Members: Michelle White Chief Executive Officer/ 916.501.4498 President Ehab Gerges EVP,PMCM&Engineering 949.683.2011 Division President Lisa Larrabee Board Chair 925.788.8434 Pat McCann Board Member 925.827.4900 Elisa M.Speranza Board Member 925.827.4900 Federal Tax Identification Number: 94-2385238 City of Huntington Beach Business License Number: A259121 (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 4/30/2026 Persons with Written Authorization/Resolution to Sign Contracts: Michelle White Chief Executive Officer/ 916.501.4498 President Ehab Gerges EVP,PMCM&Engineering 949.683.2011 Division President Mark Nassar Vice President,PMCM 619.200.6442 Harris&Associates,Inc. B.Vendor Application Form a vi C. PRE-QUALIFICATION FORM (EXHIBIT A) PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?YIN (circle) A. Construction Management €2"No Ij MN(Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). MN(Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Harris&Associates,Inc. Firm Address: 101 Progress,Suite 250,Irvine,CA 92618 Signature: Date: June 13,2025 �I Harris&Associates,Inc. C.Pre-Qualification Form(Exhibit A) vii PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?YIN (circle) B. Construction Materials Testing 400No MN(Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). MN(Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Harris&Associates, Inc. Firm Address: 101 Progress,Suite 250,Irvine,CA 92618 Signature: Date: June 13,2025 Harris&Associates,Inc. C.Pre-Qualification Form(Exhibit A) ■ viii PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?YIN (circle) C. Inspection 41520 No MN(Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). MN(Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Harris&Associates,Inc. Firm Address: 101 Progress,Suite 250,Irvine,CA 92618 Signature: Date: June 13,2025 Harris&Associates,Inc. C.Pre-Qualification Form(Exhibit A) IN ix PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING? Y/N (circle) D.Labor Compliance Yes No MN(Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). MN(Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Harris&Associates,Inc. Firm Address: 101 Progress,Suite 250,Irvine,CA 92618 Signature: Date: June 13,2025 Harris&Associates,Inc. C.Pre-Qualification Form(Exhibit A) ■ x D. SERVICE CATEGORY HARRIS & ASSOCIATES Qualifications: A. Construction Management 1) FIRM'S DEMONSTRATED CAPABILITIES Key Staff/Role/Yrs of Exp. Responsibilities Stephen Lindsay,PE • Direct point of contact Harris has been providing construction Construction Manager/Project • Manages contract and staff Manager/Contract Manager • Reviews staff needs with City management services for 49 years. The Harris Years of Experience:32 »3, team is fully capable of performing a wide range of ` Mark Nassar,PE ,• Resource management construction management services.Through on- Principal-in-Charge I• Client satisfaction Years of Experience:34 • Authorized signatory call contracts with small and large public entities Mahmoud Akhavain,PE • Construction monitoring and within southern California,Harris has successfully Construction Manager/ reporting Alternate Project Manager • Cost/schedule monitoring completed many of the same types of projects the City Years of Experience:38 • Owners meetings is currently working on and planning for the near • Pay application review future.We have rehabilitated streets and sidewalks for Cr.RuebenSmith,MPM • Construction monitoring and Construction Manager reporting enhanced safety and walkability,replaced aging and Years of Experience:27 • Cost/schedule monitoring • Owners meetings inappropriate infrastructure including water,sewer • Pay application review and storm drain systems,enhanced water supply Sean Dunbar,CCM • Construction monitoring and Construction Manager reporting reliability,improved drainage facilities,and upgraded Years of Experience:25 • Cost/schedule monitoring numerous facilities for public agencies. • Owners meetings • Pay application review We have done this work by bringing the right Michael Te,PE,CCM,QSD • Construction monitoring and Construction Manager reporting experience to each project,having a solid Years of Experience:16 • Cost/schedule monitoring understanding of the needs and concerns on each • Owners meetings • Pay application review project,working collaboratively to make certain all Prince Dumaran,CCM • Construction monitoring and stakeholders concerns are addressed,proactively Construction Manager reporting Years of Experience:22 • Cost/schedule monitoring working throughout the project to enhance safety • Owners meetings and keep projects on schedule,and providing clear • Pay application review Leonardo Flores,EIT,LEED AP , • Construction monitoring and and continuous communication.We specialize in i Construction Manager reporting being your eyes and ears during construction and Years of Experience:24 • Cost/schedule monitoring • Owners meetings monitoring performance of the contractors on your • Pay application review projects in your interests of timely completion,quality Dezer Millare • Construction monitoring and Construction Manager reporting of construction,and within budget. Years of Experience:10 • Cost/schedule monitoring • Owners meetings 2) KEY PERSONNEL AND SUBCONSULTANTS • Pay application review The following table identifies our key Construction Management staff.We do not anticipate utilizing subconsultants for this category. Harris&Associates,Inc. D.Service Category Harris&Associates IN 1 aft 3)THREE PUBLIC AGENCY REFERENCES . P On-Call Construction Management Services, City of Long Beach ierffly '. lej Atc, Brief Description:Harris is providing construction management services $ s for CIP and maintenance projects over the course of three on-call r 511' contracts totaling$9 million. Harris acts as the City of Long Beach's • on-site representative providing construction management services for project types such as public buildings and facilities,park and recreational - facilities,stormwater improvements,street and bridge improvements,and PUBLIC AGENCY CLIENT waterfront projects.Harris has successfully delivered 20 projects,with an City of Long Beach overall construction cost total of more than$100 million.Highlighted PUBLIC AGENCY CONTACT Mouhsen Habib construction management(CM)assignment includes: mouhsen.habib@longbeach.gov • Blue Line Improvements.This$5 million project included four separate 562.570.5754 PRIME FIRM contracts.One contract included replacing the existing chain link fencing Harris&Associates with decorative railing system within the median of an active Metro line PROJECT MANAGER(PM)/ on a one-mile stretch of Long Beach Blvd.Another contract included KEY PERSONNEL Mahmoud Akhavain (PM) removal of existing landscape and replacing it with drought-tolerant Michael Te plants in the median.Other work included replacement and painting Dezer Millare of the approximately 200 light fixtures and poles along the median START/FINISH 2/2014-Ongoing and within the catenary power system requiring close coordination with Metro.Mahmoud Akhavain and the entire team received special recognition from the City Public Works Department as Team of the Year! On-Call Construction Management Services, City of Anaheim 1 . , Brief Description:This on-call contract includes acting as an extension ofCity staff to support a wide range of construction management and other professional service needs. Highlighted CM assignment includes: W „ • Underground District#70(UD-70)-Wildfire Mitigation "' • Undergrounding in Fire Threat Zones Project.This$19.6 million IF r` PUBLIC AGENCY CLIENT project is addressing and mitigating the threat of wildfires by City of Anaheim undergrounding existing electrical distribution systems,services, PUBLIC AGENCY CONTACT conversions,telecommunication systems,and street light installations. Carlos Castellanos ccastellanos@anaheim.net Harris is providing construction management services and overseeing 714.765.5066 the contractor's work,which includes traffic control,potholing, PRIME FIRM implementation of a Water Pollution Control Program(WPCP) and Best Harris&Associates PM Management Practices(BMPs),grading,and construction,disposal and KEY PERSONNEL Ste Stephen Lindsay(PM) abandonment of electrical facilities. Vijay Desai(PM) START/FINISH 6/2021-Ongoing Harris&Associates,Inc. D.Service Category Harris&Associates ■ 2 On-Call Construction Management Services,County of San Diego Brief Description:This$5 million contract includes construction management for both CIP and maintenance projects.Harris acts as the County's on-site representative providing construction management services while also working with the contractor to monitor compliance to the State ai of California's labor requirements.Harris has successfully delivered over 155 task orders since 2017,encompassing two$5 million contracts. a Highlighted CM assignment includes: PUBLIC AGENCY CLIENT • Borrego Springs Library,Sheriff's Office&Park.This$16 million County of San Diego Department of General Services(DGS) design-build project was highly anticipated by the community It PUBLIC AGENCY CONTACT included new 14,000 SF library with community rooms,reading rooms, Joseph Castro Joseph.Castro@sdcounty.ca.gov and a technology center,a 16-acre park with amphitheater,children's play 619.372.0225 area,dog park,sports courts,and fitness stations surrounded by.native PRIME FIRM planting,and a State-of-the-Art Sheriff's Office,including a holding cell Harris&Associates PM/KEY PERSONNEL oft and working areas.Harris and the designer worked together to identify Sean Dunbar(PM) areas of potential savings through value engineering and reduced costs Prince Dumuran(PM) by 15-20%before final payment.The project received multiple awards Steve Penner START/FINISH including the 2019 Energy Efficiency&Integration Award from AIA 12/2017-Ongoing San Diego and the 2019 Project Award from ASCE San Diego. 4) FIRM'S UNIQUE QUALITIES AND OVERALL BENEFIT FOR THE CITY AND UNDERSTANDING OF SERVICES Unique Qualities and Overall Benefit they could not afford otherwise.Our construction Our seasoned construction managers have been managers pay special attention to potential change managing the construction of CIP projects for orders and discuss them in every weekly meeting during construction.This allows the construction many years,have experience working with low-bid contractors,and are familiar with the common practices management team to have a good handle on the project of contractors to construct the work.Our construction cost and controlling expenditures on owner requested managers make an effort to informally partner with the change orders.Our construction managers emphasize contractor to implement the project successfully and documentation and are proficient with schedule impact have a win-win outcome for the client and contractor. mitigation and claim avoidance in order to control This informal partnering strategy typically brings out project cost.The overall benefit to the City is that the best in contractors to provide quality work with your staff can trust Harris to take ownership of our fair and reasonable costs.Our construction managers assignments,freeing up the City's time and resources. will help coordinate the necessary assistance from various City departments to facilitate the contractor's operations.In return,the contractor is able to perform work efficiently and provide quality work that Harris&Associates,Inc. D.Service Category Harris&Associates M 3 Understanding of Services • As directed by the City of Huntington Beach,Harris - understands that our on-call construction managers „fir ~ • '� ,� J will manage the construction and delivery of capital ,;� -- ,,/ projects. Projects completed for the City will meet your expectations for quality and will be completed in a timely and fiscally prudent manner with Harris provided construction management services for the design-build delivery of the City of Carlsbad's Water Recycling Facility. consideration to all project stakeholders. • Carlsbad Water Recycling Facility Harris will provide administration of construction, — Owner Type: Public Agency(City of Carlsbad) scheduling of work,and the coordination of the —Delivery Structure: Design-Build contractors or any other persons on the site of our —Role: Construction Manager assigned City projects. —Lessons Learned:The DB approach required 5) RELEVANT DESIGN-BUILD EXPERIENCE uninterrupted plant operations and integration Harris has substantial experience supporting both of new technology,highlighting the importance Design-Build(DB) and Progressive Design-Build of early,comprehensive requirement gathering (PDB)project delivery for a wide range of public and consistent communication with owner agency owners. Our history includes leading roles stakeholders for DB success. on large-scale transportation projects,municipal • California High-Speed Rail infrastructure projects,water and sewer utilities, — Owner Type: Public Agency(California High- and emergency replacements. Harris has experience Speed Rail Authority) serving as both Construction Manager and as the —Delivery Structure:Design-Build Designer,giving us a well-rounded understanding —Role:Construction Project Manager of the DB delivery model.The following are select —Lessons Learned:Early engagement in proactive examples of our DB experience and lessons learned: environmental services is vital to securing critical • Borrego Springs Library,Sheriff's Office&Park regulatory permits and streamlining coordination — Owner Type:Public Agency(County of San Diego) with stakeholders. —Delivery Structure: Design-Build • Eucalyptus-Citrus Sewer Improvements —Role:Construction Manager — Owner Type: Public Agency(City of Vista) —Lessons Learned:Key lessons underscore the —Delivery Structure: Progressive Design-Build importance of continuous communication,rapid —Role:Designer —Lessons Learned:Early and continuous stakeholder responsiveness to on-site issues,and a culture of partnership.For example,a specific challenge engagement and logistical planning are key, related to safety signage was quickly resolved especially when rapid completion was required to through close coordination between project align with a narrow summer construction window. partners,reflecting Harris'commitment to 6) RESUMES ongoing site safety and risk mitigation. Key staff resumes are included in the Appendix. D.Service Category Harris&Associates 4 Harris&Associates,Inc. g Y Qualifications: B. Construction Materials Testing 1) FIRM'S DEMONSTRATED CAPABILITIES 2) KEY PERSONNEL AND SUBCONSULTANTS Ninyo &Moore has been providing construction The following table identifies our subconsultant, materials testing and special inspection services for Ninyo&Moore's,key Construction Materials Testing 39 years. The quality of Ninyo &Moore's personnel staff. base of 600 employees is widely recognized. Their staff Key Staff/Role/Ws of Exp. Responsibilities of professionals includes experienced and registered Garreth Saiki,PE,GE • Oversees construction Construction Materials Testing materials testing services geotechnical engineers,civil engineers,environmental Principal Engineer • Provides project coordination engineers,engineering geologists,hydrogeologists, Years of Experience:39 and oversees scheduling of field activities environmental scientists,certified technicians and • Supervises staff-level field inspectors, and hazardous waste and regulatory geologists and engineers • Supervises field technicians compliance specialists.Ninyo&Moore has five fully- and special inspectors • Reviews laboratory test equipped,certified geotechnical laboratory facilities results for conformance with in California supervised by registered engineers.Their the project documents laboratories are certified by American Association of State Highway Transportation Officials(AASHTO), Caltrans,the Division of the State Architect(DSA), the City of Los Angeles,and the City of San Diego. Ninyo&Moore has held on-call materials testing and inspection services contracts with the City of Huntington Beach since 2022. 3)THREE PUBLIC AGENCY REFERENCES On-Call Materials Testing and Inspection Services, City of Huntington Beach Brief Description: Ninyo&Moore's on-call services include on-site p soil and materials testing and inspection during construction,field ,; > jig .. � observation,documentation and testing,field sampling and in-place PUBLIC AGENCY CLIENT density testing,field sampling and testing of concrete structures and City of Huntington Beach paving during construction and field inspection of the construction PUBLIC AGENCY CONTACT David Fait materials. Projects include the Blufftop Trail Improvements Project,the david.fait@surfcity-hb.org McCallen Storm Drain Project,and the Florida-Georgia&Kiner-Gleada 714.536.5431 Water Main Projects. PRIME FIRM Ninyo&Moore PM/KEY PERSONNEL Randy Reichert(PM) START/FINISH 1/2022 12/2024 e. Harris&Associates,Inc. D.Service Category Harris&Associates ■ 5 Materials Verification Testing and Inspection Services, Metro Brief Description:Ninyo&Moore is providing materials verification testing and inspection services for various projects located in Los Angeles f / under Measure R and Measure M's Long Range Transportation Plan for the Los Angeles County Metropolitan Transportation Authority(Metro). " " Ninyo &Moore is conducting verification testing and split sampling in accordance with the 5%-10%verification testing requirement of the overall tests taken by the contractor. PUBLIC AGENCY CLIENT Metro Ninyo&Moore is providing services for twelve technical disciplines, PUBLIC AGENCY CONTACT including concrete and aggregate testing,soils and rock testing,steel Herman Gallardo gafiardoh@metro.net testing,visual inspection and non-destructive examination methods 213.922.1385 (NDE),bituminous materials testing,masonry testing,high-density PRIME FIRM polyethylene(HDPE) and epoxy tensile testing,mortar and grout N I nyo&Moore compressive strength testing,epoxy bond testing,special analyses PM/KEY PERSONNEL Garreth Saiki (PM) services,NDE Level III services,and ASME/AWS welding inspection START/FINISH services.The firm's services also include tracking of all testing to meet 1/2018-Ongoing project specified frequency requirements and inputting all assessments into PAR-PRO QMO database. On-Call Geotechnical and Environmental Services, City of Irvine Brief Description:As part of the City of Irvine's Professional Services -� Consultant Team,Ninyo&Moore is providing on-call geotechnical, materials testing, environmental services durin various ,r g g construction and reconstruction type projects throughout the City of F , Irvine.The scope of work includes investigations in the City related to 061• soils,grading,slopes,and hydrogeology,including mold and hazardous material content and identification testing.Testing services for PUBLIC AGENCY CLIENT construction materials (in-site and laboratory testing) are also required. City of Irvine PUBLIC AGENCY CONTACT The firm's geotechnical and environmental design staff work closely Rudy Romo with the City property plannedP of Irvine to evaluate ert for improvements 9romo@7ityofirvine.org P 949.724.7303 and develop environmental and geotechnical recommendations for PRIME FIRM reuse. Services include project coordination and management to assist Ninyo&Moore the City of Irvine staff in maintaining each project's fiscal budget. PM/KEY PERSONNEL Garreth Saiki (PM) Deputy inspection services include observation for pier excavations,steel START/FINISH reinforcement and concrete placement.Materials laboratory services 1/2021 Ongoing include concrete break testing. Harris&Associates,Inc. D.Service Category Harris&Associates M 6 4) FIRM'S UNIQUE QUALITIES AND OVERALL BENEFIT FOR THE CITY AND UNDERSTANDING OF SERVICES Unique Qualities and Overall Benefit Understanding of Services Ninyo&Moore has been providing on-call materials Ninyo&Moore has extensive understanding of testing and inspection services to the City of applicable standards,regulations,codes and guidelines Huntington Beach since 2021.Ninyo&Moore's field pertaining to geotechnical services in California.Ninyo staff is highly experienced and qualified to provide . &Moore's Materials Testing and Inspection Division testing and inspection services for an extensive range is capable of performing a wide variety of geotechnical of project requirements.The firm's field and laboratory and materials inspection and testing services,including technicians maintain certifications with Caltrans, soils and aggregates,asphalt concrete,reinforced American Concrete Institute(ACI),International Code concrete,masonry,pre-stressed concrete,structural Council(ICC),American Welding Society(AWS), steel,welding,roofing,and fire-proofing.Ninyo& DSA,Burlington Northern Santa Fe(BNSF) Railway, Moore maintains fully equipped,in-house laboratories and Occupational Safety and Health Administration and offers full-service field and laboratory services. (OSHA),and possess a working knowledge of the 5) RELEVANT DESIGN-BUILD EXPERIENCE requirements and procedures as specified by these agencies.This combination of City knowledge and Please refer to page 4 for Harris'design-build technical expertise will result in timely,accurate,and experience. reliable testing and inspection services that support 6) RESUMES the City's project goals. Key staff resumes are included in the Appendix. Qualifications: C. Inspection 1) FIRM'S DEMONSTRATED CAPABILITIES 2) KEY PERSONNEL AND SUBCONSULTANTS Harris has been providing construction inspection The following table identifies our key Construction services for 49 years.Harris has a proven track record Inspection staff. Our subconsultant,WSP,is providing of delivering comprehensive construction inspection facility inspection support for this category. services for public agencies across California.The Key staff/Rotewrs of Exp. Responsibilities firm's experienced inspectors provide detailed oversight Rob sharp PCI • Fiel;i , d inspection for Construction Inspector compliance with plans, to verify contractor work aligns with project plans, Years of Experience:23 specifications,and regulatory specifications,and regulatory requirements.Harris' requirements • Daily project documentation approach includes thorough documentation—such as including daily reports, dailyreports,photographic records,and field diaries— photographic records,and diaries field diaries along with proactive communication and collaboration Danny Kirkpatrick (WSP) • Field inspection for with all stakeholders. Harris'inspectors are recognized Facility Inspector compliance with plans, Years of Experience:24 specifications,and regulatory for their ability to identify and resolve issues early, requirements • Daily project documentation protect client interests,and help deliver projects on including daily reports, time and within budget,while fostering trust and photographic records,and field diaries transparency throughout the project lifecycle. Harris&Associates,Inc. D.Service Category Harris&Associates In 7 3)THREE PUBLIC AGENCY REFERENCES t't Knollwood Circle Sanitary Sewer Improvement Project, " City of Anaheim ---- F Brief Description:Under our on-call contract with the City of Anaheim, Harris is providing construction inspection services for the Knollwood Circle Sanitary Sewer Improvement Project. The work consists of installing a new 18-inch to 21-inch diameter sewer pipe in Knollwood :_ Circle in a new 15-foot-wide sewer easement through 1201 N. Magnolia PUBLIC AGENCY CLIENT Avenue and 1200 N. Knollwood Circle. The work also includes City of Anaheim installation of new sewer manholes,and street improvements over the PUBLIC AGENCY CONTACT Carlos Castellanos affected areas. ccastellanos@anaheim.net 714.765.5146 PRIME FIRM Harris&Associates PM/KEY PERSONNEL Stephen Lindsey(PM) Juan Valencia START/FINISH 2/2025—Ongoing Park Drive Street and Drainage Improvements Project, City of Carlsbad Brief Description:Under our on-call contract with the City of Carlsbad, Harris provided construction inspection services for the Park Drive Street and Drainage Improvements Project.This project enhanced � • infrastructure resilience by stabilizing the roadway,improving drainage, and upgrading pedestrian facilities for safer,more accessible travel. PUBLIC AGENCY CLIENT This construction project replaced the existing failing retaining wall City of Carlsbad and improved the drainage along the hillside.The scope included PUBLIC AGENCY CONTACT demolition of the existing retaining wall,installation of a permanent Steven Didier Steven.Didier@carlsbadca.gov new retaining wall along a stretch of Park Drive,related subsurface and 760.994.9485 surface drainage improvements,irrigation,and sidewalk and crosswalk PRIME FIRM improvements.The Harris team's efforts resulted in effective time and Harris&Associates Pschedule management to keep the project on track and aligned with City Ste S KEY PERSONNEL Stephen Lindsey(PM) goals. Zach Hollis START/FINISH 5/2024 8/2024 Harris&Associates,Inc. D.Service Category Harris&Associates ■ 8 Intuit Dome Code Compliance Inspections and Staff Augmentation Services, City of Inglewood #• Brief Description:WSP is providing staff augmentation building to safety inspection ection services under an on-call agreement with the Cityof g ° . Inglewood.The scope of services consists of supplementing the City of ... .utRRv:•.may,; ,o- Inglewood inspection staff with up to 6 full-time on-site construction and specialty inspectors to provide code compliance inspections. PUBLIC AGENCY CLIENT The Intuit Dome is a major indoor arena,located south of the other City of Inglewood major Inglewood sports venues,SoFi Stadium,and the Kia Forum.It is PUBLIC AGENCY CONTACT Mandhir Singh the home venue of the Los Angeles Clippers.WSP is providing facility msingh@cityofinglewood.org code compliance inspection services for the dome structure as well as 310.412.5296 structures. PRIME FIRM other ancillary WSP PM/KEY PERSONNEL Danny Kirkpatrick START/FINISH 11/2022—Ongoing 4) FIRM'S UNIQUE QUALITIES AND OVERALL BENEFIT FOR THE CITY AND UNDERSTANDING OF SERVICES Unique Qualities and Overall Benefit Understanding of Services Harris stands out for construction inspection services Construction inspection services for the City of by combining deep technical expertise,a collaborative Huntington Beach will involve comprehensive oversight approach,and a strong commitment to City priorities. and quality assurance throughout the project lifecycle, Our inspectors are recognized for their responsiveness, including reviewing contract documents,plans, flexibility,and ability to integrate seamlessly with client and permits;attending pre-construction meetings; teams,making sure projects are delivered efficiently monitoring and enforcing construction noticing and in full compliance with plans,specifications,and requirements;maintaining detailed field diaries regulations.Harris leverages lessons learned from and photographic records;and verifying contractor hundreds of similar projects,applies rigorous quality compliance with project specifications and labor laws. assurance and documentation practices,and proactively Inspectors are responsible for continuously monitoring, communicates with all stakeholders to identify and evaluating,and approving or rejecting the contractor's resolve issues early.This approach not only protects work,verifying all work aligns with approved City interests and budgets but also helps build trust, documents,and recommending special inspections or foster transparency,and deliver infrastructure testing as needed.The role also includes documenting improvements that benefit communities for progress,addressing deficiencies,coordinating with generations.By investing in our people and prioritizing City staff and stakeholders,and supporting closeout innovation,Harris provides the City with a reliable activities to confirm all work is completed to the City's partner dedicated to the success of every project. standards and regulatory requirements. Harris&Associates,Inc. D.Service Category Harris&Associates 111 9 5) RELEVANT DESIGN-BUILD EXPERIENCE 6) RESUMES Please refer to page 4 for Harris' design-build Key staff resumes are included in the Appendix. experience. Qualifications: D. Labor Compliance 1) FIRM'S DEMONSTRATED CAPABILITIES 2) KEY PERSONNEL AND SUBCONSULTANTS Harris has provided labor compliance monitoring The following table identifies our key Labor services for 30 years.The Harris team has monitored Compliance staff.We do not anticipate utilizing over 180 projects from pre-construction through subconsultants for this category. closeout,and has developed policies and procedures Key Staff/Role /Yrs of Exp. Responsibilities to responsibly monitor,analyze,and inform the Heather Ricci • Assign and relay prevailing labor laws that dictate our client's obligations to Senior Labor Compliance Analyst wage pre-construction gYears of Experience:19 requirements the California Department of Industrial Relations • Collect,review,and verify wage verifications,working (DIR).We have provided similar services on notable classifications,licensing,and projects for the City of Long Beach,the counties of apprentice requirements as set forth by the DIR San Diego and Monterey,San Diego Unified School • Conduct on-site interviews with contractors'employees District(SDUSD),and Santa Rosa Junior College • Investigate all complaints (SRJC). Harris'extensive knowledge and experience and assist in all third-party investigations with complex labor laws and prevailing wage will provide confidence that the City and its employees are protected. 3)THREE PUBLIC AGENCY REFERENCES On-Call Labor Compliance Monitoring Services,City of Long Beach Brief Description:Harris held an on-call contract for labor compliance monitoring services for CIP and maintenance projects.Harris also has an a on-call construction management contract with the City of Long Beach PUBLIC AGENCY CLIENT since 2014,acting as the City's on-site representative for project types City of Long Beach such as public buildings and facilities,park and recreational facilities, PUBLIC AGENCY CONTACT Stephanie Eaves stormwater improvements,street and bridge improvements,and waterfront seaves@elcamino.edu projects.Harris'labor compliance projects included the following: 562.726.9018 PRIME FIRM • El Dorado Nature Center Improvements Harris&Associates • Fuel System Replacement for Site 39 West PD PROJECT MANAGER/KEY PERSONNEL • Fire Stations—Workforce Privacy Project Mahmoud Akhavain(PM) Heather Ricci • Orange Avenue Between 52nd and 64th Streets START/FINISH • Termino Avenue Greenbelt Restoration 2/2014-Ongoing sr)). 1 3tA , _moo Harris&Associates,Inc. D.Service Category Harris&Associates ■ 10 On-Call Labor Compliance Monitoring Services, County of San Diego a ' ' Brief Description:Harris has been providing labor compliance monitoring services to the County of San Diego since 2012. Our labor v g' compliance specialists support projects with safety and doing work by the books,as well as providing an extra level of security to safeguard future state funding to the County.When violations are discovered or contractors fail to comply with prevailing wage laws and/or audits,the Harris team will continually support our client and track monetary PUBLIC AGENCY CLIENT amounts of withholdings,underpayment fines,and liquidated damages. County of San Diego Department of General Services(DGS) Highlighted projects include: PUBLIC AGENCY CONTACT • Health & Human Services Agency (HHSA) Ramona Community Jihad Sleiman Jihad.Sleiman@sdcounty.ca.gov Resource Center.This design-build project includes construction of 619.915.9249 a 7,500 SF,single-story building and parking lot located near 12th and PRIME FIRM Main in Ramona. Harris'scope of services includes owner advisor Harris&Associates services and labor compliance for site activities including site work. PM/KEY PERSONNEL Sean Dunbar(PM) • Alpine Library. This new 13,500 SF library has been both Zero Prince Dumuran(PM) Steve Penner Net Energy and LEED Gold certified. Harris set up and conducted START/FINISH pre-construction meetings regarding all required Prevailing Wage 1/2012-Ongoing requirements to all contractors working on public works projects in the State of California. Labor Compliance Monitoring Services, Santa Rosa Junior College Brief Description:In continued support of the Measure H bond program, Harris is providing labor compliance monitoring for contracts from pre-construction through payroll analysis,documentation requirements, and the investigation of possible violations of state prevailing wage requirements and apprenticeship standards.To date,we have provided labor compliance monitoring for over 87 projects within the Measure F �;re,, H program. Highlighted projects include: PUBLIC AGENCY CLIENT • Petaluma Construction Training Center. This$9.2 million project, Santa Rosa Junior College(SRJC) PUBLIC AGENCY CONTACT which is funded by federal and local grants,includes a flexible use, Kate Jolley 10,000 SF lab space,designed to facilitate learning in both traditional kjolley@santarosa.edu and technology-based construction methods,specialty trades,and 707.527.4413 PRIME FIRM green building technologies. Harris&Associates • Lindley Center for STEM Education.The$74.2 million, 100,000 SF PM/KEY PERSONNEL buildingincludes laboratories,mathclassrooms,computer labs, Sean Dunbar(PM) ) t an Heather Heather Ricci innovation center,large lecture rooms,faculty staff offices,and student START/FINISH support and lounge.The building is designed to LEED Silver requirements. 9/2016-ongoing Harris&Associates,Inc. D.Service Category Harris&Associates • 11 4) FIRM'S UNIQUE QUALITIES AND OVERALL BENEFIT FOR THE CITYAND UNDERSTANDING OF SERVICES Unique Qualities and Overall Benefit Understandingof Services q Harris'labor compliance services combine Labor compliance services for the City of Huntington deep regulatory expertise with a client-first, Beach will encompass informing contractors about partnership-driven approach that extends municipal prevailing wage requirements and applicable wage capabilities and addresses critical challenges such determinations at the pre-construction meeting, as understaffing,knowledge transfer,and complex providing Davis-Bacon and State wage compliance reporting requirements.The Harris team proactively monitoring and reporting in line with current manages prevailing wage compliance,certified DIR procedures,and responding to DIR inquiries payroll review,and site investigations,verifying or requests. These services also include reviewing that our clients meet state and federal requirements contractor-submitted payrolls for accuracy, while minimizing risk and project delays. With a performing site investigations to verify fair treatment proven track record supporting public agencies across of employees per the California Labor Code and California, Harris leverages technology,transparent Davis-Bacon regulations,and coordinating with DIR communication,and a culture of continuous to resolve non-compliance issues.Additionally,labor improvement to foster trust and empower clients to compliance services involve providing administrative, focus on their core priorities.This holistic,responsive clerical,and investigative support from pre-bid service model helps cities maintain compliance and through project closeout,submitting final reports protects future federal funding. summarizing any discrepancies and their resolutions, and defending certified payroll audits if conducted by the controlling agency. 5) RELEVANT DESIGN-BUILD EXPERIENCE Harris provided on-call labor compliance services to the City of Huntington Beach Please refer to page 4 for Harris'design-build for the Main Street Library ADA& Restroom experience. Restoration Project,the Traffic Signal Modification Project,and the Curb Ramp Installation Project.6) RESUMES j Key staff resumes are included in the Appendix. Harris&Associates,Inc. D.Service Category Harris&Associates ■ 12 Preferred Staffing ORGANIZATIONAL CHART The Harris team includes the following: I Construction Managers with CCM certification or PE license(per the Q&A). I Public Works Inspectors certified in Public Works infrastructure. ✓Facility Inspectors certified in California Building Code(CBC). I Project Schedulers experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure, time impact analysis,and critical path analysis. CITY OF HUNTINGTON BEACH Principal-in-Charge Mark Nassar,PE Construction Manager/Project Manager/Contract Manager Stephen Lindsay,PE "° A.Construction Management B.Construction Materia Construction Managers Construction Managers Principal Engineer Mahmoud Akhavain,PE (continued) Garreth Saiki,PE,GE Dr.Rueben Smith MPM Eric Jackson,CCM,QCM,CHST Ninyo&Moore Sean Dunbar,ccM Eric Sherman,ccM,DBIA Michael Te,PE,ccM,QsD'' Jon Bermudes,ccM Materials Testing Manager Prince Dumaran,CCM °' Omar Jalili,PE,CCM,QSD Randy Reichert Leonardo Flores,EIT,LEED AP Ninyo&Moore Dezer Millare Project Schedulers Derrick Anderson,PE,CCM,QSD Andrew Beebe,PE Senior Field Technician/Inspector Albert Mata Matthew Jacobs Ninyo&Moore Key Personnel C.Inspection D.Labor Compliance Civil Inspectors Facility/Code Senior Labor Compliance Analyst/ Rob Sharp,RCI Compliance Inspectors Administration Steve Penner,CESSWI, Danny Kirkpatrick 7 Heather Ricci QSP Cesar Cervantes Zach Hollis,clsEc Craig Bragg Labor Compliance Analysts/ Juan Valencia Alejandro Rodriguez Administration Mashid Mohebbi Tracy Bradford Quioshi McG ruder Char Hamilton Steve Gunn wsF, RESUMES Key staff resumes and pertinent certifications are included in the Appendix. Harris&Associates,Inc. D.Service Category Harris&Associates a 13 T �,, /, ' $ # ! , f P.:. ,,,,,, 4:[,.,,.. ,. . i _ _ :‘,.Itit.,,, 1 1 -' f ,,- ' F 1, 'i (till ( 4( ! i I Understanding & Methodology Section UNDERSTANDING OF CITY'S OBJECTIVES . Providing timely and accurate materials testing and The City of Huntington Beach requires experienced inspection services,with all testing performed by consultant firms to provide on-call construction qualified personnel in accredited laboratories. management,construction materials testing, • Maintaining clear,proactive communication and inspection and labor compliance services for a wide coordination with City staff,contractors,property range of public works and facility projects. The City's owners,and stakeholders to minimize disruptions primary objectives are to supplement City staff and address issues promptly. capabilities and deliver capital improvement projects . Supporting project closeout activities,including efficiently,cost-effectively,and in compliance with final inspections,documentation,and transition to applicable standards and requirements. beneficial occupancy. Key objectives to be accomplished include: Overall,the City's objectives are focused on leveraging • Providing comprehensive services for a variety of consultant expertise to deliver quality,resilient,and infrastructure projects,such as pump stations,lift sustainable infrastructure improvements that serve stations,curb and gutter,sidewalks,pipelines,traffic the community's needs,while optimizing resources signals,structures,road rehabilitation,and bridge and maintaining transparency and accountability retrofits. throughout the project lifecycle. • Supporting the delivery of vertical construction Harris approaches these objectives as an extension projects at City facilities,including fire stations, of City staff,taking full ownership of assigned police department facilities,community centers, projects in order to collaboratively establish and beach and park restrooms,libraries,and city hall achieve project goals.Our team's experience with facilities. a wide range of public works projects—including • Assisting the City in managing a steady volume of transportation,utilities,public facilities,parks, construction activity over the next three years,with and waterfront improvements—positions Harris the flexibility to respond to project-specific needs to support the City's strategic vision and long-term through task orders. community needs. • Verifying that all work is performed in accordance with City standards,contract documents,and regulatory requirements. Harris&Associates,Inc. D.Service Category Harris&Associates ■ 14 ON-CALL APPROACH AND SOLUTIONS ......... A Trusted and Responsive Leader Having spent the first 30 years of his career as an *2. On-Call Specialists with 0engineer,construction manager,and section lead , Your CIP Projects '3. Creative Solutions to for the City of San Diego,Harris'Construction Maximize Your Capital Funding Manager Stephen Lindsay,PE understands firsthand the expectations of a public agency for its selected consultants.These expectations include Our management philosophy is summarized responsiveness,flexibility,understanding of the by these important concepts: dynamics and political realities of public agencies, • No surprises • Responsiveness and ability to work with members of the community • Open and continuous communications and project stakeholders to deliver projects that best • Clear understanding of objectives serve the City and your communities. Performing • Partnering and collaboration construction management services successfully is • Managing scope, schedule, and budget • Managing expectations primarily about identifying and keeping abreast of all • Being proactive the issues,deliverables,milestones,and budgets,as • Prioritizing tasks and activities well as communicating with all project stakeholders. Stephen will be in constant contact with City staff, Project Team Responsibilities stakeholder groups,and other local agencies about Having managed projects for 32 years,Construction assigned projects in order to meet the mandate of Manager Stephen Lindsay has extensive experience project delivery. We require that our staff and project in recognizing the required expertise to tackle stakeholders raise the flag early as potential issues are challenging and high-profile multidisciplinary developing so that appropriate mitigation strategies projects and organizing the right team to successfully can be formed. We commit to"no surprises"for our execute and deliver those projects.Stephen will be the clients. City's point of contact. His responsibilities for this contract include the following: We believe by being actively involved with City • Organize the right • Monitor progress and staff and following our common goals of involving team for construction adjust accordingly stakeholders early in the process and building trust of multidisciplinary • Have"Plan B"for through the life of a project,we develop a proactive projects potential challenges approach and resolve issues before they become problems and keep your projects on track.We • Outline potential • Report progress to understand a dollar saved is a dollar available to fund challenges for the team City's management other improvements.We add value through cost- • Perform biddability/ • Oversee projects to saving constructability reviews,value engineering, constructability reviews eliminate surprises and proactive communication,documentation and • Actively support project • Establish outreach plan coordination in order to minimize potential project team to deliver for stakeholders delays and change orders. • Monitor projects'risk registers Harris&Associates,Inc. D.Service Category Harris&Associates ■ 15 airs lir � � SUCCESS PROJECT '�' GOALS DESIGNER INSPECTORS V.; COMMUNITY AGENCIES 2,- ,. _ AV# _ Ll Lt ta_ yr ON QUALITY SCOPE WITHIN CONSTRUCTION TIME STANDARDS SAFE ACHIEVED BUDGET ALA MANAGER i m Approach to Task Order Requests CONTRACTOR CITY Our approach to as-needed construction management services needs stems from our belief that we are Each team member's responsibilities are clearly an extension of your staff. The Harris team has defined in the organization chart on page 13,with extensive experience in providing a wide spectrum selection based on project scope and size. Harris will of construction management services,ranging from utilize additional staff or subconsultants as needed, small ADA improvements to major roadways to large but only with authorization from the City. Under maritime infrastructure projects.We understand Stephen's diligent supervision,the Harris team verifies every project,big or small is important to the City,its the timely and budget-conscious completion of residents,and stakeholders. assigned projects. We also understand the value of City staffs time and Working under the guidance of the City Project your expectation for your consultant's commitment to Manager,the entire Harris team maintains open take over project ownership. Based on our experience communication with all project stakeholders and providing on-call services,there is a significant strives to fulfill their objectives.When assigned a amount of effort required to put forth the task order project by the City,Stephen personally meets with the project description and scope of services.This effort City Project Manager to acquire relevant manuals, is done up front by us prior to any authorization to procedures,guidelines,forms,and stakeholder lists. perform services.We will perform and participate in a This comprehensive approach verifies compliance detailed scoping meeting to obtain valuable input and with City requirements and fosters collaborative data from key stakeholders and your project sponsor. engagement with all project stakeholders. Project goals and objectives will be collaboratively established. NO Review Harris Receives City Requests Harris Provides ;, Information Approved? Purchase Order Task Order Refine Scope Scope and Fee YES and Mobilizes • City Project Manager • Stephen reviews the • Stephen identifies • Once purchase order notifies Stephen TO's bid documents the team member(s) received from City, of new TO and required permits to deliver the TO Harris mobilizes • Harris conducts • Stephen provides • Harris team works with field visit scope,fee,and City Project Manager • Stephen confirms resumes to City to deliver the TO TO scope,budget, Project Manager • Stephen monitors and schedule,goals,and reports progress and challenges with City verifies performance with Project Manager City Project Manager Harris&Associates,Inc. D.Service Category Harris&Associates IN 16 Project Budget and Cost Control * Our philosophy for controllingschedule and cost isy= ' �' P P : Y - summarized by the following four points: 1. Proper and Early Planning.The best way to set a project up for success is to devote the - resources necessary to up-front planning which includes developing well thought out,realistic, and manageable baseline budgets and schedules, On the City of Long Beach's Shoreline Marina Public Deck Replacement Project, the Harris team assisted City staff with design consultant selection,scope achieving consensus on responsibilities and development,and design phase management using our four-point Project Budget and Cost Control philosophy. procedures prior to beginning the work,and implementing and training all staff on the Project Progress Reporting Procedures.We procedures and proper use of systems. routinely provide reports for our clients during all 2. Real-time Monitoring and Forecasting.Once we phases of a project on a monthly basis with varying levels of detail and targeted to different audiences. have plans in place for schedule and cost,we use the Baseline Schedule and budget to monitor actual We often provide special one-time reports on specific issues.A monthly status report is typically circulated progress. The budget and schedule are discussed in all status meetings,and the most up-to-date to a wide audience,many of whom do not have day- project control tools are used to monitor and to-day contact with the project. It is also intended to summarize progress and trends so that even day-to- forecast cost and schedule progress. day management can step back on a regular basis and 3. Effective and Timely Communication of Status assess where the project is going from a more global and Changes.Proper communication mitigates perspective. issues with potential cost and schedule impact by surfacing them quickly,and by developing Project Tracking and Performance Monitoring solutions and recommendations to the attention Procedures.We will continually monitor crew productivity to verify work in place meets schedule of the appropriate decision makers.We foster requirements.As an example,we will look at the daily an environment of partnering and open communications on all of our projects to bring rate of materials put in place and track performance issues into the open. to verify crews are meeting schedule demands.If crew productivity is not meeting the schedule,we will 4. Implementation of Strict Controls and Actions work closely with the contractor to produce a recovery to Correct Problems.Finally,control of schedule schedule identifying the resources required to recover and cost is addressed with the implementation and prevent impacts to the overall critical path. of clear project procedures and responsibility/ authority designations.Authority limits must be understood,as well as the need to take prompt action to avoid delays. Harris&Associates,Inc. D.Service Category Harris&Associates • 17 The schedule will also be coded consistently with the we utilize Primavera P6 to develop a master CPM cost system so monthly payment requests will be tied schedule for design and construction,generating to actual progress in the field. a variety of reports,including milestone reports, detail,critical path analysis,cost subcontractor y / If the schedule slips for whatever reason,we will lead resource-loaded schedules,cash flow projections, logic diagrams,and short interval schedules(three- the effort to resolve problems and enforce contract week look-ahead schedule)for upcoming work. requirements according to project procedures to develop work-around schedules/delay mitigation This information is tracked on a regular basis to and recovery and other remedial measures to keep measure progress and verify proper planning, projects on schedule.We will also work with the City preventing potential problems and conflicts. and project teams to develop procedures to verify the A successful schedule strategy begins with a projects remain on schedule. comprehensive,carefully thought-out Baseline Schedule.We will not develop or analyze the Avoiding Costly Change Orders.Harris'philosophy Baseline Schedule in a vacuum.The schedule will be is to engage early in the review of the quality and developed and/or analyzed in close coordination with completeness of the plans and specifications. Our all stakeholders. Once reviewed and approved,this proactive approach prior to the bid/award phase schedule becomes the baseline schedule against which encompasses the following: progress is measured and evaluated. • Site Visits.Inspect construction areas to minimize unforeseen conditions. The Baseline Project Schedule achieves several • Biddability Review.This review eliminates gray purposes: areas,ambiguities or omissions that may result in a • It helps define the process so the project team is bidder adding a contingency amount to its bid and confident the project can be indeed constructed checks to see that legally required documents are within the time demanded of the contractor. included in the bidding documents. • It defines all the activities related to the project so all • Constructability Review.Review of the contract project participants are aware of the influences on documents to determine if a project can be built as their particular parts of the program and why their intended,or if it can be built more easily without work needs to be completed by or at a specific time. affecting the owner's needs and expectations. • Code Review. Review of the contract documents to determine if a project is in compliance with applicable codes. Schedule Harris understands how important the project schedule is to an owner who must determine service and occupancy dates and prevent delays throughout the project.Time control reporting monitors the progress of all activities against the master schedule including Harris negotiated the City of Long Beach's Ocean Boulevard Bluff Erosion the various tasks associated with construction services. Repair schedule proposed by the contractor and reduced its duration by two months. Harris&Associates,Inc. D.Service Category Harris&Associates ■ 18 • It gives the project team a valuable communication " tool for assessing and controlling the schedule progress. • In case of changes/disputes,it serves as an excellent tool for evaluating impacts by utilizing Time Impact ,+I01t Analysis (TIA). To control an individual construction schedule,the Harris team will analyze the contractor's schedule Under our on-call contract with the City of Huntington Beach,Harris provided updates and verify they reflect reality and are inspection services for the Main Promenade Parking Structure Improvements. technically correct.We will incorporate them into throughout the City.We have been successful in the Project Schedule to verify project elements in delivering City CIP projects through teamwork and coordination with supporting departments. fostering good working relations across various Harris became the CM for the City of Long Beach's platforms throughout the City's organization.Of Ocean Boulevard Bluff Erosion Repair project midway special note are the working relationships we have during the construction phase.Prior to Harris' developed with City staff. Due to our positive involvement,work had stopped due to reevaluation of relationships with the City's key personnel and the stabilization approach and project aesthetics.Our multiple project stakeholders,we have been effective team successfully negotiated delays and changes to the in keeping City projects moving forward at a high rate work with the contractor so that work on the project of efficiency. could resume. Quality Stakeholder Coordination and Communication The Quality Assurance/Quality Control(QA/QC) Your project's success may rely on our ability to bring Plan is a key element in managing our construction together the diverse needs of many,including the local projects.Our focus for this program will be to deliver neighborhoods,workers,businesses,and visitors, each project on schedule and under budget,with the along with relevant public agencies. Our approach to level of quality defined in the contract documents. engagement will go beyond communicating'just the The QA/QC Plan will incorporate the procedures facts'—we will partner with City resources to help necessary to deliver the highest rate of return for all stakeholders understand the role they play in the every project. We will strive to be your advocate in project. Harris'established communication process every respect,and carefully watch over every dollar. will allow us to be predictive in our approach,which Our QA/QC Plan focuses on key elements to achieve is essential on such a highly visible CIP program. these goals. Integrating good communication strategies as part of the project culture will keep stakeholders engaged, Our construction managers diligently make certain that all necessary submittals are verified and project teams motivated,and help the City develop completed prior to commencing any work.This proactive approach confirms strict adherence to the early solutions to minimize risk. contractor and inspector's QA/QC Plan,guaranteeing the delivery of a high quality construction that meets Our team has developed a working relationship and the contractual specifications and requirements. effective communication with various departments Harris&Associates,Inc. D.Service Category Harris&Associates ■ 19 Additional Challenges Impacting Work Having provided professional services to the City for - `'. - 36 years,Harris understands the challenges that face -_ „_ . your upcoming projects,including: • Rising construction • Storm drain outfall and costs potential contaminants • Supply chain delays • Tidal fluctuations 04111011111 l s .. . swa •aow F • Long-lead items ��: - g Community outreach ..l„sa fl5U•l'fi�s .. N61M • Lack of qualified • Construction impacts • ..e,•s.loo.stun.1116.•uaaxanr.4(a• • 1016 61r[i.161 .1bAes9t461161 M1616AB1rtl Efb fx ',. bidders such as noise,dust,and V"a"' """'" tiei i;" , • Maintaining traffic traffic mtaar....,,u,...a811FIWRI131 Sal ®n iaiM ti nfi a 6ilialitli161111 RSAS �ti71W ti Inn.1iasaa mini control and mitigating • Community concerns u; = :— �' !? ! is l visAmo�tw is 1 1 i g construction traffic flow regarding project iit 1 IRRIRUILV tr"lilt ) impacts impacts �'' C a,.. -. • High water table • Regulatory agency 441471,t, • Rising sea level permits and requirements Harris provided construction management and inspection services to • Corrosive environment Shea Homes in conjunction with the City of Huntington Beach Public Works Department for the Sewer Lift Station at the Parkside Estates Development Having performed services for coastal cities,Harris' Project. construction management team is well aware of such challenges and has been working collaboratively with contractors to address them proactively. Harris&Associates,Inc. D.Service Category Harris&Associates 10 20 APPENDIX: KEY STAFF RESUMES Stephen Lindsay, PE CONSTRUCTION MANAGER/PROJECT MANAGER/CONTRACT MANAGER Stephen has over 32 years of project and construction management experience *` including 30 years as an engineer and construction manager with the City of San Diego. He is a hands-on,experienced leader that has managed teams of 30 resident engineers as a section lead for the City of San Diego to execute the construction of water and wastewater infrastructure projects as part of the City's capital improvement program. He has successfully managed and directed FIRM Harris&Associates teams for critical infrastructure projects,including the$420 million Pure Water Conveyance Pipeline,Phase 1 Program. His role involved overseeing EDUCATION the installation of over 29.7 miles of pipeline and a 30 million gallons per day BS,Civil Engineering (MGD)lift station,demonstrating his capability to handle large-scale,complex REGISTRATION infrastructure projects.What sets Steve apart is his extensive expertise in a wide Professional Civil Engineer,CA range of construction projects,including pipeline rehabilitation and replacement, #55819 pump stations,trunk sewers,oxygenation systems,and tunneling. His hands- CERTIFICATIONS on approach,combined with his ability to lead large teams and achieve project OSHA 10-Hour Construction success,makes him an ideal fit to oversee on-call construction management Confined Space-Permit Required services for the Cityof Huntington Beach. Entrant,Attendant,Competent g Person&Etry Supervisor RELEVANT EXPERIENCE • City of Coronado,Parker Pump Station Replacement. Construction Manager. • City of Coronado, Wastewater Main Replacement Program FY 2016-17. Project Manager. • City of Carlsbad,Park Drive Street and Drainage Improvements. Project Manager. • City of Rialto,Birdsall Park Improvements. Project Manager. • City of Anaheim, Knollwood Circle Sanitary Sewer Improvement Project- Inspection Services. Project Manager. • City of San Diego,As-Needed Civil Services-Dams. Deputy Project Manager. • City of San Diego, Pure Water Conveyance. Sr. Civil Engineer. • City of San Diego, Pacific Beach Pipeline Replacement Project. Sr. Construction Manager. • City of San Diego, 69th and Mohawk Pump Station. Sr. Construction Manager. Harris&Associates,Inc. Appendix:Key Staff Resumes 111 A-1 Mark Nassar, PE PRINCIPAL-IN-CHARGE Mark has 34 years of experience in infrastructure operations,planning,design, and construction in public vertical and horizontal asset types.Mark is currently the Program Manager overseeing the City of Rialto's capital improvement projects development and delivery program and generated its 5-Year Capital Improvement Outlook.Having served as Deputy Director for the Design and Construction of the City of San Diego's Capital Improvement Program for most of his career, FIRM Harris&Associates Mark has key insight into a public agency's operational and stakeholder needs. His experience allows him to provide innovative solutions with a focus on public EDUCATION agency clients,stakeholders,and the public by adopting proven best management MBA,Business Administration practices that reduce program and project soft costs and shorten delivery BS,Civil Engineering schedules to industry benchmark values. REGISTRATION RELEVANT EXPERIENCE #57500ional Civil Engineer,CA • City of Coronado, Parker Pump Station Replacement Project. Principal-in- Charge. • City of Rialto,As-Needed Project Management Services. Program Manager. • City of Clayton, City Engineer Contract Services. Project Manager. • City of San Diego, Lake Hodges Dam Water Supply Optimization. Project Manager. • City of Oakland,ADA Curb Ramp Program. Principal-in-Charge. • Valley Sanitary District, Wastewater Collection Infrastructure Improvement Program. Program Manager. • City of Watsonville,Municipal Service Center(MSC)Project. Project Manager. • County of Monterey, 10-Year$100M Bond Pavement Plan. Program Manager. • City of San Diego,Engineering&Capital Projects, Capital Asset Management Division. Deputy Director. • City of San Diego, Engineering e'r Capital Projects, Program and Project Development Division. Deputy Director. • City of San Diego,Engineering&Capital Projects, Architectural Engineering and Parks Division. Deputy Director. • City of San Diego,Engineering&Capital Projects, Construction Management and Field Engineering Division. Deputy Director. Harris&Associates,Inc. Appendix:Key Staff Resumes ■ A-2 Mahmoud Akhavain, PE :y CONSTRUCTION MANAGER Mahmoud has 38 years of extensive public works experience managing development and implementation of all phases of capital improvement and major maintenance projects including planning,entitlement,design,construction, and inspection totaling over$1 billion in construction value. He is skilled in the development and implementation of complex capital improvements programs FIRM including infrastructure,structures,alternative energy systems,utilities,and Harris&Associates environmental remediation. For a decade,Mahmoud has been Harris'project manager at the City of Long Beach,collaborating closely with City staff. Prior to EDUCATION joining Harris,Mahmoud was the Port of San Diego's Manager of Engineering/ BS,Civil Engineering Construction Department in charge of reviewing and approving design REGISTRATION drawings and specifications for construction of Capital Improvement and Major Professional Civil Engineer,CA Maintenance projects. This extensive experience has provided Mahmoud with an #52012 exceptional grasp of CIP project management. RELEVANT EXPERIENCE • City of Long Beach, On-Call Construction Management Services. Contract Manager. • City of Long Beach, Colorado Lagoon Open Channel. Project Manager. • City of Long Beach,Lifeguard Headquarters Rehabilitation. Project Manager. • City of Long Beach,Blue Line Improvements. Project Manager/Construction Manager. • City of Long Beach,Naples Seawall Improvements. Project Manager/ Construction Manager. • City of Long Beach, Queen Mary Priority Repairs. Project Manager. • City of Oceanside,Annual Slurry Seal Project. Construction Manager. • City of Oceanside,Annual Overlay Project. Construction Manager. • Port of San Diego, On-Call Construction Management Services. Project Manager. • Port of San Diego, B Street Pier Stormwater Infrastructure Improvement. Project Manager. • Port of San Diego,Imperial Beach Fishing Pier Enhancement. Project Manager. • Port of San Diego, Stormwater Infrastructure Improvements. Project Manager. Harris&Associates,Inc. Appendix:Key Staff Resumes M A-3 Dr. Rueben Smith, MPM CONSTRUCTION MANAGER With over 27 years of strategic visionary leadership,Rueben is dedicated to advancing equity,sustainability,and community empowerment through strategic, transformative initiatives.He has led multiple construction programs across California,highlighted by his successful leadership of Los Angeles Community College District's(LACCD) $14.9 billion capital improvement program with an annual budget of$600 million,a$25 billion real estate portfolio,and inspiring FIRM Harris&Associates and managing a diverse team of more than 400 members. His expertise spans complex fiscal stewardship,innovative energy management,and award-winning EDUCATION mentorship programs prioritizing social and environmental responsibility, DCSc,Computer Science fostering meaningful opportunities for communities to thrive. MBA,Environmental and Social Sustainability What sets Rueben apart is his award-winning leadership in social and BS,Civil Engineering environmental sustainability,innovative energy management,and the CERTIFICATIONS development of mentorship programs,all while maintaining strong relationships Master Project Manager(MPM), with elected officials,municipal and community-based agencies,and community American Academy of Project Management(AAPM) stakeholders. This experience means Rueben can drive sustainable growth and operational efficiency while fostering community engagement and delivering on strategic objectives. RELEVANT EXPERIENCE • Burbank Unified School District, Various Construction Projects. Program Director. • Los Angeles Community College District, Facilities Planning and Development Division. Vice Chancellor&Chief Facilities Executive. • Pasadena City College, Various Construction Projects. Executive Director, Facilities&Construction Services. • San Francisco Community College District, Various Construction Projects. Senior Vice Chancellor, Facilities,Public Safety and Risk Management. • Community College Facilities Coalition, Various Construction Projects. Board Director,Vice Chair. Harris&Associates,Inc. Appendix:Key Staff Resumes ■ A-4 Sean Dunbar, CCM CONSTRUCTION MANAGER Sean brings 25 years of construction/project management and leadership experience to the table,predominantly in education and public works. He combines excellent analytical skills with proficiency in the latest software tools to bring projects in on time and on budget.Throughout his career,Sean has served as Lead Construction Manager for several major construction programs in San FIRM Diego and Los Angeles. Sean's most recent construction management project Harris&Associates was the completion of the$120 million Wilson Middle School and he kicked off the start of an$80 million new elementary school;both were part of San Diego EDUCATION Unified School District's(SDUSD) bond program. Sean's ability to lead high BA,Sports Management functioningteams is demonstrated through his successful track record and strongCertificate,Construction g Management client relationships. Certificate,Carpentry RELEVANT EXPERIENCE CERTIFICATIONS Certified Construction Manager • Los Angeles City College,New Temporary Village. Construction Manager. (CCM) OSHA 30-and 10-Hour • Los Angeles Community College District(LACCD), Staff Augmentation Construction Services for Bench Task Order Contract(BTOC). Contract Manager. • Culver City Unified School District,Measure CC Bond Program. Program Manager/Contract Manager. • SDUSD, Proposition S, Proposition Z and Measure YY and U Bond Programs. Contract Manager/Lead Construction Manager. • SDUSD, Wilson Middle School Project. Lead Construction Manager. • SDUSD, Central Elementary School Project. Lead Construction Manager. • San Diego Community College District(SDCCD), Student Resource& Welcome Center(SRWC). Construction Manager. • SDCCD,Mesa College Math and Science Building. Construction Manager. • SDCCD, Site Developments West City. Construction Manager. • SDCCD, Police Academy Building Remodel. Construction Manager. • SDCCD, Gym Expansion for Police Academy Expansion. Project/Construction Manager. Harris&Associates,Inc. Appendix:Key Staff Resumes M A-5 Michael Te, PE, CCM, QSD CONSTRUCTION MANAGER Michael has 16 years of experience providing engineering and construction services. He has a wide variety of extensive experience in roadway,structures,and rail construction.Michael has worked various roles on construction management projects and is capable of handling the diverse tasks needed in a project's lifecycle. Some of Michael's roadway experience includes Portland cement concrete (PCC)pavement demolition and placement,asphalt concrete(AC) removal and FIRM Harris&Associates placement,slurry seal placement,epoxy and non-coated reinforcement dowel placement,curb and gutter and sidewalk replacement,catch-basin upgrades, EDUCATION thermoplastic striping,street and overhead sign with cast-in-drilled-hole (CIDH) MS,Civil Engineering placement,traffic control with Construction Zone Enhanced Enforcement BS,Structural Engineering Program(COZEEP) management,stormwater pollution planning and prevention, REGISTRATION material quality assurance and control,scheduling,barrier rail placement,OHSA Professional Civil Engineer,CA safety implementation,and working on Caltrans and railroad right-of-ways. #82528 Michael is competent with Caltrans procedures,oversight inspection,roadway CERTIFICATIONS and bridge manuals,and filing system.Additionally,Michael has taken Caltrans Certified Construction Manager RE Academy and understands what is required to provide a project that is on-time (CCM) Qualified SWPPP Developer(QSD) and on-budget,working with third-party local agencies,and scheduling/staffing OSHA 30-Hour Construction the required inspection as needed by each phase of a project. UPRR Safety Certification CPR and AED,American Red Cross RELEVANT EXPERIENCE • City of Long Beach, Street Improvement Program Projects. Construction Manager. • Los Angeles County Metropolitan Transportation Authority(Metro), Crenshaw/LAX Transit Corridor. Oversight Inspector/Assistant Resident Engineer. • County of Riverside Transportation Department, Sunset Avenue Grade Separation at 1-10. Structure&Roadway Inspector/Assistant Resident Engineer. • Orange County Transportation Authority(OCTA),East Connector(SR-22 to 1-405 Connector). Assistant Structures Representative. • Caltrans District 12, Structures/Construction Division,1-405,1-605, and SR-22 Freeway Projects. Student Assistant Volunteer. • LPA Inc., Structure Analysis for Various Projects. Project Engineer. Harris&Associates,Inc. Appendix:Key Staff Resumes M A-6 Prince Dumaran, CCM CONSTRUCTION MANAGER With 22 years of industry experience,Prince is a dynamic and solution-oriented professional, dedicated to maintaining client satisfaction. He excels in paying ti meticulous attention to detail and is highly regarded by his clients for providing comprehensive and transparent weekly construction progress reports. Moreover, .:"2. Prince demonstrates exceptional proficiency in daily coordination with all project stakeholders, including agency staff,end-users,designers,contractors, and utility FIRM Harris&Associates agencies. By proactively staying ahead of coordination efforts, Prince effectively prevents delays and cost escalations,resulting in smooth project execution. EDUCATION BS,Construction Engineering RELEVANT EXPERIENCE Technology • County of San Diego Department of General Services (DGS), On-Call CERTIFICATIONS Construction Management Services. Task Order Project/Construction Manager. Certified Construction Manager • County of San Diego DGS, County Administration Center(CAC) Chilled OSHA30-Hour Construction Water Line Repairs. Construction Manager. OSHA 10-Hour Construction • County of San Diego DGS, East Mesa Juvenile Detention Facility (EMJDF) and Kearny Mesa Juvenile Detention Facility(KMJDF)Probation Kitchen Equipment Upgrades/Renovations. Project/Construction Manager. • County of San Diego DGS, Housing e'r Community Development Services Renovation. Project/Construction Manager. • County of San Diego DGS, Hall of Justice (HOJ)Interior Renovations. Project/ Construction Manager. • County of San Diego DGS, Lakeside Community Center Restrooms. Project/ Construction Manager. • County of San Diego DGS, EMJDF Paving. Project/Construction Manager. • County of San Diego DGS, District Attorney(DA)North County Family Justice Center(NCFJC) Office Renovation. Project Manager. • County of San Diego DGS, DA North County Regional Center(NCRC)5th District(D5) Office Renovation. Project Manager. Harris&Associates,Inc. Appendix:Key Staff Resumes M A-7 Leonardo Flores, EIT, LEED AP CONSTRUCTION MANAGER Leonardo is a seasoned project and construction management professional with 24 years of experience, specializing in education, technology campuses, and housing projects. His expertise includes coordinating site meetings, ; ' conducting investigations,and managing design development,permitting, and constructability with architects,client project managers, and contractors. Leonardo successfully completed several school projects despite challenges FIRM Harris&Associates related to supply chain delays,cost fluctuations,and labor shortages during the pandemic. His deep understanding of public project complexities allows him to EDUCATION take a collaborative approach to deliver sustainable,long-term solutions. Known MBA,Business Administration for his clear communication and proven ability to deliver projects on time and BA,Civil Engineering within budget,Leonardo's leadership and problem-solving skills make him an REGISTRATION invaluable asset to any team. Engineer-in-Training(EIT),CA #111243 RELEVANT EXPERIENCE CERTIFICATIONS • SDUSD, Innovation Middle School Whole Site Modernization. Construction LEED Accredited Professional(LEED Manager. AP),USGBC OSHA 30-Hour Construction • SDUSD, Gompers Prep Academy Gymnasium &Ancillary Facilities. Construction Manager. • SDUSD,Marvin Elementary School Roof Replacement. Construction Manager. • SDUSD, Fulton Elementary School Roof Replacement. Construction Manager. • SDUSD,Morse High School Phase II(Classrooms) &III(Admin/Performing Arts Center) Whole Site Modernization. Construction Manager. • San Diego County Regional Airport Authority, San Diego International Airport T2W Expansion. Project Manager. • San Diego County Regional Airport Authority, San Diego International Airport Landmark Aviation (private), Landmark Aviation Hangars (Fixed Base Operation). Project Manager. • County of San Diego, County Administration Center. Project Manager. • County of San Diego, County Mills Tenant Improvements. Project Manager. • Carefusion (formerly Cardinal Health), Building C Tenant Improvement. Project Manager. • City of San Diego, San Diego Convention Center Expansion. Project Engineer. Harris&Associates,Inc. Appendix:Key Staff Resumes ■ A-8 Dezer Miltare CONSTRUCTION MANAGER Dezer has over 10 years of experience with an optimized track record of providing ;"'. quality construction management practices in all aspects of multi-billion dollar projects from pre-construction to closeout. He has in-depth knowledge of both oversight and management practices in civil and major transportation projects. Dezer is experienced in both project management and construction management in implementation of City of Long Beach Standard Plans, Greenbook, and FIRM Harris&Associates Caltrans standard plans,specifications, and manuals. His experience includes construction of bridges, retaining walls,MSE walls, masonry walls, approach EDUCATION slabs,bridge ramps, roadways, paving,traffic control, traffic striping and markers, BS,Civil Engineering utilities,electrical, drainage, curb and gutters,train station facilities,lead and asbestos abatement. Dezer is a passionate worker,who is always looking to create an impact and provide a positive outcome for the project. RELEVANT EXPERIENCE • City of Long Beach, 1-605 Soundwall Project. Construction Manager. • City of Long Beach,Artesia Improvement Project. Construction Manager. • City of Long Beach, Fire Station 14 Renovation. Construction Manager. • City of Long Beach, Colorado Lagoon Open Channel. Construction Manager. • Metro, Crenshaw/LAX Transit Corridor. Project Engineer. • OCTA/Caltrans, 1-405 Widening Project. Structure Engineer. • Caltrans, I-15 Rehabilitation Project. Assistant Project Manager. Harris&Associates,Inc. Appendix:Key Staff Resumes M A-9 Garreth Saiki, PE, GE CONSTRUCTION MATERIALS TESTING PRINCIPAL ENGINEER As a Principal Engineer for Ninyo&Moore,Garreth coordinates and conducts • geotechnical evaluations for public facilities,including highways,railroads, " ' VA airports,pipelines,public and private buildings,and bridges;performs slope stability analyses,flexible and rigid pavement design,and underground pipeline design;prepares and reviews geotechnical reports;and provides geotechnical design parameters and recommendations for shallow and deep foundations, FIRM Ninyo&Moore retaining structures,in-situ ground remediation and earthwork;reviews laboratory results,project plans and specifications;Garreth also provides project EDUCATION coordination and oversees scheduling of field activities,supervises staff-level MBA,Business Administration geologists and engineers,supervises field technicians and special inspectors, MS,Geotechnical Engineering BS,Civil Engineering reviews project plans and specifications,and reviews laboratory test results for conformance with the project documents,including the Uniform Building REGISTRATION Code (UBC),California Building Code (CBC),Federal Aviation Administration Professional Civil Engineer,CA #49665 (FAA),State Department of Transportation (Caltrans),American Association Professional Geotechnical of State Highway and Transportation Officials(AASHTO),and the Standard Engineer,CA#2509 Specifications for Public Works Construction (Greenbook). RELEVANT EXPERIENCE • City of Huntington Beach, On-Call Construction Materials Testing er Engineering Services for Federal Projects. Principal Engineer. • County of Los Angeles Department of Public Works,As-Needed Construction Materials Testing, Pavement Mix Design and Inspection Services. Project Manager. • Metro, On-Call Construction Laboratory Testing Bench Services. Principal Engineer. • City of Long Beach, Construction Materials Testing and Inspection Services for Various Projects at Long Beach Airport. Principal-in-Charge. • City of South Pasadena, Construction Materials Testing Services for Various Street Improvement Projects. Principal Engineer. • City of La Mirada, On-Call Construction Materials Testing Services. Project Manager. Harris&Associates,Inc. Appendix:Key Staff Resumes • A-10 Rob Sharp, RCI CIVIL INSPECTOR Rob has over 23 years of experience in construction management and held inspection,specializing in public works,roadway,wet and dryutility, infrastructure improvement and development projects. Rob has worked for numerous public entities throughout California as construction inspector,senior construction inspector and assistant resident engineer on capital improvement and private development projects. Rob has the experience to be a highly FIRM Harris&Associates productive and efficient part of the team with minimal supervision and is also capable of leading a team. Rob always works with the goal in mind of achieving EDUCATION success for the client on their projects. He is highly proficient with the Microsoft BS,Business Administration (Finance Concentration) Office suite of products and is experienced in assisting clients with budget preparation,project scheduling,and engineering estimates. REGISTRATION Registered Construction Inspector RELEVANT EXPERIENCE (RCi),ACIA • City of Coronado,Parker Pump Station Emergency Work. Construction CERTIFICATIONS Inspector. OSHA 30-Hour Construction OSHA Confined Space Entry • City of Coronado, Ocean Boulevard Sidewalk and Street Improvements. Inspector. • City of Carlsbad, College Boulevard Speed Feedback Signs. Inspector. • City of Coronado,Kettner Boulevard Sewer Point Repairs. Inspector. • City of Carlsbad, Citywide Drainage Improvement Program -Surface Drainage Improvements. Inspector. • Citrus Heights Water District,Inspection Services. Inspector. • City of Sacramento,Accelerated Water Meter Program. Assistant Resident Engineer. • City of San Marcos, Public Works Inspection Projects. Construction Manager/ Inspector. • City of Fresno, Commercial Water Meter Implementation Program. Assistant Resident Engineer. • City of Fresno, Residential Water Meter Implementation Program. Assistant Resident Engineer. • Caltrans District 5, On-Call Inspection. Construction Manager/Inspector. Harris&Associates,Inc. Appendix:Key Staff Resumes • A-11 Danny Kirkpatrick FACILITY/CODE COMPLIANCE INSPECTOR Danny has been in the construction field for over 24 years and has provided r. inspection for various phases and types of construction projects,ranging from residential to commercial projects including but not limited to the$6 million Charles Drew University Parking Structure,the$19 million Regent Square Project )71 consisting of 145 low- to moderate-income units for the City of Inglewood, and is an on-call inspector for the City of Inglewood for the Hollywood Park Project. FIRM WSP Danny is involved in community-based organizations such as a former member of the Inglewood Citizens Police Commissioner's Board where he received a special EDUCATION Undergraduate Studies,General commendation from the city council and the mayor. Danny is the President of the Education board of Open Arms board and care facility for 13- to 17-year-old young men. CERTIFICATIONS RELEVANT EXPERIENCE ICC Building Inspector • City of Inglewood, Intuit Dome (formerly Inglewood Basketball and Entertainment Center IIBECD Staff Augmentation. Building/Code Compliance Inspector. • City of Inglewood, SoFi Stadium Project Staff Augmentation. Building/Code Compliance Inspector. • City of Inglewood, Hollywood Park Residences, The Westley and The Crosby Residential Condominium and Multi-use Complex Staff Augmentation. Building/Code Compliance Inspector. • City of Inglewood, Regent Square Project Staff Augmentation. Building/Code Compliance Inspector. • Charles Drew University, Parking Structure Project. Building/Code Compliance Inspector. Harris&Associates,Inc. Appendix:Key Staff Resumes IN A-12 Heather Ricci SENIOR LABOR COMPLIANCE ANALYST/ADMINISTRATION Heather has 19 years of experience in all areas of construction administration and labor compliance monitoring services. Heather has developed policies and procedures to responsibly monitor,analyze and inform, the labor laws that dictate s our client's obligations to the DIR. The I.,abor Compliance team conducts audits and acts in accordance the California Labor Code Sections 1720 through 1815 and 2750.5, and California Code of Regulations Title 8, Division 1, Chapter 8, FIRM Harris&Associates Sections 16000 through .1.6802 and 17201 through 17270. This monitoring and enforcement includes,but is not limited to,attending pre-construction meetings, EDUCATION auditing monthly documents,verifying wage rates and apprentice requirements AS,Paralegal(anticipated completion Summer 2026) are accurately executed,conducting onsite employee interviews,investigating Undergraduate Studies,Pre-Law complaints and other suspected violations, monitoring all prime/sub/sub- Undergraduate Studies,Business/ Program Management tiers, and monitoring contractor licenses and workers compensation statuses throughout the project. CERTIFICATIONS California Prevailing Wage RELEVANT EXPERIENCE Certified Professional for Agencies, LCPtracker Academy • City of Huntington Beach, Main Street Library ADA &Restroom Restoration, OSHA 30-Hour Construction Traffic Signal Modification, and Curb Ramp Installation (On-Call). Labor OSHA10-Hour Construction Compliance. • SDUSD, Proposition S, Proposition Z, and Measure YY& U Bond Programs. Labor Compliance Analyst. • Santa Rosa Junior College, Burbank Theater Modernization. Senior Labor Compliance Analyst. • Santa Rosa Junior College, Lindley Center for Science, Technology, Engineering and Math (STEM)Education. Senior Labor Compliance Analyst. • County of San Diego DGS, Health &Human Services Agency-Ramona Community Resource Center. Senior Labor Compliance Analyst. • County of San Diego DGS, George Bailey Detention Facility Security Cameras &Controls. Senior Labor Compliance Analyst. • County of San Diego DGS, Borrego Springs Library, Park, &Sheriff's Office. Labor Compliance Analyst. • County of San Diego DGS, Imperial Beach Library. Labor Compliance Analyst. • County of San Diego DGS,Alpine Library. Labor Compliance Analyst. Harris&Associates,Inc. Appendix:Key Staff Resumes M A-13 APPENDIX: KEY STAFF CERTIFICATIONS Stephen Lindsay PROFESSIONAL ENGINEER LICENSE CA SEARCH A BOARD FOR PROFESSIONAL ENGINEERS, LAND ISSUANCE DATE AL 1,6 SURVEYORS, AND GEOLOGISTS EXPIRATION DATE TEX LE:r-RiLE, CURRENT DATE TIME cj'IES..202.5. 3 20 24 34.. LICENSING DETAILS FOR: 55819 NAME.._INVSJIIY ZTEPHEMMANE ADDRESS LICENSE ESPETULEOSTER lUTEOl CANE ouvrUREA LICENSE STATUS.e0 AN rAwt,CASPOT SAMOIRGOCOVNTY MAP Mark Nassar PROFESSIONAL ENGINEER LICENSE SEAlER f1/4 k ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND 1 1, Mgt EXPIRATION DATE SURVEYORS, AND GEOLOGISTS orc0104 31 71,25 URTETE CURIUM OMR/TIM LICENSING DETAILS FOR: 57500 NAMET SACS/Cl ElESATTLUC ADDRESS LICENSE TYPE L ERN V LICENSE STATUS:,LEAR a (3 auSTY MAP Harris&Associates,Inc. Appendix:Key Staff Certifications I A-14 Mahmoud Akhavain PROFESSIONAL ENGINEER LICENSE cl 11=1= -SEARCH ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND SURVEYORS, AND GEOLOGISTS JA,8 1994 EXPIRATION DATE CURRENT DATE TIME LICENSING DETAILS FOR: 52012 NAME:AO-fAVAIN,MARRIOUD ADDRESS LICENSE TYPE:CI',S ENGI$&O DENSE STATUS; EATS , Dr. Rueben Smith MASTER PROJECT MANAGER (MPM) CERTIFICATION American A( of Project Management By the power vested in the Board of Standards of the American Academy of Project Management", the Faculty of the Graduate Division`di2 the Chairman of the Board of the American Academy of Project Management"' do hereby certify that Rueben Smith, MPM Master Project Manager was duly admitted and licensed the charter,board certification,designation and membership credentials with all rights,honors and privileges pertaining thereto.AND is currently in good standing,and has sufficiently satisfied education,experience,ethics, testing criteria other non-academic requirements for certification, www.projectmanagementcertification.org IN WITNESS WHEREOF is affixed the seal of the American Academy of Prmect Management Januarys 2006 MPM" , )1 . V. \t Harris&Associates,Inc. Appendix:Key Staff Certifications M A-15 Sean Dunbar CERTIFIED CONSTRUCTION MANAGER (CCM) CERTIFICATION `o..A1111,11,..A Construction Manager Certification Institute November 13,2023 Sean Dunbar CMCI ID#:7955 4420 Olive Avenue Long Beach CA,90807 Dear Mr.Dunbar This letter serves as confirmation of your certification status until November 2026.Your Certified Construction Manager(CCM)was earned on November 20,2017.As a reminder,in the years between your recertification,you will need to keep track of the recertification points earned to maintain your CCM status. You can keep track of your Renewal Points by using our online recertification tracking portal. Please remember that you have three(3)years to meet the requirements for earning Renewal Points. If any changes are made to the recertification requirements,you will be informed. Also,do not forget to update any new contact information because CMCI sends out periodic updates and new recertification opportunities that become available.If you have any questions or concerns,please call us at(703)356-2622 or email us at certification@cmaanet.org. Anthony Sanger,CCM,FCMAA Chair 200 Lativyers Road N W,#1968,Vienna,VA, USA 22183 f 703-356-2622 J NA,wtiv.CN lcertification.org Harris&Associates,Inc. Appendix:Key Staff Certifications 111 A-16 Michael Te PROFESSIONAL ENGINEER LICENSE S ARC., 1 ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND 7.0,1 A SURVEYORS, AND GEOLOGISTS EXPIRATION DATE C,-E413ER 3,206 CURRENT DATE TIME ;124g,24. LICENSING DETAILS FOR: 82528 Noksowm'WNW. ABMS& 1.1400# VVII,iNCPNEER #I ePtkPRESS 420 ratowe LICENSE STAMM CLEAR 0 MAP CERTIFIED CONSTRUCTION MANAGER (CCM) CERTIFICATION ,c.,c1t.ttiort fistanager OZertifiration titute ZA)t Am 0= 52 05352,0 52 Certifieb Con5tructian iiiartager Michael Te has voluntarily met the prescribed criteria of the CCM program with regard to formal education,practical experience and demonstrated capability and understanding of the construction management body of knowledge. The aforementioned individual has met the professional standards and demonstrated a commitment to providing the highest level of quality professional construction management services. 9770 September 2019 # 4'' " Certification Date , September 2025 ; CMCI Board of Governors Chair Valid Through •434.1%;:, Harris&Associates,Inc. Appendix:Key Staff Certifications I A-17 Prince Dumaran CERTIFIED CONSTRUCTION MANAGER (CCM) CERTIFICATION* *Please note that this certification has been renewed per the acknowledgment on the following page; we are still awaiting receipt of the official renewal letter. The new expiration date is May 15, 2028. Construction Manager Certification Institute 5/13/2022 Prince Dumaran CCM ID:10386 1548 Hillsborough Street Chula Vista,CA 91913 United States Dear Prince Dumaran, This letter serves as confirmation of your certification status until May 2025.As a reminder,in the years between your recertification,you will need to keep track of the recertification points earned to maintain your CCM status. You can keep track of your Renewal Points by using our online recertification tracking portal. Please remember that you have three(3)years to meet the requirements for earning Renewal Points. If any changes are made to the recertification requirements,you will be informed. Also,don't forget to update any new contact information because CMCI sends out periodic updates and new recertification opportunities that become available.If you have any questions or concerns, please call us at(703)356-2622 or email us at certification@cmaanct.org. Sincerely, Raoul D. Ilaw,CCM Chair www.cmcortification.org Harris&Associates,Inc. Appendix:Key Staff Certifications • A-18 Prince Dumaran CERTIFIED CONSTRUCTION MANAGER(CCM) CERTIFICATION (CONTINUED) 6/925,5:48 PM Prince Dumaran I Construction ManagementAssociation of America mar — M /I ANIL i UIVIAPI /' !_ MENU MY ACCOUNT(HTTPS://CMAA.MY.SITE.COM/PORTAUS/) 4 Prince Dumaran, CCM Job Title: Deputy Project Director Company Name: Harris&Associates City: San Diego State: CA Expiration Date: May 15,2028 CMCI Number: 10386 Leonardo Flores ENGINEER-IN-TRAINING (EIT) LICENSE I3()r\Rl)FOR I'l i I.SSIONAI,ENGINF.I;RS, , I ANT) SIJR\'l\'C)R` , AND Cil:, )I,0GISTS <`J 7.'f tcrrtiit>that evanrurt Lcoincrrrclo Flores res } IS DULY CGitI tPiLD Atr ENGINEER--IN I'KAININCi In 1 he mace of California,and 7101t.e3To All rh t.rrt ::md: • tr Privtleger Conies 1 In Sold Ceadr+ N7E�S SS DUI?FI-iNP AND C: 1 i C ertifi<:ate P='_. . _. .. 3 hi,' dto of l.mtstn,246 t,ar w3r.:towtt C.,£,(115 t; �rALiU i=.ltiilt P}:S)FtiSS1(}NAI.LAC ENNIRt lk<kt31 ION;:1, r iiO;;Ril t}R YROFt;S.StfI;:1_CNGINFE RS, AND NI"kYEYC7RS AND,ti.C)I tx;Di;S ttch.rd r Pia s NInthttu.r I':CI 4,t.Cr •ti,wtdl���r3°cE Harris&Associates,Inc. Appendix:Key Staff Certifications ■ A-19 Garreth Saiki PROFESSIONAL ENGINEER LICENSES cik OC:I= SEAHt H ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND zP ,,—.. ARO SURVEYORS AND GEOLOGISTS EXPIRATION DATE 4 EWE IEM S.TDe3ER a>2D26 CURRENT DATE.'TIME titn2a;:ST2z.[DP5 :Q�T LICENSING DETAILS FOR: 2509 NAMES.='K',_;EEE- ADDRESS LIGFNSE TYPE' .,i..+t I,.IV '..NEZ.. Rif S,C,.'.'IE k,%A 1,53i LICENSE STATUS fa.- a CRA'432 COUN-Y tAkt, 4.'TTt BOARD FOR PROFESSIONAL ENGINEERS, LAND ISSUANCE DATE SUN ?E.:59E ADASURVEYORS AND GEOLOGISTS EXPIRATION DATE 'J SFP7F,4,4A.R 10.2'25 CURRENT DATE?TIME ILNE$E::l'2022 IA 'S:t LICENSING DETAILS FOR: 49665 NAME:SAKI..7,,,, I ADDRESS LICENSE TYPE: t -1'2^ -4 LICENSE STATUS:_ 0 0'WIG, DONCC OAP Rob Sharp REGISTERED CONSTRUCTION INSPECTOR (RCI) i tarrt ra 2 i 0 a sfru ui 1rtspr ors Assoriaftmn I this is firrzrfiff flint pursonnnf fu ifs bga-lafns, milt iiR itirfur of rxperi;ettrt, rxa tinafiuu, anti confirming 4urafi rn Z.oliert- Sharp leas sure ssfuUg met filo quit' cufirms of: °� e strrcb (Iausfructtau 4n p rfur z �e A` Division 1V Pudic Works 1 :: a °` *it is pntif Ir;x is alt of lilt rights { ststonvouan? pi-Mims rotifrrrrb bg surll trgr-lnfus `;. iwoosSot5HAM2 ANP SSALNIS Stet DAY YOF____.AllEtb Zra.. "Mk;<0ki-rSTGC£0 CCNSTR4+LIKIN INSPECTORS �.�^;} twatoswE' -«4rfbA.a.c.�aSOAMa�w.MEdAWRN SSD Harris&Associates,Inc. Appendix:Key Staff Certifications • A-20 Danny Kirkpatrick ICC CALIFORNIA COMMERCIAL BUILDING INSPECTOR Verified Candidate `�ICC INTERNATIONAL iliw CODE Nam CODNCli"AO aw verify.iccsafe.org/8822284 Search Altai„J Customer Name' Account Number: Danny Kirkpatrick 8822284 Certifications: Initial Certification Currs:N Expiration Certificate Name C2 1 c-^_018 Oa/09/2028 California Commercial Building Inspector Heather Ricci CALIFORNIA PREVAILING WAGE CERTIFIED PROFESSIONAL FOR AGENCIES A LCPtracker Academy CERTIFICATE OF COMPLETION This certificate is awarded to Heather Ricci for satisfactorily completing the course requirements and criteria established by LCPtracker Academy and successfully demonstrating exemplary knowledge and skill, thus earning the recognition of: gencies, .e California Prevailing Wage Certified Professional for Agencies s_ U:PO � tracker Harris&Associates,Inc. Appendix:Key Staff Certifications ■ A-21 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. 719 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. 720 RATE SHEETS FOR ON - CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING AND INSPECTION SERVICES CITY OF HUNTINGTON BEACH June 13, 2025 Harris & Associates E. RATE SHEET Harris &Associates, Inc. Schedule of Hourly Rates 1 Effective October 1,2025-September 30,2029 BILLING RATES i HOURLY RATE 2025-26 2026-27 2027-28 2028-29 PRINCIPAL-IN-CHARGE Mark Nassar $358.44 $370.09 $382.12 $394.54 PROJECT MANAGER/CONTRACT MANAGER/CONSTRUCTION MANAGER Steve Lindsay $277.01 $286.01 $295.30 $304.90 CONSTRUCTION MANAGERS Dezer Millare $204.58 $211.23 $218.10 $225.19 Derrick Anderson $228.64 $236.07 $243.75 $251.67 Eric Jackson $214.63 $221.61 $228.81 $236.25 Eric Sherman $240.08 $247.88 $255.93 $264.25 Jon Bermudes $182.78 $188.72 $194.85 $201.18 Leonardo Flores $217.78 $224.86 $232.17 $239.71 Mahmoud Akhavain $302.02 $311.83 $321.97 $332.43 MichaelTe $274.86 $283.79 $293.02 $302.54 OmarJalili $191.96 $198.20 $204.64 $211.29 Prince Dumaran $228.56 $235.99 $243.66 $251.58 Reuben Smith $358.44 $370.09 $382.12 $394.54 Sean Dunbar $358.44 $370.09 $382.12 $394.54 PROJECT SCHEDULERS Albert Matta $195.46 $201.81 $208.37 $215.14 Andrew Beebe $283.39 $298.79 $308.51 $318.53 INSPECTORS(PREVAILING WAGE) Zach Hollis $215.15 $222.14 $229.36 $236.81 Rob Sharp $232.88 $240.45 $248.26 $256.33 Steve Penner $221.26 $228.45 $235.87 $243.54 Juan Vallencia $227.01 $234.39 $242.01 $249.87 LABOR COMPLIANCE&ADMINISTRATION Tracy Bradford $192.93 $199.20 $205.68 $212.36 Heather Ricci $130.61 $134.86 $139.24 $143.77 Char Hamilton $109.65 $113.21 $116.89 $120.69 Harris&Associates,Inc. E.Rate Sheet M 1 Harris & Associates, Inc. Schedule of Hourly Rates (Continued) Notes: 1. The four-year rate schedule reflects projected increases based on the U.S. Bureau of Labor Statistics Consumer Price Index for All Urban Consumers (CPI-U),Los Angeles-Long Beach-Anaheim,All Items.A 3.25%annual escalation has been applied,representing the midpoint of the historical 5-year CPI-U average for the region (which has ranged from 2.5%to 4.0%).The rates shown are locked for the duration of the contract period as required by the RFP. 2. The only rates which change for Saturdays,Holidays,and Sundays are those of Inspectors.We will follow DIR guidelines using 1.5 times and 2 times as required by law for overtime. 3. Incidental rates for mileage and vehicles will be included at the IRS rate or actual rate paid. 4. Vehicles provided as part of inspection services will be charged at a fixed monthly rate of$1,450.00. 5. All subconsultant costs are reimbursed as a"direct expense"at actual costs plus a 10%markup. 6. Direct expenses,such as permitting fees,printing of plans and specifications,and other expenses in service of the City's projects,will be billed at cost plus a 10%markup. Harris&Associates,Inc. E.Rate Sheet M 2 Schedule of Fees Hourly Charges for Personnel Professional Staff Principal Engineer/Geologist/Environmental Scientist/Certified Industrial Hygienist $ 250 PY9 Senior Engineer/Geologist/Environmental Scientist $ 235 Senior Project Engineer/Geologist/Environmental Scientist $ 220 Project Engineer/Geologist/Environmental Scientist $ 210 Senior Staff Engineer/Geologist/Environmental Scientist $ 200 Staff Engineer/Geologist/Environmental Scientist $ 180 GIS Analyst $ 160 Technical Illustrator/CAD Operator $ 140 Field Staff Certified Asbestos/Lead Technician $ 220 Field Operations Manager $ 150 Nondestructive Examination Technician(UT,MT, LP) $ 145 Supervisory Technician $ 140 Special Inspector(Concrete, Masonry,Structural Steel,Welding,and Fireproofing) $ 145 Senior Technician $ 145 Technician $ 140 Administrative Staff Information Specialist $ 120 Geotechnical/Environmental/Laboratory Assistant $ 120 Data Processor $ 95 Other Charges . i&eiv4kotilv of*, Concrete Coring Equipment(includes technician) $ 190/hr Anchor Load Test Equipment(includes technician) $ 190/hr GPR Equipment $ 180/hr Project Labor Agreement Fees $ 22/hr Hand Auger Equipment $ 80/hr Rebar Locator(Pachometer) $ 25/hr Vapor Emission Kit $ 65/kit Nuclear Density Gauge $ 12/hr X-Ray Fluorescence $ 70/hr PID/FID $ 25/hr Air Sampling Pump $ 10/hr Field Vehicle $ 15/hr Expert Witness Testimony $ 450/hr Direct Expenses Cost plus 15% Special equipment charges will be provided upon request. Notes Technicians and special inspectors,are charged at a 4-hour minimum,and 8-hour minimum for hours exceeding 4 hours. Overtime rates at 1.5 times the regular rates will be charged for work performed in excess of 8 hours in one day Monday through Friday and all day on Saturday.Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day,all day Sunday and on holidays. Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the life of the project,as applicable. The terms and conditions are included in Ninyo&Moore's Work Authorization and Agreement form. Ninyo&Moore I Ci of HB-On-Call CM,Materials Testing and Inspection 104-04979 I June 5,2025 CA16- MOD Harris&Associates,Inc. E.Rate Sheet V 3 Schedule of Fees for Laboratory Testing SOILS CONCRETE Atterberg Limits,D 4318,CT 204 $ 170 Compression Tests,6x12 Cylinder,C 39 $ 35 California Bearing Ratio(CBR),D 1883 . .......... .,_... ...........$ 550 Concrete Mix Design Review,Job Spec $ 300 Chloride and Sulfate Content,CT 417&CT 422 $ 175 Concrete Mix Design,per Trial Batch,6 cylinder,ACI $ 850 Consolidation,D 2435,CT 219 $ 300 Concrete Cores,Compression(excludes sampling),C 42 $ 120 Consolidation,Hydro-Collapse only,D 2435 $ 150 Drying Shrinkage,C 157 $ 400 Consolidation-Time Rate,D 2435,CT 219 $ 200 Flexural Test,C 78 $ 85 Direct Shear-Remolded,D 3080 $ 350 Flexural Test,C 293 $ 85 Direct Shear-Undisturbed,D 3080 $ 300 Flexural Test,CT 523 $ 95 Durability Index,CT 229 $ 175 Gunite/Shotcrete,Panels,3 cut cores per panel and test,ACI $ 275 Expansion Index,D 4829,IBC 18-3 $ 190 Lightweight Concrete Fill,Compression,C 495 $ 80 Expansion Potential(Method A),D 4546 $ 170 Petrographic Analysis,C 856 $2,000 Geofabric Tensile and Elongation Test,D 4632 $ 200 Restrained Expansion of Shrinkage Compensation $ 450 Hydraulic Conductivity,D 5084 $ 350 Splitting Tensile Strength,C 496 $ 100 Hydrometer Analysis,D 6913,CT 203 $ 220 3x6 Grout,(CLSM),C 39 $ 55 Moisture,Ash,&Organic Matter of Peat/Organic Soils $ 120 2x2x2 Non-Shrink Grout,C 109 $ 55 Moisture Only,D 2216,CT 226 $ 35 Moisture and Density,D 2937 $ 45 ASPHALT Penneability,CH,D 2434,CT 220 $ 300 Air Voids,T 269 $ 85 pH and Resistivity,CT 643 $ 175 Asphalt Mix Design,Caltrans(incl.Aggregate Quality) $4,500 Proctor Density D1557,D 698,CT 216,AASHTO T-180,... $ 220 Asphalt Mix Design Review,Job Spec $ 180 Proctor Density with Rock Correction D 1557 $ 340 Dust Proportioning,CT LP-4,. $ 85 R-value,D 2844,CT 301 $ 375 Extraction,%Asphalt,including Gradation,D 2172,CT 382 $ 250 Sand Equivalent,D 2419,CT 217 $ 125 Extraction,%Asphalt without Gradation,D 2172,CT 382 $ 150 Sieve Analysis,D 6913,CT 202 $ 145 Film Stripping,CT 302 $ 120 Sieve Analysis,200 Wash,D 1140,CT 202 $ 100 Hveem Stability and Unit Weight D 1560,T 246,CT 366 $ 225 Specific Gravity,D 854 $ 125 Marshall Stability,Flow and Unit Weight,T 245 $ 240 Thermal Resistivity(ASTM 5334,IEEE 442) $ 925 Maximum Theoretical Unit Weight,D 2041,CT 309 $ 150 Triaxial Shear,CD,D 4767,T 297 $ 550 Moisture Content,CT 370 $ 95 Triaxial Shear,C.U.,w/pore pressure,D 4767,T 2297 per pt $ 450 Moisture Susceptibility and Tensile Stress Ratio,T 238,CT 371 $1,000 Triaxial Shear,C.U.,w/o pore pressure,D 4767,T 2297 per pt $ 350 Slurry Wet Track Abrasion,D 3910 $ 150 Triaxial Shear,U.U.,D 2850 $ 250 Superpave,Asphalt Mix Verification(incl.Aggregate Quality) $4,900 Unconfined Compression,D 2166,T 208 $ 180 Superpave,Gyratory Unit Wt.,T 312 $ 100 Superpave,Hamburg Wheel,20,000 passes,T 324 $1,000 MASONRY Unit Weight sample or core,D 2726,CT 308 $ 100 Brick Absorption,24-hour submersion,5-hr boiling,7-day,C 67 $ 70 Voids in Mineral Aggregate,(VMA)CT LP-2 $ 90 Brick Compression Test,C 67 $ 55 Voids filled with Asphalt,(VFA)CT LP-3 $ 90 Brick Efflorescence,C 67 $ 55 Wax Density,D 1188 _ $ 140 Brick Modulus of Rupture,C 67 $ 50 Brick Moisture as received,C 67 $ 45 AGGREGATES Brick Saturation Coefficient,C 67 $ 60 Clay Lumps and Friable Particles,C 142 $ 180 Concrete Block Compression Test,8x8x16,C 140 $ 70 Cleanness Value,CT 227 $ 180 Concrete Block Conformance Package,C 90 $ 500 Crushed Particles,CT 205 $ 175 Concrete Block Linear Shrinkage,C 426 $ 200 Durability,Coarse or Fine,CT 229 $ 205 Concrete Block Unit Weight and Absorption,C 140 $ 70 Fine Aggregate Angularity,ASTM C 1252,T 304,CT 234 $ 180 Cores,Compression or Shear Bond,CA Code $ 70 Flat and Elongated Particle,D 4791 $ 220 Masonry Grout,3x3x6 prism compression,C 39.. $ 45 Lightweight Particles,C 123 $ 180 Masonry Mortar,2x2 cube compression,C 109 $ 35 Los Angeles Abrasion,C 131 or C 535 $ 200 Masonry Prism,half size,compression,C 1019 $ 120 Material Finer than No.200 Sieve by Washing,C 117 $ 90 Masonry Prism,Full size,compression,C 1019 $ 200 Organic Impurities,C 40 $ 90 Potential Alkali Reactivity,Mortar Bar Method,Coarse,C 1260 $1,250 REINFORCING AND STRUCTURAL STEEL Potential Alkali Reactivity,Mortar Bar Method,Fine,C 1260 $ 950 Chemical Analysis,A 36,A 615 $ 135 Potential Reactivity of Aggregate(Chemical Method),C 289 $ 475 Fireproofing Density Test,UBC 7-6 $ 90 Sand Equivalent,T 176,CT 217 $ 125 Hardness Test,Rockwell,A 370 $ 80 Sieve Analysis,Coarse Aggregate,T 27,C 136 $ 120 High Strength Bolt,Nut&Washer Conformance, Sieve Analysis,Fine Aggregate(including wash),T 27,C 136 $ 145 per assembly,A 325 $ 150 Sodium Sulfate Soundness,C 88 $ 450 Mechanically Spliced Reinforcing Tensile Test,ACI $ 175 Specific Gravity and Absorption,Coarse,C 127,CT 206 $ 115 Pre-Stress Strand(7 wire),A 416 $ 170 Specific Gravity and Absorption,Fine,C 128,CT 207 $ 175 Reinforcing Tensile or Bend up to No.11,A 615&A 706 $ 75 Structural Steel Tensile Test:Up to 200,000 lbs.,A 370 $ 90 ROOFING Welded Reinforcing Tensile Test:Up to No.11 bars,ACI $ 80 Roofing Tile Absorption,(set of 5),C 67 $ 250 Roofing Tile Strength Test,(set of 5),C 67 $ 250 Special preparation of standard test specimens will be charged at the technician's houriy rate. Ninyo&Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. Ninyo&Moore 12021 Laboratory Testing Harris&Associates,Inc. E.Rate Sheet a 4 Professional Rate Schedule FOR WSP USA Inc. US West Region Effective January 1,2025 Invoices include all labor charges,other direct costs,and costs associated with in-house services. Charges include only those services directly attributable to the execution of the work.Time spent when traveling in the interest of the work will be charged in accordance with the hourly rates. Labor charges are based upon standard hourly billing rates for each category of staff.The billing rates include costs for salary, payroll taxes, insurance associated with employment, benefits(including holiday,sick leave,and vacation),administrative overheads, and profit. Rates by labor category are as follows: P-0 Intern $100 S-1 Assistant $75 P-1 Assistant Consultant $120 S-2 Project Coordinator $93 P-2 Associate Consultant $135 S-3 Sr. Project Coordinator $111 P-3 Consultant $156 S-4 Administrative Specialist $126 P-4 Sr.Consultant $177 S-5 Sr.Administrative Specialist $156 P-5/P-5*Lead Consultant $208 P-6/L-1 Assistant Vice President $241 P-7/L2Vice President $286 P-8/L3 Sr.Vice President $297 Construction Code Compliance $180 Special Inspector(Non-Prevailing Wage) $125 Inspector(Prevailing Wage) Construction Code Compliance $125 LD-3Specialist,Technical Engineering Support $130 Inspector(Non-Prevailing Wage) Soils Inspector(Prevailing Wage) $180 LD-4 Sr.Technical Engineering Support Specialist $154 Soils Inspector(Non-Prevailing Wage) $125 LD-5 Lead Design/Technical Engineering Support $170 Specialist Special Inspector(Prevailing Wage) $180 Notes: The above rates are subject to revision. Rates are in US Dollars($US) 1 A 10% carrying charge will be added to all other disbursements including materials, subcontractor costs, drilling or excavation services and use of external laboratory services. Subcontracted soils and deputy/special inspection services will be charged at the above rate for Sr.Coordinator,Technician. 2 Rates for specialist services,including but not limited to litigation support;expert witness, including time spent in depositions and the preparation and presentations of testimony;and/or senior level consultation,and priority emergency level services are available upon request. 3 Rates for laboratory services and use of company owned equipment will be provided upon request. 4 The rates and charges listed above exclude applicable local and federal taxes.Taxes will appear as a separate line item on each invoice. 5 Personnel Rates shown in the above fee schedule apply to project charges for professional and administrative personnel prior to December 31,2024.On January 1st of each subsequent year, labor rates invoiced on project will be increased by 5%to reflect annual cost of labor increases. Harris&Associates,Inc. E.Rate Sheet 5 Professional Rate Schedule FOR WSP USA Inc. US West Region Effective January 1,2025 6 Time spent on projects in litigation, in depositions and preparing for the same will be charged at the standard rate multiplied by 1.5,with a 4-hour minimum.Time spent providing expert witness testimony will be charged at the standard rate multiplied by 2,with an 8-hour minimum. Non-exempt(technician and support personnel)time for work over eight(8)hours per day,and Saturday will be charged at the standard rate multiplied by 1.5.Work required beyond the standard 6:00 a.m.to 5:00 p.m.typical hours will be billed at the standard rate multiplied by 1.25.Work performed that results in services extending beyond 12 hours in a 24-hour day will be billed out at 2 times the regular hourly rates presented herein.Work performed on holidays and Sundays will be billed out at 2 times the hourly rates presented herein.WSP USA Environment&Infrastructure Inc's holidays are New Year's Day, Martin Luther King Jr. Day, Memorial Day(recognized), Independence Day, Labor Day(recognized),Thanksgiving Day,the day after Thanksgiving Day and Christmas Day.Should the holiday fall on a Saturday or Sunday,the holiday is recognized the day preceding that Saturday or following that Sunday. Professional services will be billed at a standard hourly rate for hours worked over 8 hours per day or 40 hours per week. Professional Staff(staff,project,and senior lever)will be paid straight—time overtime for hours worked over 40 per week. 7 A 16%surcharge will be applied on the monthly invoices for the total professional and geotechnical technician fees charged to the project and an 8%surcharge will be applied for construction materials inspection. For inspector services,a minimum daily charge of 4 hours will be made.Time in excess of 4 hours will be charged as an 8-hour day. In addition,any inspection services extending past noon will be charged as an 8-hour minimum.A 3-hour minimum charge will be made when notice of cancellation of inspection services is not received by noon the previous weekday. Inspection requests for"Same Day"services will be billed at 1.5 times the standard rates presented above. There will be a.5-hour minimum charge any time professionals perform as-requested services.The minimum total charge for any one project will be$5,000.Services will be provided as requested by site personnel. CONDITIONS OF SERVICE FOR INSPECTION SERVICES The following conditions are applicable to our inspection services in addition to any stated in our proposal: "Inspection"by our firm on this project shall be defined as performing visual observations relating to the construction activities in our scope of work, upon timely notification,and shall be limited to those services.The work will be performed using that degree of care and skill ordinarily exercised,under similar circumstances,by reputable members of the WSP USA Environment&Infrastructure Inc.,profession practicing in the same or similar locality at the time of performance. No other warranty,expressed or implied, is made or intended and the same are specifically disclaimed.Observation and testing of construction activities does not imply a guarantee or warranty of the contractor's work,and the services performed by our firm shall not excuse the contractor in the event of subsequently discovered defects of work. Our presence or absence at the site shall not affect the contractor's obligation to perform in accordance with the plans and specifications. Our services do not include responsibility for the superintendence of construction processes,or direction of the actual work of the contractor or the contractor's workmen.Also,since surveying is not within our scope of services,we are not responsible for the lateral limits of grading,the depths of excavations,or the final surface contours and configurations indicated by markers,such as stakes and hubs,set by others. It should be understood that we are not responsible for, nor are we to review the adequacy of,job safety on the project.The responsibility for job safety must be borne by the contractor,or specially designated safety personnel. A minimum of 2 working days'notice shall be given us prior to the need for our services.Our inspection dispatcher should be contacted at 323.889.5300,ext. 383—hours of dispatch are 7:00 a.m.through 3:30 p.m.weekdays. Harris&Associates,Inc. E.Rate Sheet M 6 Client#:2039770 HARRIASS5 r` ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MMlODlYYYY)7/31M2025 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(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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER ACT Lindsay Murphey USI Insurance Services, LLC PHONE (Arc,No,Eat):916 589-8000 Lic#OG11911 Ao M EsS: Iindsay.murphey@usi.com 10940 White Rock Rd 2nd FI INSURER(S)AFFORDING COVERAGE NAIC U Rancho Cordova,CA 95670 INSURER A:Continental Insurance Company 35289 INSURED INSURER B:American Casualty Company of Reading PA 20427 Harris&Associates, Inc. Allied World Surplus Lines Insurance Co 24319 1401 Willow Pass Rd Ste 500 INSURERC: P Concord,CA 94520-7964 INSURERD: 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 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 ADM SUBR POLICY EFF POLICYEXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/Yyvy) (MM/DD YY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X 7092556540 08/01/2025 08/01/202 EACH $2,000,000 CLAIMS-MADE LXJ PRE OCCUR S(EaE rrence) $1,000,000 X Ded:0 MED EXP(Any one person) 515,000 PERSONAL&ADV INJURY 52,000,000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 34,000,000 POLICY X JECT X LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER: $ B AUTOMOBILE LIABILITY X X BUA7092547367 08/01/2025 08/01/2026 COMBINED SINGLE LIMIT (Ea acddenl) s1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per accident) $ A UMBRELLA LIAB X OCCUR 7092552522 08/01/2025 08/01/202 EACH OCCURRENCE S10,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE S10,000,000 DED 1 X RETENTION$10000 B WORKERS COMPENSATION X 792555985 08/01/2025 08/01/202 X IPER IA"- - EMPLOYERS'LIABILITY STATUTE ER ANYICEWMEM6OftEXCTNEPJE ECUTIVEYN NrA E.L.EACH ACCIDENT 51,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $11000,000 C Professional Liab 03147924 08/01/2025 08/01/202 $5,000,000 Each Claim Claims-Made $10,000,000 Aggregate Ded:$500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE: On-call General Engineering Consulting. City of Huntington Beach is an additional insured on the General Liability and Auto Liability policll Oep.n r. Tr". a primary and non-contributory basis,when required by written contract,per attached.Waive Mir Subrogation applies to General Liability,Auto Liability,and Workers Compensation,when required by written contract,per attached. `='y ,_ r ,�ri�ti)•` tJitG r 1 Ft.: CERTIFICATE HOLDER CANCELLATION C11 Y L,r ""''""" 1220058000(2027) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach,CA 92648 AUTHORIZED REPRESENTATIVE 588-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S50329922/M503266E3 RFPZP f C �A Workers Compensation And Employers Liability Insurance Policy Endorsement I .:j l/)t„ tt i+�trr l,'(�.<<aY;.i;a�tiaA4 .IC�:f<ihi t{1?snittr(c)�ll!Ir tl�a�1Itlit}.ti!:;i:l,,:: This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers' Compensation Insurance G. Recovery From Others and Part Two - Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations, (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: G-19160-B(11-1997) Policy No:WC 7092555985 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 08/01/2025 Endorsement No: 2; Page: 1 of 1 Policy Page: Underwriting Company: American Casualty Company Of Reading,PA 151 N Franklin St,Chicago, IL 60606 5 Copyright CNA All Rights Reserved. . . , CNA Workers Compensation And Employers Liability Insurance l'olicyhoIder Notice I��Crflfizl: 01: sot,ldiaii,":1010lfrl trmfel ;;t11Ii:iic t111 anioillotih,- 1 It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificate Holders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificate Holder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No:CC68021A (02-20131 Policy No:WC 7092555985 Policyholder Notice; Page: 1 of 1 Policy Effective Date:08/01/2025 Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St, Policy Page: Chicago,IL 60606 4 _ _ a Copyright CNA All Rights Reserved. Switzer, Donna From: Switzer, Donna Sent: Thursday, December 4, 2025 7:29 PM To: 'jordan.brown@weareharris.com' Cc: Pinel, Joseph Subject: City of Huntington Beach - 11/18/25 On-Call Const. Mgt, Materials & Inspection Srvcs Prof. Services Contract Attachments: 11.18.25 Harris &Associates PSC.pdf Hello, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Harris&Associates, Inc. for On-Call Construction Management, Materials Testing and Inspections Services, approved by the Huntington Beach City Council on November 18,2025. Sincerely, Donna Switzer, CMC Senior Deputy City Clerk /111"14. I Office of the City Clerk ," Office:(714)374-1649 Donna.Switzer@surfcity-hb.org 2000 Main Street,Huntington Beach,CA 92648 1 AriirAniordnop:4,„ ifovirm-r ..... NG 0 .. Professional Servic * 0 " . I %,,, .......i. 4, illik c, .•�# � o ntracts for On-Call ;• --�� ___ �` \:?c1 \ C Management, _. .,,,, ,_ , ,,,,,,, V Materials Tm ting, and .___ //,rtt; u{ ,,, r c' _-.A .______ _ .�- .. =_____ __ _ti nspection ervi _...._ _.,.....„ ____ __ . % .._ _ ____„. _` _ Department of Public Works e _iierowiliowp---„ - w. November 18 , 2025 • • to. _ • 'C' 0 SUPPLEMENTAL e`41••••••e+ib COMMUNICATION ‘\, I VO ,rir 11/18/25 +�. tJ ;1� Meeting Date: NTN 141110,. low�al� 'rA Agenda Item No. 21 (25-881) 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 is proposing a similar selection of on-call consultants from this RFQ Selection. 1 - i1 x.UNT I N G 7- . \ Q J .�. � e `�%" '�" ;\` .may •s,�-.. �' , •' QUNT`( tp. f' NEED/WHY/ BENEFITS CIP includes various infrastructure projects and programs that require construction management support. Many of these projects involve design work or specialized studies that City staff are unable to complete internally. Additional responsibilities beyond staff capacity include construction management, performing inspections and testing, and ensuring compliance with federal and state regulations. NTI1t r© `, �.......... 4,�. ••: URPO,RA?'•• Gs) '\ ,14 r %' <4' '; .. ��c00 • CljUNTN °\11# 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. ef' ATINGT lI ` go COUNTY C yA',11 - 4001 Fr } i ` 1PP11 . \ I ,r,' . ,,..,*..-.•, 4.,..,Vs.°4,* —,:.-.-: ,„:!.''itli,":'•ft,,,if;C. i',"•• f,,,, i ij ;i"t'.•,...41111111C4,411 .d is i '`- ■^0. • .,.L . ' %1•;"" 4 ,'t •' ','''''''-'":":„t._,, ;01(,i , , :7-7--'1•-i'r- "i:-;',', 44"'"71:•,..L.,.,..t.- '''.'7'7„ -..:-. . •.•. IT."1-74 111,41MIN q a g `e1 §73 y y.f r e I. ;. • N „,,,,,.......... i'” ,,,,\ SINinProfessional Services \ ,.••oil PO ••.• Contracts for On -Call ` •- \• A CFO ••• c \ Construction Management, ' ------ ----- ----=--:- •. Materials Testing , and ___-- -- ,,/,f70,/p, ) ` • Inspection Services _T________,___ _ _ ______ ,.._ ___,___ -- ____„ . N _, _____ ____ _ _ _ __ . _____ ___ -_— _ _ Department of Public Works - -• November 18 , 2025 ) ••. es) - - P •• 17 1gp9; �. ' 0 ir) V•••. TNc 0 4 0 tjUN P .411ii":40// BACKGROU N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As.such, Public Works advertised a Request for Qualifications (RFQ) for these services. The RFQ covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and proposing a similar selection of 19 on-call consultants from`this RFQ Selection. k ` t` ' .� ` t NTINGI' ! sm, r E ', i. it 7,• . AI t O`••• •pRPOR•••D• ., NC ArF •• M, ✓ /% % ‹ 'A: N : ——Tifi -— ___Z±--z-- i % n r ' o"` : '� - ' r - 1 ill r' • � 1 \ • c .COUNT`I . ,,i� 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. 1 w /I ,.. , , I! * r:0.-:•;:. aV - S •.D / ;f �v� t- 'ram , ,y'b yr y���° -. .. - /,�����_ 1f ��� '�'h ' • � �'r,`w' '�°�� � ANT I N GT� f r1 _ 01�. '� Oy.�. ,jortPoRATFOb•• V Ilk `t\ 4 �. +ice-- .. _ ��.e 1 :- .' �i i = eouNTY C' `',//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 .tii0NT.1IVGTp,, an "as-need" basis. = N f eQuNTY �Pi�� t` i y3 f L ,, k r at :F. >•F I' ? ' • ::I • 2 :4„ ..� ,'\ v to t ,,„i-7 •4 • ,l s I '-- . - 9 XI,{ ,, A $ � ,( rt Y// (. .ram ',4�'.s'�. ,, sy 3')'-, M .) Y'f 1.7:,, -,-K.Th,Iiiii,......e. • .-Liz .:. i . •i,..,(iA,„„ • • , '''' r. '7S. 1 )) '..../''1;?,. '',', l' " { 0. Kc "t y 4 I I °M1 —' ';- f. i �dt 'T 7:s . I�__• "::> ,.r °".."is a . .,‘Ii •.,,,r. , , c, . (111) O ci) a)