Loading...
HomeMy WebLinkAboutPSOMAS - 2025-11-18 wriolASINT0 2000 Main Street, o ,; F F ',2 Huntington Beach,CA �E 92648 1, y City of Huntington Beach � APPROVED 7-0 ?c DUNTYt• 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 11/13/2025 ,/� �/�) powered by Legistar^t %�p �' 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 4- 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 11/13/2025 powered by Legistar^" File #: 25-881 MEETING DATE: 11/18/2025 In response to an expanded CIP budget-from $35 million to $63 million-the City anticipates the need for an increased number of on-call contracts to meet the additional workload and project complexity over the next three years. Such large projects and developments include multiple lift stations, water wells, arterial street rehabilitations, bridge rehabilitations, traffic signal and lighting projects, facility rehabilitation, and park projects. In addition to CIP construction management and inspection services the contracts are used to provide inspection duties for the Development Section. These duties include inspection services for utility permits and larger development projects that are covered by developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Qualifications (RFQ) on June 13, 2025, inviting firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFQ encompassed a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed the procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers, and complied with the federal Brooks Act and California Senate Bill 419. The City received twenty-seven (27) proposals in response. A three-member evaluation panel- comprised of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The Public Works Department consistently attracts highly qualified firms for such RFQs, resulting in a robust and competitive selection process. Based on evaluation results, staff recommend awarding nine (9) on-call contracts to firms to continue service to existing projects. The nine firms listed would reduce any potential interruption of construction services. Additionally, nine (9) other qualified firms shall be considered for further approval and will be recommended in a subsequent council meeting. Recommended Firms The current recommended firms are: Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc.; Harris & Associates, Inc.; and PSOMAS. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-material basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant City of Huntington Beach Page 3 of 4 Printed on 11/13/2025 powered by Legistar^" 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 11/13/2025 powered by Lepistarr" dVisi�m o' UNT!NCI p ��1 04f oFaunrffa,, 6s�: urri 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 fir-:-3-system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects,the City is planning to utilize Design-Build(DB) and Progressive Design-Build (PDB) delivery methods for applicable infrastructure and facility projects. As such, the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and contractors, early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. Interested firms shall address in their qualification statements, their firms ability to provide the following services if selected by the City. The successful firm will be expected to provide these services for locally funded CIP projects. The City prefers those qualified firms assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and • gutter, sidewalks, pipelines, structures, road rehabilitation, reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. _ • 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings,product data; samples; submittal; purchases; materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates.A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information(e.g., logs,payment applications, working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system(PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project,preparing daily reports listing employee,labor classifications, hours worked and equipment on project,maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10.Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive,log and respond to Contractor Request-for-Information (BFI'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. � 1 • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17" sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants'Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max.and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter.(Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form(See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications • This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel,sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, • building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish(months &years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code(CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches, and solutions to similar projects that would be undertaken by the City, and detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CEP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major proj ects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year,locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS • City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download REP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.cfm b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be l 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 fnn, 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 core 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/revize/huntingtonbeachca/DocumentsBusiness/Licens es%20Pennits%20& %20CodeBusiness%20License/FORMS/Standard-Business-License-Application%202024.pdf K. Interview-After written proposals have been reviewed, discussions with prospective films may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal.The individual from your firm that will be directly responsible for carrying out the contract, if awarded,must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. S. GENERAL REQUIREMENTS Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful consultant must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. The consultant is encouraged to contact its insurance carriers during the qualifications submittal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. Standard Form of Agreement The consultant will enter into an agreement with the City based upon the contents of the RFP and the consultant's response. The City's standard form of agreement is included. The consultant shall carefully review the agreement, especially the indemnity and insurance provisions, as the standard form of agreement will not be changed, and must be accepted as is. Assuming the consultant is agreeable with no exceptions, a statement to that effect shall be included in the qualifications submittal. Disclaimer This RFP does not commit the City to either issue an RFP, award a contract, or to pay any costs incurred in the preparation of the RFP response. The City reserves the right to extend the due date for the RFP, accept or reject any or all proposals submittals received as a result of this request, negotiate with any qualified consultant or cancel this RFP in part or in its entirety without penalty. Assigned Representatives The City will assign a responsible representative to administer the contract and to assist the consultant in obtaining information.The consultant shall also assign a responsible representative (project manager) and an alternate,who shall be identified in the RFP response. The consultant's representative will remain in responsible.charge of the consultant's duties from the notice-to- proceed through project completion. If the consultant's primary representative should be unable to continue with the project, then the alternate representative identified in the RFP response shall become the project manager.Any substitution of representatives or sub-consultants identified in the RFP response shall first be approved in writing by the City's representative. The City reserves the right to review and approve/disapprove all key staff and sub-consultant substitution or removal, and may consider such changes not approved to be a breach of contract. I EXHIBIT A I Pre-Qualification Form PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES n 9ai';�':ve +�zra�esu*ri^.r.�,.;, �.�, 7y�,, C ul�„• .�., ':^4 • •• �. d�o '�'�wPri✓.�"_ c9vi'.�p Ai( " , ''��.��`G��.�I�,r��T,w�n ya'�t���!.�.•�'a'*t Ycr-i".`_'<L,�.5'.w�yi^,'r,� A. Construction Management Yes/No (Initial) Consultant is willing to execute the Agreement as drafted(See Appendix B). (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Finn Address: Signature: Date: I APPENDIX A 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/surinet/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/surfoet/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/surfoet/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 t CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not • contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. agree/surfnet/professional svcs mayor 5/19-204082 CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by • this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall.not effect Consultant's right to be paid • for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. • 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate agree/surfnet/professional svcs mayor 5/19-204082 from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times. in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY,become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all agree/surfiiet/professionalsvcs mayor 5/19-204082 approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any 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/sur5aet/professionalsvcs mayor 5/19-204082 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which agree/surfnet/professional svcs mayor 5/19-204082 the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attomey's fees from the nonprevailing party. agree/surfnedprofessionalsvcs mayor 5/19-204082 25., SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not,in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf; which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. agree/surfnet/professional svcs mayor 5/19-204082 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor • By: print name City Clerk ITS: (circle one)Chairman/President/Vice President INITIATED AND APPROVED: AND . By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney agree/surfnet/professionalsvcs 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: I 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 film 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 fir n 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 Haimless 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 w w 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 ofinsurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best'sRating of no less thanA:VII. • Any deductible other than those allowed in this matrix,self-insured retentions or similarforms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney ofthe City of Huntingto n B each. NOTE: Waivers, and/or modifications are discouraged and will be considered only under extraordinary circumstances. :, ...' ._ ; �`:` ' .1VlinimumInsur.auceRequireznents::;:.. : Professional Li4bilitY 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 BB 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. • BB Insurance Matrix revised 10-27-08 1 of 1 ��i ANT I IVG j CITY OF HUNTINGTON BEACH ,��o�� ••••o ���` RCA Contract . ,_, Agreement Summary ,�Q NTY iF GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT November 18; 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT(S) In Review,(Risk Management) David Fait, Patrick Bannon, Joseph Pine! CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $1,500,000 3-years VENDOR NAME+TYPE OF SERVICE PSOMAS will serve as an on-call professional specializing in construction management and inspection. Consultant will serve as construction managers and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM and Inspection Services for various CIP'funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. FE) CITY OF HUNTINGTON BEACH 890 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND PSOMAS FOR ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and PSOMAS, a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Reuben Tolentino who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 25-17168/392255 1 of 12 3. TERM;TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on 001111, 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed One Million Five Hundred Thousand Dollars($1,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 25-17168/392255 2 of 12 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. 25-17168/392255 3 of 12 The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attomey'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. 25-17168/392255 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 25-17168/392255 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. CERTIFICA 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. 25-17168/392255 6 of 12 CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 25-17168/392255 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 fmancial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach PSOMAS ATTN: Director of Public Works ATTN: Reuben Tolentino 2000 Main Street 865 S. Figueroa Street, Suite 3200 Huntington Beach, CA 92648 Los Angeles, CA 90017 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. 25-17168/392255 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. �I 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 25-17168/392255 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. 25-17168/392255 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 authorityand right to bind their respective parties to each of the terms of this power, 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 arin's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 25-17168/392255 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, PSOMAS a municipal corporation of the State of California By:FeA, 44, - k City Manager print name ITS: (circle one)Chairman/Preside Wice President INITIATED AND PROVED: AND Director of Public Works By: APPROVED AS TO FORM: CRPcP UJ(Ls print name ITS: (circle one) Chief Financial Officer/Asst. Secretary—Treasure -City Attorney Date l 0 I t.I 1 •Lv 1,•5*-- RECEIVE AND FILE: VJ6416 Al/PleK City lerk Date /43425 25-17168/392255 12 of 12 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide on-call Construction Materials Testing Services B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT A On-Call Construction Management, Materials Testing, and Inspection services 1 CITY OF HUNTINGTON BEACH • ~ L`�� t.. � *JAW'. � [ r2 s ��f + �" 1. a' p er, r + y r:. � +' *K , , , as ram.;� .. _.. •� . _ _.; i•` - _ ...• _ ter. . r { , , 4 r • �r s, is ec • �y` Y f w'� spy t " t �-• a, ,Arill.- Proposal j 06.73.2025 0011461 4 °t111441 °9 �` �F i'0 rv' PS O M AS A COVER LETTER 1 B VENDOR APPLICATION FORM C PRE-QUALIFICATION FORM (EXHIBIT A) vi D SERVICE CATEGORY QUALIFICATIONS 2 i. FIRM QUALIFICATIONS—CONSTRUCTION MANAGEMENT 2 Firm Profile 2 References — Construction Management 3 itCr Summary of Psomas' Unique Qualities 4 i. FIRM QUALIFICATIONS— CONSTRUCTION INSPECTION 7 Firm Profile 7 References — Construction Inspection 8 ;,K3 Summary of Psomas' Unique Qualities 9 ii. PREFERRED STAFFING 11 iii. UNDERSTANDING AND METHODOLOGY 12 E RATE SHEET 16 APPENDIX A-1 Resumes A-1 Licenses and Certifications A-10 Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing. and Inspection Services PSOMAS Balancing the Natural and Built Environment June 13,2025 Jessica Castro City of Huntington Beach Public Works 2000 Main Street Huntington Beach,CA 92648 Subject: Proposal for the City of Huntington Beach,Public Works Department On-Call Construction Management,Materials Testing,and Inspection Services Dear Ms.Castro: On behalf of Psomas,I am pleased to submit our proposal in response to the City of Huntington Beach's Request for Proposal(REP)for On-Call Construction Management,Materials Testing,and Inspection Services.We are excited about the opportunity to support the City's Public Works Department in delivering high-quality infrastructure and facility projects that serve the Huntington Beach community.It is our privilege to continue strengthening the lasting bond we've cultivated with the City,delivering excellence with every project we undertake together. With over 40 years of experience providing comprehensive construction management and inspection services across Southern California,our team offers a well-established legacy in managing a diverse portfolio of complex capital improvement projects,including those utilizing Design-Bid-Build,Design-Build, and Progressive Design-Build delivery methods.Our staff includes registered Professional Engineers(PE), Certified Construction Managers(CCM),Project Management Professionals(PMP),and inspectors with expertise in public works infrastructure and vertical construction.We are confident in our ability to meet the City's expectations for technical excellence,responsiveness,and collaborative project delivery. Being only 10 miles from the City's Public Works facility, Psomas'local office in the City of Santa Ana,is fully equipped to provide timely and efficient support to the City.We appreciate the City's consideration of our proposal and welcome the opportunity to further discuss how our team can contribute to the success of your upcoming projects.Included with our proposal are the required Vendor Application Form and Pre- Qualification Form as part of our submission.Please feel free to contact me directly at 714.412.5672 or rtolentinona psomas.com should you have any questions or require additional information. Sincerely, PSOMAS euben Tolentino,CCM,DBIA 5 Hutton Centre Drive Suite 300 Vice President Santa Ana,CA 92707 Tel 714.751.7373 www.Psomas.com Vendor Application Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑NEW XCURRENT VENDOR Legal Contractual Name of Corporation: Psomas Contact Person for Agreement: Reuben Tolentino,CCM, DBIA Corporate Mailing Address: 865 S.Figueroa Street, Suite 3200 City, State and Zip Code: Los Angeles,CA 90017 E-Mail Address: rtolentino( psomas.com Phone: 714.481.7965 Fax: 714.545.8883 Contact Person for Proposals: Reuben Tolentino CCM, DBIA Title: Vice President E-Mail Address: rtolentinona psomas.com Business Telephone: 714.412.5672 Business Fax: 714.545.8883 Is your business: (check one) ❑NON PROFIT CORPORATION XFOR PROFIT CORPORATION Is your business: (check one) ®CORPORATION ❑LIMITED LIABILITY PARTNERSHIP INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing, and Inspection Services Names& Titles of Corporate Board Members (Also list Names& Titles of persons with written authorization/resolution to sign contracts) Names Title Phone See additional sheets. See additional sheets. See additional sheets. See additional sheets. See additional sheets. See additional sheets. Federal Tax Identification Number: 95-2863554 City of Huntington Beach Business License Number: A152814 (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 02/28/2026 Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing, and inspection Services �� UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF PSOMAS, a California corporation. March 4,2025 THE UNDERSIGNED, being all of the members of the Board of Directors of Psomas, a California corporation (the "Corporation"), hereby adopt the following resolutions without a meeting as of the date set forth above,pursuant to Section 307(b)of the General Corporation Law of California: RESOLVED that the following, being the Officers of the Corporation, be and hereby are authorized to execute any and all documents required to conduct the business of the Corporation, including, but not limited to contracts, leases and certifications; IT IS FURTHER RESOLVED that any one signature of the Officers listed herein shall be sufficient to bind the Corporation; STEVE MARGARONI President and Chief Executive Officer NICK TARDITTI Chief Financial Officer,Treasurer,Assistant Secretary CHAD WILSON Vice President,Secretary CRAIG AHRENS Vice President ALEJANDRO ANGEL Vice President SESSYLE ASATO Vice President BRETT BARNETT Vice President REGINA BEEM Vice President JAMES BITTNER Vice President DON BJELK Vice President MARC BLAIN Vice President MONIKA BOWDEN Vice President MICHAEL BOWEN Vice President SCOTT BRYANT Vice President JEFFREY CHESS Vice President MARCIA CARRILLO Vice President MATTHEW D.CLARK Vice President SHAWN CLARK Vice President SARAH CURRAN Vice President DAVID CURTIS Vice President CHRIS DAVENPORT Vice President NELSON DAVIS Vice President AMY DAY Vice President WILLIAM ESTEPA Vice President ROSE FISTROVIC Vice President DAN FORGEY Vice President ADAM FOSTER Vice President BRIAN FRAGIAO Vice President JASON FRITZLER Vice President PAUL GERVACIO Vice President ELIZABETH GIBSON Vice President JEFF GILLIS Vice President DANNIE B.GREEN Vice President TIMOTHY G.HAYES Vice President ALIA HOKUKI Vice President JIM HUNTER Vice President JEREMY JOHNSON Vice President Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing. and Inspection Services iii Unanimous Written Consent of the Board of Directors of Psomas March 4, 2025 Page 2 ANN JOHNSTON Vice President DAVID(DJ)KELLY Vice President DENNIS KIM Vice President RICHARD LEWIS III Vice President RYAN LYNCH Vice President JENNIFER MARKS Vice President FRANK MARTIN Vice President NANDEZ MILLER Vice President CECILIA MOKLER Vice President NATHANIEL MOZER Vice President ARIEF NAFTALI Vice President ANDREW NICKERSON Vice President STEVE NORTON Vice President TRAVIS PERRY Vice President GERRIT POST Vice President DANIEL RAHE Vice President MICHAEL R.REDIG Vice President TERESITA REUTTER Vice President,Assistant Treasurer GINA ROWE Vice President MAIRA SALCEDO Vice President SEAN SAMSEL Vice President GARY SKREL Vice President SEAN SMITH Vice President RICHARD M.SULLIVAN Vice President KEVIN T.THORNTON Vice President AARON TILLMANS Vice President REUBEN TOLENTINO Vice President MISHA TROYAN Vice President ALYSEN WEILAND Vice President KARISSA WITTHUHN Vice President BRIAN WRIGHT Vice President TERRENCE WRIGHT,JR. Vice President CAROLINE YONTEZ Vice President This Unanimous Written Consent shall be filed with the Minutes of the proceedings of the Board of Directors, and the actions taken hereby shall have the same force and effect as if taken at a meeting duly called and held. [SIGNATURE ON NEXT PAGE] Psomas } City of Huntington Beach—On-Cali Construction Management,Materials Testing, iv and Inspection Services Unanimous Written Consent of the Board of Directors of Psomas March 4,2025 Page 3 Gary Hunt Richard Sullivan 444\1 Sessyle Asato Mike Lucid Travis Perry Steve Margaroni Alejandro Angel Reuben Tolentino Alysen Weiland ' �.. a Psomas j City of Huntington Beach—On-Call Construction Management,Materials Testing, and Inspection Services Pre-Qualification Form (Exhibit A) PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES PROPOSING? YiN SERVICE CATEGORY (circle) A: Construction Management Yes No B: Construction Materials Testing Yes No C: Inspection elto No D: Labor Compliance Yes 0 E: Technical Testing Requirement Yes No (Initial) Consultant is willing to execute the Agreement as drafted (See RT Appendix B). (Initial) Consultant is able to provide the insurance as required (See RT Appendix C). Firm Name: Psomas Firm Address: 5 Hutton Centre, Suite 300, Santa Ana, CA 92707 Signature: Date:June 13, 2025 ;7474,74.- ® 3 Service Category Qualifications i. FIRM QUALIFICATIONS - CONSTRUCTION MANAGEMENT Firm Profile Since 1946,Psomas has been providing Some areas where Psomas can add value to your professional services to public agencies in team in support of construction include: California,and 40 years specifically providing Bidding and Award Services "third party"or"agency"project/construction ► Biddability/Constructability Review management services.We understand our role is to serve as your advocates,as well • Scheduling as commit to acting responsibly with public ► Cost/Document Control funds.Through our staff and utilization of Construction Management/Administration web-based software,Psomas can provide you • Inspection(detailed in Inspection Category) with a full range of contract administration, quality control inspection,cost and schedule • Claims Avoidance and Resolution control,document management,change order ► Training negotiation,and dispute resolution services. Construction Management Staff On-Call On-Call On-Call On-Call On-Call Construction Years PM/CM PM/CM PM/CM PM/CM CM Management Staff of City of City of City of City City of Exp. Huntington Long Beverly of Santa Beach Beach Hills Irvine Monica *Reuben Tolentino,CCM,DBIA 26 CRM CM,CRM PD CRM CAM N *Mav Verrengia,PE 25 CM CM *David"DJ"Kelly,PE,DBIA 15 CM j CM CM *Davina Buenavista,EIT 29 CM CM *Michael Lau,PE 16 CM *Marvin Mai,PE 20 CM CE *Dustin Padua,CCM 16 CM *Bill Zein,PE,QSD 43 CM CM *Ramon Ruelas,PE(APD Expert) 40 *Brett Barnett,PE,CCM(APD Expert) 39 CM CM CM PD *John Haggerty,PE(APD Expert) 40 *Tim Monroe,PE(APD Expert) 32 Abdul Khan,PE,QSD,CCM 46 CM CM Bennett McLaughlin 11 CM Kyle Troka,PE 13 ? " CM CM Michael Del Cid,EIT 11 OE *Key Personnel CM=Construction Manager,CE=Construction Engineer,OE=Office Engineer,CRM=Contract Manager,PD=Project Director, APD=Alternative Project Delivery Psomas City of Huntington Beach—On-Call Construction Management,Materials Testing, 2 and Inspection Services f Service Category Qualifications D. References — Construction Management On-Call Project& On-Call Project& On-Call Project& Construction Management Construction Management Construction Management Services, City of Huntington Services,City of Long Beach Services,City of Beverly Hills Beach CONTACT: CONTACT: CONTACT: Marilyn Surakus,562.570.5793, Christine Chung,310.285.2516, Marilyn.SurakusGlongbeach.gov cchungabeverlyhills.org Tom Herbel,PE,714.375.5077, tom.herbeI( surfcity-hb.org Description:Since 1995, Description:Psomas is Description:Since 2013, Psomas has delivered providing full-service project/ Psomas has provided project and construction construction management project and construction management services for services as an agent for the management services for numerous capital projects. residents and businesses of CIP projects.Psomas has Project delivery methods have the City during construction provided services for street included JOC,design/build, of three miles of Metro's rehabilitation,bridges, and design/bid/build.Projects Purple Line subway project community facility upgrades, have included building (total of nine miles).Psomas' park improvements,and remodels,structural repairs, efforts are focused on the parking improvement HVAC,tenant improvements, oversight of construction projects,as well as updates facility upgrades,demolition, activities of City owned to the City's construction asbestos and lead abatement, facilities throughout the QA and LAPM documents. sustainability upgrades, project's footprint including Psomas works closely with landscape and irrigation, utilities,public facilities,and the County,OCTA,Caltrans, ADA upgrades,playground other City infrastructure. other local cities,USACE, rehabilitation,roadway RWQCB,AQMD,CA Fish and reconstruction,bridge PSOMAS PM Wildlife,and utilities, construction and demolition. Reuben Tolentino and Brett Barnett PSOMAS PM PSOMAS PM CONTRACT DATES Reuben Tolentino Reuben Tolentino 05/17-Present CONTRACT DATES CONTRACT DATES 01/13-Present 07/15-Present �;, !o(g, I,,, I_ 't - 0- r1tIt Ili 4`Ai+ en Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing, 3 and Inspection Services Service Category Qualifications D Summary of Psomas' Unique Qualities Construction Management Success of public projects depends heavily on and risk profile.Based on this team's experience staff capabilities,effective project management, with numerous D/B,PDM and CM/GC projects in and communication,and the Psomas team is Southern California,the following is a summary successful because every project is allocated the of where the Psomas team can add value: necessary talent and resources to complete the ► Evaluate Project Characteristics:The CM project.When you select Psomas,the City will can conduct a detailed assessment to help receive: determine whether a fast-tracked or more ► Large,Locally Based Team Who Have linear process is more appropriate. Worked Together:The Psomas team has a ► Educate Stakeholders:One of the most deep bench of qualified staff and subs who important areas where value can be added have worked together for years on public is when the CM works with the local agency works projects. to truly understand the pros and cons of ► Consistency:The City knows when each delivery method and clarify roles and Psomas works on your projects,you will responsibilities. get what you want.Whether that be Davina Perform a Risk Assessment:Work with Buenavista overseeing projects related to the City to identify risk allocation and which streets,parks,and buildings,or DJ Kelly methods shift risks to the contractor vs. providing CM services to various community retain more City control.It is also important park facilities. to understand the City's tolerance for ► Commitment:The Psomas team is managing risk. committed to the City's values of integrity, Compare Cost and Schedule Impacts:The teamwork,and innovation.We understand CM can develop cost models and schedule every person we assign to a task order has a scenarios to compare how each delivery direct reflection on the City's public image. method affects overall project duration, A construction manager can play a crucial cash flow and milestone payments,and advisory role in helping a local city select the change order likelihood and contingencies. most appropriate construction delivery method ► Align with Procurement Laws and Policies: for a project.The CM's experience,technical The CM verifies any recommended delivery knowledge,and understanding of the City's method complies with State and local priorities can help verify the chosen method procurement regulations and funding aligns with the project's goals,budget,timeline, requirements. � 4 Service Category QualificationsD ► Facilitate Stakeholder Decision-Making:As your advisor,the CM can lead workshops with City staff,legal counsel,and elected officials to establish decision-making criteria(e.g.,cost certainty,speed,innovation),rank and score delivery options,and document the rationale for the selected method.The following is a sample scoring matrix where weights can be assigned to each criteria with the scoring ranging from 1-Poor/Least Favorable,3-Moderate/Acceptable to 5-Strong/Most Favorable. Design-Bid- CM at Risk Design-Build Progressive Criteria Weight Design-Build Build (CHAR) (Dg) 3 I (PDB) Cost Certainty Schedule Control RiskAllocation Owner Control of Design wnerC Control Complexity of Project Speed to Delivery Change Order Risk Innovation/Flexibility ® Market Interest/Contractor Pool Alignment with Funding/Grants Stakeholder Engagement Needs TOTAL SCORE EXPERIENCE SUPPORTING DESIGN/BUILD(D/B)OR PROGRESSIVE DESIGN/BUILD (PDB) DELIVERY The Psomas team,including our subconsultant Blue Lake Civil,can play an important role in helping the City select an appropriate construction delivery method.This team's experience,technical knowledge,and understanding of the City's priorities can help deliver projects via the chosen method that best aligns with the project's goals,budget,timeline,and risk profile. The Psomas team's relevant experience includes: ProjectRole Lessons Learned Small public works departments are 4t15,widening OCTA Df B Local Municipality not set up to review the large volume 1- (Fountain Valley)Rep. of submittals that are required for compliance with City regulations. Small public works departments are not set up to review the large volume Purple Line Extension LA Local Municipality of submittals that are required for Segment 1&2 Metro D/B (Beverly Hills)Rep. compliance with City regulations. Council issuance of encroachment permits can create tension with the project owner. Psomas I City of Huntington Beach—On-Call Construction n nt,Materials Testing, , 5 and Inspection Services Service Category Qualifications Project Nettie Owner "Delivery[Wethod CM Rote ' Lessons Learned The owner should be represented by a knowledgeable and experienced team.The PDB may propose for complex and costly designs leading into the pricing phase,only to East San Fernando Valley LA Construction Contract resolve those high cost issues Light Rail Metro PDB Negotiation at final GMP,after a price is set. This increases project cost while providing no benefit to the City. This can be resolved by including strong technical reviewers and an experienced independent cost estimating team. Organizations with limited Design- Build experience often may not have a standard QA/QC plan in place.As the City's Design-Build City of Public Safety Parking Lon D/B Local municipality(City experts,Psomas must be prepared Structure g of Long Beach)Rep. to oversee development of a Beach plan that will deliver high quality projects that meet the standards and specifications as set forth in the contract documents. Resumes Resumes and proof of pertinent certifications/licenses for proposed key staff are provided in the Appendix of the proposal. tea '#'. i sue . i. FIRM QUALIFICATIONS — CONSTRUCTION INSPECTION Firm Profile ► Prepare and submit daily and weekly summary inspection reports. Since 1946,Psomas has been providing professional services to public agencies in ► Record information related to contractor California,and 40 years specifically providing crew performance and activities;equipment construction inspection services.When on site;weather;instruction given/received; providing construction inspection services,the visitors;deficiencies noted;problems Psomas team will provide the following services encountered and resolution;and recording of related to Capital Projects: jobsite accidents and injuries. ► Be familiar with the plans and specifications. ► Monitor schedules and testing as required, including sampling and review of test results. ► Attend meetings and conferences as ► Take measurements and calculate quantities needed. as part of developing pay estimates and ► Review submittals and discuss with the submit to the City appointed Construction City's appointed CM/Administrator. Contract Manager/Administrator. ► Meet with contractor regularly to review ► Develop"punch list"items. proposed work plan,including specific details that may affect the progress. ► Review items requiring corrective action with contractor and submit final acceptance ► Monitor quality of the contractor's work for report with corrective actions taken. conformance with the plans,specifications, and other contract documents.Discuss and ► Serve as general liaison between contractor reconcile discrepancies as they occur. and City's Construction Manager. ► Coordinate ongoing construction surveys and staking as required. Construction Inspection Staff ,t, `Cz— a ... .% '''' ms, :3E# E ki ......, City of 1 City of City of City City of ; ° Montebello I 1y of Irvine Santa Monica *Reuben Tolentino,CCM,DBIA 26 PD CRM PD CRM CRM *Anthony Guzman IT,QSP,CISEC 19 CI CI CI CI Gene Hi y99 enbotham 43 CI CI . .., �. , Charlie Briceno 28 CI CI ' Jason Healy 22 CI ..,—I Robert Duffy,QSP 45 CI CI *Key Personnel *C1=Construction Inspector,CRM=Contract Manager,PD=Project Director Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing. and Inspection Services Service Cateuory Qualifications References — Construction Inspection HSIP Cycle 7 Various On-Call Construction On-Call Project& Intersection Improvements Inspection Services,City of Construction Management Project CP No.851, City of Santa Monica Services, City of Beverly Hills Montebello CONTACT: CONTACT: CONTACT: Selim Eren,310.458.8721, Christine Chung,310.285.2516, Selim.Eren( santamonica.gov cchung( beverlyhills.org Cesar Roldan,323.887.1462, croldan( montebelloca.gov Description:Psomas is Description: Psomas is Description:Comprehensive providing construction providing full-service project/ Traffic Signal Project to inspection services for construction management upgrade and modernize traffic the City's Street Lighting and inspection services as signals at key intersections, Modernization Program and an agent for the residents improving traffic flow,safety, Annual Paving and Sidewalk and businesses of the City and real-time management. Repair Project.Project scope during construction of three Psomas is providing includes upgrading various miles of Metro's Purple Line construction inspection for neighborhoods and arterials subway project(total of nine this federally funded project with new LED pedestrian miles).Psomas'efforts are which involved three major and street lights,circuits, focused on the oversight of intersections adjacent SCE services,EV charging construction activities of City to the SR-60.The scope stations,resurfacing and owned facilities throughout included upgrading traffic roadway reconstruction, the project's footprint in signal poles and foundations, curb and gutter and median the City,including utilities, pedestrian curb ramp removal reconstruction,traffic public facilities,and other City and replacement,and signals,street signs and infrastructure. directional boring to upgrade striping,enhanced pedestrian intersection conduits and facilities and curb ramp PSOMAS PM conductors. reconfiguration. Reuben Tolentino and Brett Barnett PSOMAS PM PSOMAS PM CONTRACT DATES Reuben Tolentino Reuben Tolentino 05/17-Present CONTRACT DATES CONTRACT DATES 09/24-Present 07/15-Present �... }� Ali %! K • te "^.t. _ Fte— _ ri* r e � Psomas I City of F1un and inspection Services d; " Fc t , .. .. «. ..... _. ..,.,��� ..: 'aka. .,.' Service Category Qualifications Summary of Psomas' Unique Qualities Construction Inspection Success of public projects depends heavily EXPERIENCE SUPPORTING DESIGN/ on staff capabilities,effective project BUILD(D/B) OR PROGRESSIVE DESIGN/ management,and communication and the BUILD(PDB) DELIVERY Psomas team is successful because every The Psomas team of inspectors also play project is allocated the necessary talent and an important role in delivering a successful resources to complete the project.When you project.This starts with having a strong select Psomas,the City will receive: understanding of the role the inspector plays ► Large,Locally Based Team Who Have on projects with different delivery methods. Worked Together:The Psomas team has a The table below represents some of the key deep bench of qualified staff and subs who aspects of the inspection process and the roles have worked together for years on public the inspector plays depending on the delivery works projects. method.The table on the following page ► Consistency:The City knows when demonstrates some of the projects for which Psomas works on your projects,you will Psomas provided inspection services and the get what you want. lessons learned on those projects. ► Commitment:The Psomas team is committed to the City's values of integrity, teamwork,and innovation.We understand every person we assign has a direct reflection on the City's public image. Collaborative phased Inspector's Role Independent,enforces strict Verifies performance,less oversight tied to design design adherence independent development Timingof Inspection After full design completion During concurrent design and Begins early and aligns with p g p construction phased design milestones 1 Developed progressively with Design Finality Fixed before construction Evolving during construction owner involvement Frequent RFIs and change Fewer,handled within design- Minimal-changes addressed Change Management orders builder team during progressive design . ... ....E Moderate—traditional review High—must ensure High—active role in both Owner Oversight Need design validation and role independent QA/QC inspection Inspector often mediates Managed internally within Fewer conflicts due to early Conflict Resolution issues team alignment and collaboration i t a:k•W �� 5 t 3 ate# l ; e Service ry Qualification The Psomas Team's Relevant Experience Includes: Delivery - t Lessons Learned Project Name Owner Ins• .°« ethod " Local Municipality Small public works departments are not 1405 Widening OCTA D/B (Fountain Valley)Rep. set up to inspect large projects that pass through their ROW. Purple Line Extension Local Municipality Small public works departments are not LA Metro D/B set up to i Segment 1&2 1 (Beverly Hills)Rep. nspect large projects that pass through their ROW. Organizations with limited Design-Build r.�.." 9 9 experience often may not have a standard City of Local municipality QA/QC plan in place.As the City's Design- Public Safety Parking Long D/B (City of Long Beach) Build experts,Psomas must be prepared to oversee development of a plan that will Structure Beach Re p. deliver high quality projects that meet the , standards and specifications as set forth in the contract documents. To provide overall project coordination The benefit to the project would be to Victor with the owner and bring the CM expertise into the pre- theValley design builder development process to help alleviate Hesperia Transfer Hub Transit D/B for the onset. the discrepancies and disputes between the Authority project planning to scoping documents and the DB contract, the construction prior to the D/B team being selected. completion and commissioning. Resumes Resumes and proof of pertinent certifications/licenses for proposed key staff are provided in the Appendix of the proposal. ' 10 :., ..: Service Category Qualifications h ii. Preferred Staffing Staffing The City will require a team with the exact skills and expertise to provide the services necessary to complete the City's projects in a timely manner and within your budget.Reuben Tolentino will serve as the City's single point of contact and will work with his team to deliver excellent services to the City.Reuben's key to success with the City will be his team's responsiveness,understanding of the City's needs,familiarity with Federal,State,and Local standards,and our understanding of the community.Additionally,If there is a change in personnel required,Reuben will notify the City as soon as possible and will submit a replacement candidate and their qualifications to the City for approval before work begins. The following organization chart shows the depth of Psomas and subconsultant staff can bring to the City. City of Org Chart Huntington PROJECT DIRECTOR Beach Legend Brett Barnett, e ra "M PE,CCM,QSD PSOMAS • Key Staff CONSTRUCTION MANAGER/ APD EXPERT Reuben Tolentino, CCM,DBIA PSOMAS CONSTRUCTION MANAGEMENT 4 David"DJ"Kelly,PE,DBIA Kyle Troka,PE rd,;v. Anthony Guzman,CMIT,QSP, Devine Buenavista,EIT Michael Del Cid,EIr CISEC May Verrengia,PE PSOMAS .44 Gene Higgenbotham • Michael Lau,PE APD EXPERTS sA. Charlie Briceno • Marvin Mai,PE Ramon Ruelas,PE Jason Healy Dustin Padua,GCM Brett Barnett,PE,CCM, Bill Zein,PE,QSD QSD Robert Duffy,QsP PSOMAS PSOMAS Abdul (Mohammed) Khan,PE, QSD,CCM Tim Monroe,PE '' Bennett McLaughlin John Haggerty, PE 01,W ,,,.! ... 4C ...zy .�.€^�.x;uR:...,tip 4V Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing, 11 and Inspection Services i i i. Understanding and Methodology Achieving City Objectives Psomas understands the importance of Psomas has an extensive background in delivering timely and successful projects to delivering these types of servicesto the City, the community,and we value the opportunity and we believe we have assembled a strong to help the City accomplish these goals.In team of candidates to support the City on preparing this proposal,our team reviewed these upcoming projects.As supported by the Capital Improvement Program adopted our project history and attached resumes,our for Fiscal Year 24-25.We understand team has the breadth of experience showing projects could include various infrastructure diversity in project type,as well as procurement projects,such as pump/lift stations,street and project delivery methods.We have also improvements and rehabilitation,traffic had the pleasure of working directly with signal upgrades,bridges,and other utility the Huntington Beach team on recent staff improvements,as well as construction on augmentation assignments,including Davina various public facilities,including emergency Buenavista,who has been assigned full-time service centers,beach and park restrooms, with your team since July 2024.This immersive libraries,community centers,and other City experience with your team has given us strong buildings.From our experience as one of your understanding of the City's daily operations current on-call CM consultants,we understand and specific processes,including internal these projects could involve remodels and systems like Virtual Project Manager and renovations,structural retrofits,building PTS.This has allowed us to deliver successful enhancements including M/E/P upgrades, projects to the City and community,and we entirely new building construction,or any look forward to building further on these combination of building improvements.We also mutual success. understand the City intends to deliver these projects not only through traditional Design- Bid-Build,but also through alternative delivery methods such as Design-Build and Progressive Design-Build. Delivering On-Call Services to Achieve Client Satisfaction We take our responsibility as a prime consultant seriously and want to make sure we are responsive to as many task orders as possible to achieve client satisfaction.We also know how important it is to the City that firms submit on the released task orders,so the City has an opportunity to review the qualifications of not just one team. 3'l Psomas'Construction Manager,Reuben Tolentino, , City sends protect specific ` will establish an internal"Communication Plan" RFP Client audit s. :, Reuben tO for the contract by which regular contact is made meeting ' identify potential performed staff candidates with the City to learn about upcoming needs.This plan is very important to communicate to potential Reuben ON BOARDING Proposal is subconsultants so we also share this information conducts staff prepared wall available staff performance who have with them so they,too,can actively participate review AND demonstrated experience in scoping and staffing projects.Once a team is MONITORING assigned to your project,the City will have full PROCESSStaff reports Proposal access to the team.Psomas understands our role to citys is turned into designated the City may be to augment staff or to run a project in its Manager on time entirety.The diagram on this page illustrates the 4 Stall is task order response and staff on-boardingprocess '"on-boarded"far ' selects p placement on psomas the project Psomas utilizes for on-call contracts. Methodology to Providing CM Services To assist the City in efficiently managing and achieving your CIP goals,as well as delivering timely services to your residents,Psomas can provide the City with all your construction management and inspection services.Our approach to managing this contract was developed to achieve results while having the following in mind: ► Complete all projects to the satisfaction of the City ► Deliver quality projects that fulfill requirements of the contract documents ► Verify projects are completed within allotted budget and specified schedule ► Maintain a positive public perception for projects as well as for the City ► Safely construct projects,with a'No Injury'goal ► Be flexible and responsive to the City and other stakeholders for issue resolution ► Foster an atmosphere of trust and fairness among all project participants ► Assist the Contractor to complete the project in the least amount of time possible Psomas has been providing construction management,inspection,surveying and engineering services to public agencies throughout the western United States since 1946.We have extensive public works and municipal expertise,experienced personnel,and a cost-effective management plan for construction management and inspection.Due to limited space,the following page includes all the aspects of the CM services the Psomas team can provide based on the phase of the project. Once a project is identified,we can develop a more robust scope of work with deliverables from this template. �= � 13 Construction Management Scope of Work Overview Pro-Construction Construction Post-Construction Providing preliminary project Providing construction Providing project closeout duties construction management and management,administrative and other final support services inspection support services.These oversight,and quality control as required by the City,contract services are typically prior to the support during construction.These documents and all third party NTP being issued to the Contractor tasks will all be under the direction agencies. and allow the project team to"hit and supervision of our Construction the ground running"once actual Manager. construction commences. 1. Review Project Documents/ 1. Document Control using 1. Punch Lists Permits Virtual Project Manager(VPM) 2. Final Inspection 2. Alternative Delivery Evaluation 2. Coordination with City and Third Party Stakeholders 3. Move Management 3. Meet with City PM/Designer 3. Project Correspondence 4. End User Training 4. Biddability/Constructability Review 4. Monthly Invoicing/Tracking 5. Contract Acceptance 5. Pre-Construction Meetings 5. Project Management Reports 6. Project Closeout/Payment/ NOC 6. Document existing conditions 6. Weekly Project Meetings& Reports 7. Lien Releases 7. LAPM File Establishment,as required by funding 7. Proactive Schedule 8. Equipment/Start up Support Management and Review 9. Contractor Retention Release 8. Coordination with City and Third Party Stakeholders 8. Payment Recommendations 10. Release of Project Files 9. Change Order Management 11. Claims Support 10. Requests for Information 11. Weekly Traffic Control Review 12. Submittal Review/ Management 13. Construction Observation Oversight 14. As-Built Management 15. SWPPP Monitoring 16. Health and Safety Awareness 17. Community Relations 18. Claims Mitigation/ Management Psomas I City of Huntington Beach-On-Call Construction Management,Materials Testing. 14 and Inspection Services Methodology to Providing Inspection Services Quality control/Inspection is much more Active involvement with the contractor prior to than approving or rejecting work as it is put in the start of all construction activities can also place.It is a process whereby the contractor limit the total time necessary for inspection works with the construction management and the project as a whole.Full time inspection and inspection staff and other project team at the time of critical construction activities members to perform their work efficiently ensures,as much as possible that the work is and correctly.Psomas along with many done right the first time. Additionally,planning contractors find that by practicing Total for the next construction item and not simply Quality Management(TQM)techniques,quality reacting to today's field activity reduces the goes up while rework goes down. Rework is need for remedial construction work and consistently one of the biggest contributors to minimizes the number of change orders. project delays. Finally,in addition to our inspectors preparing daily reports of the contractor's activities, When problems are spotted in the field by our equipment,crew,and any other notable events, inspectors the CM and contractor are notified they will provide regular photographic and immediately. Solutions are then developed in video documentation of the project. cooperation with the designer and the City, if necessary,before work continues on this item.Thus,concrete is not placed until the reinforcing steel and forms are checked,pipe is not buried until the bedding and joints are checked and systems are not turned over until adequately tested. 15 Rate Sheet Our rate sheet has been uploaded as a separate attachment via PlanetBids. Psomas f City of Huntington Beach—On-Calf Construction Management,Materials Testing, and Inspection Services APPENDIX: RESUMES, LICENSES, AND CERTIFICATIONS REUBEN ..' Construction Manager(APO Expert)- Psomas lirrn7 , Reuben Tolentino has 26 years of experience in providing ,,. EDUCATION construction management and inspection services.His 1997/BArch/Architecture/ experience includes management of staff and consultants, California State Polytechnic project management,construction management and r-- University,Pomona rtr , Y inspection,alternative project delivery methods,constructability review,value engineering,construction documents and specifications,claim CERTIFICATIONS "? dispute resolution,contract administration,community outreach,bidding Certified Construction assistance,project controls,and scheduling review for both the public and Manager/Construction Management Association private sectors.Reuben's projects include federal,state,and privately funded ofAmerica/2594 from small tenant improvements to large construction programs. projects p 9 P 9 `'° Designated Design- His vertical construction management experience consists of office buildings, Build Professional/ Design-Build Institute of police stations,correctional facilities,fire stations,911 call centers,city America/D-1315 hall renovations,community centers,airport facilities,theme parks,retail developments,libraries,holding tanks,and residential projects.Reuben has rat " ' also provided these services for horizontal projects including infrastructure, EXPERIENCE l ' With Psomas for 19 years; roadway construction,traffic signals,landscaping,pavement rehabilitation,and �,' :, with otherfirms for 7 years spill containment projects. fez Experience City of Long Beach,On-Call Project Management,Construction r,,4 Management,and Engineering Services for Various Capital Improvement �:. ;t„., , Projects—Long Beach,CA:Project Manager for project/construction management and inspection of various CIP projects citywide including projects t ;` r ` with various roadway and facilities improvements. *,.ir,Z k pi s k,*• `;t 4 Port of Long Beach,As-Needed Construction Management Services—Long $, '�\ �\ Beach,CA:Principal-in-Charge for various port-wide capital improvement ,, r r r projects including: W.t, :-* ems,: : ► Pier B Pump Station „r•°' International Seafarers Center of Long Beach/Los Angeles(The Center) 1 ,ih ? * : City of Huntington Beach,On-Call Project Management and Construction d\\r 14--. " h,�„�, 4 ��, , Management Services—Huntington Beach,CA:Project Manager providing ;, '•J �4 "r � the City and its various departments with program,project,and construction ,, y _, • management services. City of Pasadena,On-Call Program/Project Management for CIP Projects '« \ ;z —Pasadena,CA:Principal-in-Charge provided on-call project management A_ "` ta�f, ,,*0 n, N services for the City's Capital Improvement Program projects and Non-Capital _k4 0 • 11 Improvement Program projects. County of Orange,On-Call Project and Program Management Services— >E1. V- -; �P Orange County,CA:Project Manager for estimating and scheduling support, r cost control,document control,and management of information to confirm ei- timely and cost-effective capital and/or maintenance-repair projects. "` City ofSanta Monica,On-Call Construction Management and Inspection ss.. , '-- ':'S' : Services—Santa Monica,CA:Project Manager providing construction V management and inspection services for various projects. '4* f � Abe I e •' -c \ ,C. oY'i I Psomas I City of Huntington Beach—On-Call Con 1 and Inspection Services V, ,, MAV V R R N G IA, Construction Manager- Psomas $4, tte'e4v*t , , , ,*AO tictlA6 rr;:. Mav Verrengia has 24 years of experience as an REGISTRATION accomplished construction manager with a robust 2003/CA/Professional background in civil engineering and extensive Engineer/Civil/64342 • experience in managing large-scale infrastructure projects.He has a proven track record of leading EDUCATION complex projects to successful completion.May's 2000/BS/Civil Engineering/ expertise spans across various sectors,including public works, California State Polytechnic transportation,and research and development facilities. University,Pomona EXPERIENCE Experience With Psomas for 12 years; with other firms far 12 Cove Area Road&Sewer Improvement Project—Cathedral City,CA:Project years Engineer in charge of the 6-man design team which included horizontal and vertical design of the roadways and coordination with the sewer design team in Psomas' San Diego office.Designated Project Manager for the construction phase and worked with design team and consultants to provide plan clarification,engineering solutions,plan revisions and responses to field questions. Pacific Coast Highway Traffic Congestion Relief—Dana Point,CA:Project Manager in charge of a multifaceted design team which included Civil Designers, Structural Engineers,Geotechnical Engineers,Landscape Architects and Artists. Supervised a design team of 12 engineers who developed plans for geometrics, vertical design,storm drain and retaining wall designs;responsible for coordination with utilities and sub-consultants,preparing and presenting to City Councils and monitoring overall City budget and schedule throughout design. El Tore Road Traffic and Landscape Improvements—Lake Forest,CA: Construction Manager for this$27 million project to provide construction 4 ; management services.This multiple award-winning project involved coordination with multiple utility agencies for the relocation of their facilities.The roadway was widened to provide up to nine travel lanes,and intersections improved to reduce s congestion and improve traffic flow through the City's downtown. (4 A yf :. BikeStation Long Beach Construction Management Services—Long Beach,CA: 0 f Oversaw the construction of a$1-million,2,000-square-foot steel and glass bike *Itv commuter station,strategically located at the Long Beach Transit Mall.Managed ,° ; construction in accordance with project specifications,coordinated agency approvals,and led negotiations on change orders. f .; , County of Orange,Oso Parkway Widening—Coto de Caza and Rancho Santa qY r Margarita,CA:Project Manager for widening of Oso Parkway from Meandering Trail to Solano(2 miles)in conjunction with the County's Master Plan of Arterial Highways.The widening will turn a six-lane facility into an eight-lane facility.The project consists of preparing environmental documentation;preparing traffic studies to determine intersection configurations;widening the roadway to eight lanes;coordinating with Caltrans and obtaining an encroachment permit;preparing x - a drainage deficiency study;designing major drainage structures;and preparing a Storm Water Management Plan.Survey services included providing horizontal and vertical control,aerial photogrammetric mapping,digital terrain modeling(DTM), \� cadastral and utility research,right-of-way basemapping,utility basemapping, cross-sections,utility location surveys,and legal descriptions for ROW acquisition and easements for this project. Psomas City of Huntington Beach— On-Call Construction Management,Materials Testing. A_2 and Inspection Services Cons truction Manager Psomas a • David Kelly is a highly analytical Professional Engineer REGISTRATION with over 14 years of experience in the field of Civil R' 2022/CA/Professional Engineering.He has an extensive understanding of project Engineer/Civil/93750 and construction management,with a strong background in materials testing and inspection and geotechnical engineering EDUCATION practices.Throughout his experience in the private and public 2010/BS/Civil Engineering/ sectors,David has developed a reputation for spearheading projects that exceed Virginia Polytechnic expectations with efficient productivity. Institute and State University,Blacksburg,VA CERTIFICATIONS Experience Designated Design- On-Call Professional Project Management Services for Various Capital Build Professional/ Improvement Projects—Huntington Beach,CA:Project Manager for providing Design-Build Institute of on-call project management services for the City of Huntington Beach as part of America/D-2705 Psomas'flexible teams to assist the City in coordinating and managing a range of projects.Our teams work closely with the County,OCTA,Caltrans,other local EXPERIENCE cities,USACE,RWQCB,AQMD,California Department of Fish and Wildlife,and With Psomas for 6years: various utilities to provide successful project deliveries.David provided both with otherfirms for 8 years project and construction management services during rehabilitation of the Harbour View Clubhouse Improvements and Gothard Restroom projects.These improvements will extend the useful life of this facilities,while also improving the user experience and encouraging community activation. Public Safety Parking Structure(Design-Build)—Long Beach,CA:Construction Manager to provide construction management services for this five-level parking structure located at the new Civic Center in Long Beach.The project is located between the Public Safety Building and City Hall and added 297 new parking stalls used for police department and City employee vehicles. Lincoln Park Redevelopment(Design-Build)—Long Beach,CA:Construction Manager working closely with the Design-Build team during redevelopment of Long Beach's oldest public green space,located at the new Downtown Civic Center.The revitalized park features a basketball court,skate park,playground,dog parks,and public restrooms,among other amenities.The project also included improvements to the adjacent Lincoln Garage,which sits directly below the park and recently-completed Billie Jean King Library. Bay Shore Branch Library Project—Long Beach,CA:Project Manager/ Construction Manager providing both project and construction management services for renovations to the existing Bay Shore Library.This project involved window replacements,lighting upgrades,new ADA ramp construction,and other exterior improvements to this mid-century community library.Scope involved extensive coordination with community stakeholders,Planning,and City Management on final project design. Citywide Signage and Wayfinding—Long Beach,CA:Project Manager for overseeing the ongoing effort to expand signage throughout the City.Projects have involved gateway and monument signs at entrances to the City,as well as wayfinding signage for residents and visitors alike.Throughout various project sites,duties have included development of design packages,review and coordination with City Management,Caltrans,and other project stakeholders,as well as construction management during installation. DAVI NA , Construction Manager-Psomas Davina has over 29 years of experience in public works, "' EDUCATION and project and construction management.She has B5/Civil Engineering/ completed a variety of capital improvement projects and Loyola Marymount maintenance programs from start to completion,including University,Los Angeles planning,development,design,and construction.Davina's project experience includes roadway construction,traffic signal CERTIFICATIONS installations and upgrades,median and parkway landscape installations and Engineer-in-Training/ maintenance,recreational park construction,utility(storm drain,water,and sewer) CA/California Board for Professional Engineers, improvements,and building facilities upgrades and maintenance. Land Surveyors,and Geologists/XE096552 Experience EXPERIENCE On-Call CM and Engineering Services for Various Capital Improvement Projects With Psomas for 1 year; —Huntington Beach,CA:Construction Manager providing augmentation for in- with other firms for 28 years house staff support for the Public Works Department.Davina was responsible for overseeing capital improvement projects related to streets,parks,and buildings. Her tasks included coordinating projects with city departments,contactors, inspectors,utility agencies,and stakeholders;conducting constructability reviews; managing project meetings,budgets,and schedules;preparing bid documents and project specifications;administrating contracts;processing submittals and RFIs; negotiating change orders;reviewing contractor invoices;managing document control in Virtual Project Manager(VPM);and overseeing project closeouts. On-CallProjectManagementandConstructionManagementServices - • Signal Hill,CA:As a Project Manager,provided oversite on variety of capital improvements and maintenance projects including the Ohio Ave Improvements, Palm Dr Improvements,33rd St Water Main Upgrades,and Citywide Water Services&Valve Replacements. On-Call Project Management and Construction Management Services-Laguna Beach,CA:As a Project Manager,provided augmentation for in-house staff a x support for the Public Works Department.Davina was responsible for overseeing CIPs related to streets,parks,and buildings including the Jasmine Street Storm Drain Improvements,Animal Shelter Creek Erosion Control,Pearl Street Beach Access Improvements,Marine Safety Headquarters Lobby Improvements, Police Station Locker Room Upgrades,Fire Stations Facility Improvements,and City Council Chamber Lighting Upgrades. Torrance Boulevard Improvements-Redondo Beach,CA:Construction Manager for this$4 million project that included the street improvements,upgrades to the sewer system,and the installation of new traffic signals. Water Main Replacement in the Steele Drive Tract and Pleasant Hills Tracts -Brea,CA:Construction Manager for this$4.3 million project that included a complete upgrade to the existing water system in two residential neighborhood and extensive street improvements. Re-roof at Stearns Park Community Center-Long Beach CA:Construction Manager for this$2 million facility improvement project that included extensive roof repairs,replacement of doors and windows,upgrades to floor finishes,interior and exterior painting,ADA improvements,and site beautification. Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing, A-4 and Inspection Services MICHAEL Construction Manager- Psomas Michael Lau is a licensed Professional Engineer with , REGISTRATION 16 years of experience in the construction industry. 2023/CA/Professional Michael brings a strong track record of delivering Engineer/Civil/82056 successful projects and is skilled in project management, contract negotiations,and quality assurance.His keen eye EDUCATION for identifying and mitigating potential risks is appreciated by 2010IBSICivil Engineering/ clients and coworkers.Michael is a natural leader,able to effectively University of California,Los communicate with stakeholders at all levels and motivate teams to deliver Angeles high-quality work on time and within budget. EXPERIENCE With Psomas for 2 years; Experience with other frms for 14years City of Long Beach,On-Call Project Management,Construction Management, and Engineering Services for Various Capital improvement Projects-Long Beach,CA:Project management,construction management,and inspection services for various CIP projects citywide including: ► Bayshore Concession Lift Project ► Burnett Library Energy Upgrade ► El Dorado Duck Pond Restoration ► Jr.Lifeguard Station Project ► Rainbow Lagoon Pump Replacement ► MLK Jr.Statue,Pool,and Park Improvements ► Naples Seawall Grouting ► Peninsula Beach Boardwalk Project ► Queen Mary Village Shops Demo Project ► Convention Center Promenade Repairs ► Shelter and Navigation Center Project ► Wrigley Greenbelt ADA Ramp ► Wrigley Greenbelt Signage U.S.Army Corps of Engineers-Los Angeles,CA:Civil Engineer(GS-13),Facilities Support and Permits Section provided program management for the USACE 408 permit program.Developed and managed schedules,cost estimates,and budgets fora$2M(annual)permit review program.Created and presented briefing material to senior managers on program status,performance,and/or issues on high visibility project permits.Responsible for providing resource planning and coordinating workload management of four(4)permit staff and eight(8)technical and environmental reviewers.Plan,coordinate,and lead meetings for internal resources,stakeholders,and external customers.Review permit applications, conduct plan checks,risk assessments,and compliance with technical and environmental criteria.Advise managers in the review,interpretation,and implementation of national policy updates.Identify inefficiencies,or recurring issues,with permit applications and implement process improvement solutions. Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing, A-s and Inspection, s MARVIN Construction Manager - Psomas 10, Marvin Mai has 17 years of design and construction - ' REGISTRATION experience in a broad variety of public works projects 2014/CA/Professional including design of the mega flood control projects like the Engineer/Civil/82614 Santa Ana River and providing construction management for park and facilities construction. EDUCATION 2009/BS/Civil Engineering/ University of California,Los Experience Angeles .._ .----- As-Needed Engineering Services for Implementation of the LACMTA Purple EXPERIENCE Line Extension-Segment 2-CM-Beverly Hills,CA:Construction Engineer for providing full-service project/construction management,design,and community With Psomas for 6 years; ,mti,other arms for 11 years relations.Services include project management,design review,review and development of interagency agreements,review and development of permit conditions,construction management and oversight services,constructability and construction schedule review,community outreach,City Council and Commission presentations,QA/QC,and document control. City of Long Beach,On-Call Project Management,Construction Management, and Engineering Services for Various Capital Improvement Projects Long Beach,CA:Project Manager for project/construction management,and inspection of various CIP Projects citywide including projects with various roadway and facilities improvements.Tenant improvements include structural repairs;bathroom remodeling;community room upgrades;circulation counters, carpet,paint,electrical and mechanical upgrades;demolition;asbestos and lead abatement;sustainability upgrades;landscape and irrigation;parking lot and ADA upgrades; modular facility construction;and playground rehabilitation projects. Projects include: ► El Dorado East Regional Paving-Long Beach,CA:Construction Manager ► El Dorado Duck Pond Restoration-Long Beach,CA:Project Manager ► Jr.Lifeguard Station Project-Long Beach,CA:Project Manager ► Wrigley Greenbelt-Long Beach,CA:Construction Manager MacArthur Park Rehabilitation Construction Management-Long Beach, CA:Construction Manager for rehabilitation of an existing 3.66 acre park. Improvements include demolition of existing concrete,sports/play courts, playground equipment.The revitalized park features new playground equipment, various fitness equipment including parkour,asphalt basketball court and new sod field for multi-purpose recreation.The project also featured deep integration with the Cambodian community. Los Altos Library HVAC Project-Long Beach,CA:Project Manager for the construction of the library's heating,ventilation and air conditioning system to help the library maintain a temperature-controlled and ventilated space.The project was in part funded by revenue from Measure A. 1,, Psomas I City of Huntington Beach—On-Call Construction Management.M ialsTesting, A-6 and Inspection Services DUSTIN Construction Manager- Psomas Dustin Padua brings over 16 years of diverse f , EDUCATION experience in civil engineering and construction 2009/BS/Civil Engineering! management to municipal and public works �£ California State Polytechnic projects.He has a proven track record of successfully University,Pomona overseeing project phases from pre-construction through closeout,with a particular focus on budget CERTIFICATIONS adherence,schedule alignment,and stakeholder coordination. Certified Construction Manager/Construction His expertise includes managing multimillion dollar projects across California,with Management Association a commitment to cost-effective solutions,regulatory compliance,and fostering of America/31218 productive collaborations with public agencies.With certifications in construction management,safety training,and a robust background in engineering,Dustin EXPERIENCE excels at driving project efficiency and providing quality outcomes aligned with With Psomas for 2 years; client expectations. with other firms for 14 years Experience Culver/Alton Intersection Improvements-Irvine,CA:Project Manager for this $4.11 million project to improve traffic circulation and pedestrian safety at the intersection of Culver Drive and Alton Parkway.The work includes cold milling, roadway excavation and paving,asphalt and concrete replacements,new curbs, gutters,curb ramps,retaining walls,traffic signal upgrades,landscaping,and irrigation.Utility coordination and adjustments,along with pavement markings and signage,are also included to enhance functionality and aesthetics. Great Park Athletic Turf Improvements(CIP 362303)-Irvine,CA:Project Manager for the$7.3 million renovations and improvements of Fields 4-7 at 8000 Great Park Boulevard.The project will replace existing natural and synthetic turf fields with updated recreational synthetic turf,install decomposed granite pathways,non-recreational turf areas,and cooling systems,along with performing earthwork,concrete,storm drain,landscaping,and irrigation improvements.This ,•1 extensive rehabilitation aims to enhance playability,safety,and aesthetics of the park's sports fields. Great Park Concessions Upgrade Project-Irvine,CA:Project Manager for the interior modification and enclosing of open concession areas with glazing to comply with Orange County Health Care Agency(OCHCA)Environmental Health Division regulations for the preparation and sale of hot food.Dustin directed the removal of non-compliant equipment and finish materials,relocation of interior walls,and modifications to ceilings where necessary.He managed electrical,mechanical,and plumbing upgrades to support new kitchen equipment,including power supply coordination,plumbing installations,lighting enhancements,and HVAC system modifications.Additionally,Dustin oversaw minor civil engineering work to ensure accessible parking spaces adjacent to each concession building met current code. Great Park Hangar 10 Site-Irvine,CA:Cosntruction Manager for a seismic retrofit and adaptive reuse of an existing hangar into a food and beverage-focused retail destination.Assisted with coordination with City stakeholders and outside agencies,as well as oversight of design teams and close collaboration with the City's private retail partner on the project.This site is being developed in close coordination with other nearby projects and is anticipated to be a primary hub for Great Park visitors for years to come. Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing, A-7 and Inspection Services BILLw Construction Manager- Psomas Bill Zein brings 43years of experience workingwith 9 P REGISTRATION public agency clients and holds a clear understanding 1990/CA/Professional of the public sector,having worked over 20 years as a Engineer/Civil/46376 principal civil engineer for the City of Santa Monica where he delivered many municipal public works projects,including EDUCATION a major capital improvement program and preparation and 1985/MS/Civil Engineering/ implementation of the Expo master cooperative agreement.Bill has advanced California state University, a wide variety of challenging projects in program,project and construction Long Beach 1982iBSrciva Engineering/ management and civil engineering design.He has been the driving force behind the University of Oklahoma successful completion of all types of public infrastructure projects with every type of funding source,including iconic building facilities,recreational parks and beach CERTIFICATIONS amenities,pier replacement,street and other heavy civil projects. Project Management Certificate/University of Experience California,Los Angeles Qualified SWPPP As-Needed Engineering Services for implementation of the LA Metro Purple Developer/California Line Extension—Beverly Hills,CA:Senior Project Manager on the Psomas Team Water Boards-State Water Resources Control to provide full-service project/construction management,design and community Board/46376 relations services to the City of Beverly Hills on an as-needed basis and to serve as an agent for the residents and businesses of the City during construction of Metro's EXPERIENCE $4.5 billion Purple Line subway project.Services include project management, With Psomas fors years; design review,review and development of interagency agreements,review and with other firms for 35 development of permit conditions,construction management and oversight years services,constructability and construction schedule review,community outreach, City Council and Commission presentations,QA/QC and document control. Drake/Chavez Soccer Field and Greenbelt Project—Long Beach,CA:Project and Construction Manager for the construction of the$3 million Drake/Chavez Soccer Field and Greenbelt Project.The project involved demolition and grading, installation of bio-retention basins and drainage system,sewer main relocation, synthetic soccer field,turf areas,parking lot,planting 128 trees and 28,000 plants, site improvements,park furnishings,lighting and electrical service,and irrigation system and controllers for a 9-acre site. Los Amigos Park Storm Water Harvesting and Direct Use Demonstration Project —Santa Monica,CA:Project Manager for the City's innovative$2 million storm water harvesting system that will use storm drain flows to reduce potable water use.The system will annually divert up to 575,000 gallons of runoff from a storm drain line that runs along a school athletic field and Los Amigos Park.The water will travel through a vortex system into a cistern,where it will undergo ultraviolet treatment and then be delivered to the park's irrigation system and indoor plumbing for toilet flushing for several restrooms. Beach Concessions Renovations,Tidelands and Public Works Capital Programs —Long Beach,CA:Project Manager overseeing procurement of architectural and engineering services and development of the design for a$2.5 million renovation of concession buildings,outdoor area improvements,development of exercise and play nodes,and space planning of Bayshore Beach public facilities.The buildings are located near Cherry Beach,Granada Beach,the Beach Pedestrian and Bike Paths, and Bayshore Recreational Area. _ ,A F ;., . . Psomas 1 City of Huntington Beach—On-Call Construction Management,Materials Testing. A_8 and Inspection Services RAMON Construction Manager(APD Expert) - Psomas Ramon Ruelas has 40 years of project and construction REGISTRATION management experience in implementing a broad range 1989/CA/Professionai of transportation projects throughout the Southern Engineer/civii/44165 California region.Ramon has managed and overseen the � 2023/tvv/Professionai efforts of multi-disciplinary teams tasked with advancing Engineer/Civil/031653 large programs and projects to completion.He was responsible for assigning and allocating resources,managing program budget,partnering EDUCATION and collaborating with internal and external stakeholders,supervising staff,and 1985/BS/Civil Engineering/ reviewing work products for technical adequacy and compliance with agency San Diego State University, San Diego policies and guidance documents.Prior to joining Psomas,Ramon served as the Corridor Director for SANDAG's multi-billion-dollar Mid-Coast Corridor EXPERIENCE Program along Interstate 5,providing multi-modal solutions to the corridor With Psomas for 3 years; including bikeways,freeway improvements,an extension of light rail transit with other firms for 37 service,and heavy rail improvements providing benefits to freight,commuter, years and intercity rail service.Ramon is knowledgeable of Caltrans policies and procedures with more than 10 years of experience with Caltrans Roadway Construction related services. Experience Glendale Hyperion Complex of Bridges-Los Angeles,CA:Construction Manager for construction management support staff providing constructability review of the Glendale Boulevard-Hyperion Avenue Complex of Bridges design for the City of Los Angeles Bureau of .;' Engineering.The project will improve geometrical design,increase seismic strength,and improve pedestrian,bicycle and motor vehicle travel associated with the viaduct complex. Via Princessa Park Design Phase-Santa Clarita,CA:Construction Manager for this project which consists of constructing a new park providing numerous amenities including four full-sizedmulti-purpose fields with sports field lighting,a nature themed playground and natural play area,shaded picnic areas,restrooms,and a regional subterranean infiltration facility to improve water quality to the Santa Clara River. Ramon was part of construction management support staff providing constructability review for the design of the Via Princessa Park Uptown/Eastern Hillcrest Bikeways CM Services-San Diego,CA:Task Order Manager for providing construction management support for the next phase of the Uptown Bikeways program which aims to make riding a bike safer and more convenient for everyday travel in the region. The project includes separated bikeways and buffered bike lanes;traffic calming measures;bike-friendly intersections;enhanced pedestrian crossings;bus islands,a neighborhood traffic circle,pedestrian promenade,and a neighborhood park. Psomas I City of Huntington Beach—On-Call Construction Management I 1 ` A-9 and Inspection Services - • � BRETTw Project Director(APD Expert) Psomas . __ . _ _ ._ .. __. _ ._ _ .„....... Ad ' .,-,Ln...-4e--.,14 Brett Barnett has 39 years of construction management ,,„ , w'` REGISTRATION and design experience on transportation and bridge h 1989/CA/Professional projects in Southern California.For the majority of ' .A,."--,-;-,'- En sneer/Civil/45482 g his career,he has managed the construction(including -- ���� schedule management,contract change orders,and claim "' EDUCATION management)of roadways,highway bridges,and railroad bridges; 1986/BS/Civil Engineering/ airport facilities;retaining walls and sound walls;and port facilities including 3iii ` California State Polytechnic wharves,container yards,and rail yards for a variety of clients.In the process of r a K University,Pomona managing more than$6 billion in construction,he has monitored new construction, CERTIFICATIONS widening,or demolition of over 186 bridges,including the construction of five full freeway-to-freeway interchanges,and an equal number of retaining walls,acting in Certified Construction the capacity of Project Director,Project Manager,Resident Engineer,or Structures Manager/Construction p Yger g Management Association Representative.He has participated in constructability reviews,designed and of America/A0796 implemented training classes,and been trained in total quality management.Brett is Qualified SWPPP highly familiar with Caltrans construction management methods and specializes in Developer/State of California,State Water alternative project delivery models,including design-build and CM/GC. Resources Control ;: Board/45482 Experience EXPERIENCE °;` ` With Psomas for 10years; City of Beverly Hills,As-Needed Engineering Services for the Implementation with other firms for 29 of the LACMTA Purple Line Extension-Segments 1 and 2-PM-Beverly Hills, years CA:Project Director for the Psomas Team to provide full-service project/ lin;tee .<. `f ;; r to construction management,design and community relations services to the /, � i �. ,' City of Beverly Hills on an as-needed basis and to serve as an agent for the T :,1 , residents and businesses of the City during construction of Metro's$4.5 billion Purple Line subway project.Services include project management, N `k "gym design review,review and development of interagency agreements,review ii, and development of permit conditions,construction management and oversight services,constructability and construction schedule review, 01 4-k communityoutreach,CityCouncil and Commission presentations,QA/QC and document control. •. I- . Project Management Support Services Related to the 1-405 Design/Build 4 do r i Contract and Surrounding City Impacts-Fountain Valley,CA:Project Director q for the Psomas Team providing the City of Fountain Valley the project „t ' management/oversight,civil engineering plan and specifications check,and M construction oversight services,final review,punch list monitoring,document P ; \-JiL y . y `v control,provide expert advice for maintenance agreements,final close out v and archiving as-build and contract documentation for this design/build of the 7,1 z 1i:r $2 billion,I-405 widening project.The project is led by OCTA in cooperation a" with Caltrans and multiple cities along the project's alignment.The project u will improve 16 miles of the 1-405 between SR-73 in Costa Mesa and 1-605 1, near the Los Angeles County Line.The project includes adding one regular o f , ��`i � lane in each direction from Euclid Street to 1-605 and making improvements 0, *,� ym to freeway entrances,exits,and bridges.It also will construct 1-405 express lanes,one lane in each direction from SR-73 to 1-605. Psomas { City of Huntington Beach—On-Call Construe `on Management,Materials Testing, A-10 and Inspection Services ANTHONY Construction Inspector- Psomas , �K . Anthony Guzman has over 19 years of experience EDUCATION • in construction management,including civil public 2015/Coursework/ s" _.,` works,Capital Improvement Projects(CIP),heavy Reinforced Concrete/Gary civil construction,and Caltrans projects.As a Lead Larson Inspector School Construction Inspector,he has managed inspection staff and federally funded projects,excelling in staff preparation, CERTIFICATIONS plan reviews,and project management.Anthony has completed various CIP Construction Manager-in- and state highway projects,such as ADA curb ramps,asphalt paving,water and Training/CA/Construction Management Association sewer mains,storm drains,sidewalks,and traffic signal systems.He also has of America,Southern extensive experience in construction management,ensuring compliance and California Chapter successful project delivery. Qualified SVWPPP Practitioner/California Stormwater Quality Experience Association/26705 Certified Erosion,Sediment I-S HOV Improvement Project(between Avenida Pico and Avenida Vista and Storm Water Inspector/ Hermosa),Orange County Transportation Authority(OCTA)-San Clemente, Ecopliant Environmental, Inc:/2354 CA:Public Works Inspector for the third and final segment of the$275 million Certified Public 1-5 High-Occupancy Vehicle(HOV)Lane Extension initiative.This segment Infrastructure Inspector/ was named the ASCE OC 2019 Construction Project of the Year.Called in American Public Works all scheduled 1-5 and Avenida Pico lane closures to Caltrans Traffic Control Association/30245647 Management.Inspected drainage system and other structures.Inspected Water Distribution construction of the I-5 mainline roadway of lean concrete base(LCB),jointed Operator D2/California Water Boards-State plain concrete pavement(JPCP)and rubberized asphalt mix(RHMA-G)overlay. Water Resources Control Inspected Avenida Pico removal and replacement of ADA pedestrian ramps, Board/57338 curb and gutter and asphalt overlay.Monitored staffing and equipment. Procore Certified Engineer/ Participated in 55-hour closure of 1-5 northbound on-ramp and off-ramp at Procore Technologies,Inc. Avenida Pico.Inspected change order construction of three overhead sign structures. EXPERIENCE With Psomas for 5 years; I-10 Freeway Si nageImprovementProject-SantaMonica,CA:Inspectorto with otherfirms for 14 years remove and replace several freeway signs in Santa Monica on the 1-10.Inspected installation of new signage foundation pedestals and overall compliance with plans and specifications.All work was performed overnight,with some activities requiring freeway lane closures. As-Needed Engineering Services for Implementation of the LA Metro Purple Line Extension-Beverly Hills,CA:Construction Inspector for providing full-service project/construction management,design,and community relations.Services include project management,design review,review and development of interagency agreements,review and development of permit conditions,construction management and oversight services, constructability and construction schedule review,community outreach, City Council and Commission presentations,QA/QC,and document control. Construction Inspector representing the City as an agent for the residents and businesses of the City during construction of Metro's Purple Line subway project.Services include project management,design review,review and development of interagency agreements,review and development of permit conditions,construction management and oversight services,constructability and construction schedule review,community outreach,City Council and Commission presentations,QA/QC and document control. Psomas City of Huntington Beach—On-Call Construction Management,Materials Testing, A-11 and Inspection Services = TIM MONROE, PE EDUCATION BS,Civil Engineering,San Tim Monroe has 32 years of experience as a project, Diego State University program or construction manager on large-scale REGISTRATIONS • Civil Engineer in CA, infrastructure projects. The high quality, technical No,59584 expertise and project first mindset for alternative delivery that Tim brings to a project team is demonstrated in his proven track record of nationally recognized award-winning projects. Relevant Work Experience Mid-Coast Light Rail Trolley(CMGC),San Diego, CA: Project Management Consultant and Lead Facilitator responsible for representing the agency. Tim managed the CM/GC contractor, lead cost negotiations, wet utility relocations, dry utility relocations and project risk totaling approximately $2.2B in construction. The project included 8 bridges, 5 miles of aerial viaduct, grading and drainage, 9 stations, street improvements, water& wastewater relocations, dry utility relocations, hazardous soil remediation, streetscape improvements, multiple agency permits, 3rd party agreements and property acquisition. Tim coordinated cost estimating and lead quantity reconciliations and pricing comparisons. Tasks included preparation of the project risk matrix, coordination of value engineering& innovations, negotiation of the final GMP and the GMP to IFC change order negotiation, and evaluation of change orders for conformance with the negotiated GMP and the risk matrix. Mid-Coast Corridor Ancillary Supplements(CMGC),San Diego, CA: As the Project Management Consultant,Tim was the lead negotiator for this $160M project where is led the estimating team, negotiated a GMP for construction, coordinated with stakeholders (Caltrans, University of San Diego, City of San Diego, Private Developer) and management of the risk register. Added projects included early wet utilities relocations, Gilman Bridge Overcrossing, Rose Creek Bikeway, and two parking structures. Downtown Major League Baseball Stadium - Petco Park(CMGC),San Diego,CA: Construction Manager for this $440M project while a City of San Diego employee. Tim was the Construction Manager for the redevelopment of 26 blocks of downtown San Diego which included demolition, hazardous materials remediation, storm drains, relocation of water mains, new water service, relocation of sewer mains, new sewer service, chilled water pipelines, streets, sidewalk, traffic signals, streetlights, landscape, and parking facilities. Tim's duties included construction management, value engineering, negotiation support and management of the GMP. 5 k Y JOHN HAGGERTY, PE EDUCATION BS,Civil Engineering, California Polytechnic John has more than 40 years of engineering experience in the public State University,San Luis Obispo sector including City of Los Angeles Department of Water and Power, REGISTRATIONS San Diego Metropolitan Transit Development Board (MTDB), and ■ Civil Engineer in CA, most recently as Director of Engineering and Construction (E&C)at San Diego Association No.40739 of Governments(SANDAG).John oversaw the engineering of all rail, bus, bus rapid transit and active transportation capital projects, leading a core group of principal engineers and project managers who implemented capital projects supporting planning and environmental clearance, initial funding,and design and through completion of construction. San Diego Association of Governments(SANDAG) - Mid-Coast Corridor LRT Project,San Diego,CA:Agency Project Director/Director of Engineering and Construction for this$2.2 billion 11-mile extension of the San Diego Trolley system. The Project adds 11 miles to the Trolley system including over 4 miles of aerial guideway and nine stations.Oversaw the preparation of the final environmental documentation, design,construction contractor selection and price negotiations,and start of construction as the Project Director. San Diego Association of Governments(SANDAG) - Light Rail System Rehabilitation/Trolley Renewal Project,San Diego,CA: Principal Engineer for a $660 million program to rehabilitate track,systems and stations.The Project was constructed while maintaining operations during the retrofit of 23 stations and complete reconstruction of 12 stations.The project elements included installation of larger shelters at the stations, new special trackwork, upgrades to rail,ties,catenary systems, power lines,electrical substations,and signaling systems,and installation of fiber-optic communication line for security cameras, fare collection, and signage. San Diego Association of Governments(SANDAG) - Mission Valley East LRT Project,San Diego,CA: Principal Engineer for a $506 million,5.6 mile federally funded extension of the San Diego Trolley Light Rail Line.The Project required extensive aerial structure and the first tunnel and underground station on the San Diego LRT system. San Diego Association of Governments(SANDAG) - Mission Valley West LRT Project,San Diego, CA:Senior Engineer for a $222 million,5.8-mile project.The Project included a massive, elevated guideway and station at Qualcomm Stadium Station with pocket tracks for on-site storage of special event vehicles.Opened for operation November 1997. San Diego Association of Governments(SANDAG) - Otay Bus Rapid Transit Project,San Diego,CA: Division Director for a $125 million bus rapid transit project that includes design of exclusive bus guideway, mixed traffic operation with bus priority.stations and integration into future freeway manaEed lanes. rCitycifftiiitingtpriAgatticfttiiCtsil 1 � 34 lac a,,� Licenses and Certifications st,toitotcuttton Onager Ctrttficatto nst/tit I ABOUT US MEMBERSHIP CERTIFICATION EDUCATION&TRAI tttit t Can tnuttan faanastr ABOUT US MEMBERSHIP CERTIFICATION Reuben Tolentino Barnett (' /� Dustin James Igama Padua,CMIT tNNEnIw nr9a,en:RKNanLdmfsesprMf{NmnS,^D!»iOrtlNuam Ettnwe Brett Bar ![e44 PE CCEil lab Title:Project Manager ,yx.><uM.ye-�I,�RUY+arxc.mwaYmw,nnaaopob.un..e» m. l!!rarux7 S TRNn�x.�M.IN.e:*�T�I'eoerdTA4w.q�.n,�.n,.�•,r,nw+a�.�mi�.w�fm. Company Name:PSOMAS :pn&niaMt ANAlue,tod 400ststraled wm:Mumast stording:hehi,hat tew.a gNTan2�,reN:ET.t wT»aEaTTE.D. !,.,,,�,. City:Huntington Beach Job Title: Vice President State:CA ___.. Company Name: PSOMAS Expiration Date:April 26,2027 City: Santa Ana CMCI Number-.31218 State: CA Title cMrr s-.. sr ,ta, P:crlert Manager CMIT Expiration Date: June 30,2028 CMIT Expiration Functional Role p Certificate of Completion CMCI Number: 796 Ott 5,2025 Designation Ma D ro ICS: CCM CMPT L2 Expiration Anthony Guzman tarr,the M».rq.fNineidR.m:: .. .v ,y Preferred Email Type CMIT 13 Expiration Coal Management SOP(CMIT L2) Wark CMIT t4 Expiration " , - Work Email A, 31218 I' Preferred Email ......».«—Y..M.,».•.•••.0.0L.nTewr .Y+ ,yI dustin.padua@psG CACM Status 6 `¥ • k.s rnas.com ..... - .".�.=f ..... > CACM Expiration dE personal Email CCM 'e t:44 451 Other Email Yes ... CCM Expiration Date ..... — Preferred Phone Type Apr°26,2027 Work i.,` ••.a 1. .... .. ... .... ......._._ ...... .. ........ Mobile Phone ISSU NCE CATE BOARD FOR PROFESSIONAL ENGINEERS,LAND a,1.1, TOTE SURVEYORS,AND GEOLOGISTS ,.,:�,,;,,E �„ � CURRENT DATE:nMF LICENSING DETAILS FOR:45482 MASISI Na,e—era,IVAN A_Mn. LICENSE TYPE:1:M ENGINr,:PS !:'*GNOM^EAC C:£NEwTE LKENSe STMUb CLHRm CRANCEOC:N'v��' BOARD FOR PROFESSIONAL ENGINEERS, LAND SaUANCE DATE teeJRNJARY ,tt3 SURVEYORS,AND GEOLOGISTS JME ExRIRAnONnATE CURRENT DATE!TIME r� s I.f�.S DM LICENSING DETAILS FOR:64342 NAME•iEN,TOGIA,MOTS ADDRESS LICENSE TYPE:(N LENGINEER T2 II'VINCSTOte?LACE L:DLI'A'AANUN CAE"2EE4 LICENSE STATUS::LEAR 0 O-VA#£COUNTY MAV ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND VNIL.2122 4111)il SURVEYORS,AND GEOLOGISTS EXPIRATION DATE aNiR CURRENT DATE.THE J�WE iI.2E.E l!I:iO DM LICENSING DETAILS FOR:93750 NAME:wELIY.CCVIC JOUAN ADDRESS LICENSE TYPE:Cyr::.E'NC,INE.EII !U25 CALO•i_NUE AYEADT]2 LUnC REACHCa.(5I LICENSE fTATUf:CLERFI O LOS ANCL'iES CGUNIY MAD Pso na.sl City ofHuntingt Beach--Qn Call Construction Management,Materials Testing, A-IA and In gsection Services Licenses and Certifications ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND DECEMHEN 15.2013 , tail SURVEYORS, AND GEOLOGISTS EXPIRATION DATE OM NM) MARCH 31,2026 CURRENT DATE I TIME JUKE16 11:PPM.1 T. PM LICENSING DETAILS FOR: 82056 NAME LAU.MICHAEL AKIRA ADDRESS LICENSE TYPE:CIVIL ENGINEER 1740 ELEVADO AVE ARCADIA CA 91006 LICENSE STATUS:CLEAR 0 -OS ANGELES COUNTY ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND MAY 22,2014 ilia SURVEYORS, AND GEOLOGISTS EXPIRATION DATE SEPTEMBER 30,2329 �IM•r - CURRENT DATE I TIME JUKE 11.2025 2:1756 PM LICENSING DETAILS FOR: 82614 NAME:MAt,MARVIN ADDRESS LICENSE TYPE:CIVIL ENGINEER 13151 SEMORAPL CERRITOS CA90703 LICENSE STATUS:CLEAR 0 LOS ANGELES COUNTY ISSUANCE DATE 44.1 BOARD FOR PROFESSIONAL ENGINEERS, LAND AUGUST2,1990 ION p SURVEYORS, AND GEOLOGISTS E DATE �5 Mom. DECEMHCEMBER 31,2020 111 XXX!!!NNINININIININIIIIININI - CURRENT DATE/TIME IEEMEMEIEEMI JUNE II,2025 2:1919 PM LICENSING DETAILS FOR: 46376 NAME:ZEIN,NADIL ADDRESS LICENSE TYPE CIVIL ENGINEER 150'MANZANITA LW MANHATTAN BEACH CA 90266 LICENSE STATUS:CLEAR M LOS ANGELES COUNTY ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND JAY 29,1090 EXPIRATION DATE „IOLA SURVEYORS, AND GEOLOGISTS DECQ;3DER 91,2029 WADE MaI CURRENT DATE I TIME 306E 13.2026 12.90'21 PM LICENSING DETAILS FOR: 59584 NAME:t,IC'N6ITE.TIMOTHY P ADDRESS LICENSE TYPE:CIVIL ENGINEER £206 CRYSTAL LASE SAN DIEGO CA 92119 LICENSE STATUS:CLEAR 0 SAN DIEGO COUNTY ISSUANCE DATE Oa BOARD FOR PROFESSIONAL ENGINEERS, LAND JW 1.1^66 SURVEYORS, AND GEOLOGISTS EXPIRATIONATE .. MARCHRc H 31 a1,2027 CURRENT DATE I TIME immimm•AIINMIIIIIIIIINIIIIIIIIIIIIIIE JIVEt'T02 1340C.202M0 LICENSING DETAILS FOR:40739 NAME:HAGGERTY.JOHN WILLIAM ADDRESS LICENSE TYPE:CIVIL ENGINEER 12562 PICRUS STREET SAN DIEGO CA 92':s LICENSE STATUS:CLEAR a SAN DIEGO COUNTY Psomas I City of Huntington Beach—On-Call Construction Management,Materials Testing. A-is and Inspection Services PSOMAS 5 Hutton Centre Drive Suite 300 Santa Ana, CA 92707 714.751.7373 www.Psomas.com EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel. Charges for time during travel are not reimbursable C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. I I On-Call Construction 1 1 Management, Materials Testing, and Inspection Services CITY OF HUNTINGTON BEACH Y-•'+�`4 �. 2 .R _� .eM^"-''''�pu"'•aF�E•.4.,- WI' •.y, G.1: ✓ 7 +'• '�• r,z_+ ^�'.._ . -:C i'4.CIs'�il{ j.3., � -. r„ ,�, .�.R'litirrr:F'.N. aye-•p PR--4,,- . -•,r .a .Y .i'r7-• r r 'fix .N'ah+ 'z , Aa, .-. •_-" ls4.-�"4W••-7.- - jam.; � �h•. •aYt •" 4' •U'' ^ l(i it-- .--al- _# T 1� A ♦j '? 41 rv" eA �ylC 9�~ � i ♦, •..'. .- •:..s • '.3' Rm • sr- • i * :y �'7Y1Ct { y . �� , �� w,. tJ ,• i • a r • d - t IIi A Agilill R}' . •�.T r ii,,t. 1r earadaiw, L.:0 N. - _. - - --- - �A w�""` t. �,' �! � � ter.•+ it la e.�-. { a`;fa: . � •"'Q•- +� 1lit4m _._ 11._ .Air Rate Sheets/ 06.13.2025 011MGro 4, ::'use ' '9 Ca/ 5 CFC8UNTY t',;•1 PSOMAS Rate Sheets June 13,2025 Jessica Castro City of Huntington Beach Public Works 2000 Main Street Huntington Beach,CA 92648 Subject: Rate Sheets for the City of Huntington Beach,Public Works Department On-Call Construction Management,Materials Testing,and Inspection Services Dear Ms.Castro: Attached is our team's hourly rate schedules for the On-Call Construction Management and Inspection Services.Should you have any questions,please contact me at the number or email below. Sincerely, P S O M A S Reuben Tolentino,CCM,DBIA Vice President 714.412.5672 rtolentinoapsomas.com 5 Hutton Centre Drive Suite 300 Santa Ana,CA 92707 Tel 714.751.7373 www.Psomas.com Psomas [City of Huntington Beach—On-Call Construction Management,Materials Testing," and Inspection Services City of Huntington Beach-On-Call Construction Management,Materials Testing,and Inspection Services 4-Year Rate Schedule COST PROPOSAL PRIME: PSOMAS Effective date of Name/Job Title/Classification Hourly Billing Rates Hourly Rate %or$ Straight OT(1.5x) OT(2x) From To Increase Supervising Construction Manager/Principal $350.00 - .. 07/01/25• ....,.06/30/26 4% $364.00 - -- 07/01/26 06/30/27 4% $378.56 - -- 07/01/27 06/30/28 4% $393.70 - - 07/01/28 06/30/29 4% Senior Construction Manager $225.00 -- 07/01/25 06/30/26 4% $234.00 -- 07/01/26 06/30/27 4% $243.36 - -- 07/01/27 06/30/28 4% $253.09 07/01/28 06/30/29 4% Construction Manager II $205.00 - - 07/01/25 06/30/26 4% $213.20 - -- 07/01/26 06/30/27 4% $221.73 - 07/01/27 06/30/28 4% $230.60 - 07/01/28 06/30/29 4% Construction Manager............_........._..................................................._... _...._».. $185.00 - -........................07/01/25..............._06/30/26......__4%.,.».... $192.40 - - 07/01/26 06/30/27 4% $200.10 - - 07/01/27 06/30/28 4% $208.10 07/01/28 06/30/29 4% Senior Office Engineer $195.00 $228.76 $262.52 07/01/25 06/30/26 4% _ .,..._..............................._........................ $202.80 $237.91 $273.03 07/01/26 06/30/27 4% $210.91 $247.43 $283.95 07/01/27 06/30/28 4% $219.35 $257.33 $295.30 07/01/28 06/30/29 4% Office EngineerIII $165.00 $193.57 $222.14 07/01/25 06/30/26 4% $171.60 $201.31 $231.02 07/01/26 06/30/27 4% _,_.,,...»...................»....._........-.»-.».. $178.46 $209.36 $240.26 07/01/27 06/30/28 4% $185.60 $217.74 $249.87 07/01/28 06/30/29 4% Office Engineer II $132.00 $154.85 $177.71 07/01/25 06/30/26 4% _.....__..-.»».__...»_»......._.........._ _....................__...............,.....,_................._. $137.28 $161.05 $184.82 .............07/01/26....._.....,..06/30/27............_4% ._ $142.77 $167.49 $192.21 07/01/27 06/30/28 4% $148.48 $174.19 $199.90 07/01/28 06/30/29 4% Office Engineer I $100.00 $117.31 $134.63 .07/01/25 06/30/26 4°7° $104.00 $122.01 $140.01 07/01/26 06/30/27 4% $108.16 $126.89 $145.61 07/01/27 06/30/28 4% $112.49 $131.96 $151.44 07/01/28 06/30/29 4% Administrative Support $115.00 $134.91 $154.82 07/01/25 06/30/26 4% $119.60 $140.31 $161.02 07/01/26 06/30/27 4% __.......................___ �,.,.._.......». $124.38 $145.92 $167.46 ..............07/01/27 ._...».....06/30/28 4°70....._....... $129.36 $151.76 $174.15 07/01/28 06/30/29 4% Scheduler $175.00 $205.30 $235.60 07/01/25 06/30/26 4% $182.00 $213.51 $245.02 07/01/26 06/30/27 4% _ .__»..,....................».................................. - .._................................................. $189.28 $222.05 $254.82 07/01/27 06/30/28 4% $196.85 $230.93 $265.02 07/01/28 06/30/29 4% Senior Inspector $230.00 $269.82 $309.64 07/01/25 06/30/26 4% $239.20 $280.62 $322.03 07/01/26 06/30/27 4% $248.77 .............. $248.77 $291.84 $334.91 07/01/27 06/30/28 4% $258.72 $303.51 $348.31 07/01/28 06/30/29 4% Inspector III $220.00 $258.09 $296.18 07/01/25 06/30/26 4% $228.80 $268.41 $308.03 .............07/01/26._............_06/30/27............_4%.............. $237.95 $279.15 $320.35 .............07/01/27__,......06/30/28 4% $247.47 $290.32 $333.16 07/01/28 06/30/29 4% Inspector II $210.00 $246.36 $282.72 07/01/25 06/30/26 4% Psomas I City of Huntington Beach-On-Call Construction Management,Materials Testing, ii and Inspection Services City of Huntington Beach-On-Call Construction Management,Materials Testing,and Inspection Services 4-Year Rate Schedule COST PROPOSAL PRIME: PSOMAS Effective date of Name/Job Title/Classification Hourly Billing Rates Hourly Rate %or$ Straight OT(1.5x) OT(2x) From To Increase $218.40 $256.21 $294.03 07/01/26 06/30/27 4% $227.14 $266.46 $305.79 07/01/27 06/30/28 4% $236.22 $277.12 $318.02 07/01/28 06/30/29 4% Inspector I $195.00 $228.76 $262.52 07/01/25 06/30/26 4% $202.80 $237.91 $273.03 07/01/26 06/30/27 4% $210.91 $247.43 $283.95 07/01/27 06/30/28 4% $219.35 $257.33 $295.30 07/01/28 06/30/29 4% Senior Resident Engineer $260.00 -- -- 07/01/25 06/30/26 4% $270.40 -- -- 07/01/26 06/30/27 4% $281.22 07/01/27 06/30/28 4% $292.46 -- 07/01/28 06/30/29 4% Resident Engineer III $235.00 -- 07/01/25 06/30/26 4% $244.40 -- -- 07/01/26 06/30/27 4% $254.18 -- 07/01/27 06/30/28 4% $264.34 -- -- 07/01/28 06/30/29 4% Resident Engineer II...................................................................................................................... $210.00 - .07/01/25. ...._. 06/30/26 4% $218.40 -- -- 07/01/26 06/30/27 4% $227.14 -- -- 07/01/27 06/30/28 4% $236.22 -- -- 07/01/28 06/30/29 4% Resident En9ineerI................. ...... $190.00 - :............_..........07/01/25................06/30/26..........4%,_......... $197.60 -- 07/01/26 06/30/27 4% $205.50 -- -- 07/01/27 06/30/28 4% $213.72 -- -- 07/01/28 06/30/29 4% Senior Structures Representative $260.00 - :- 07/01/25 06/30/26 4% $270.40 -- 07/01/26 06/30/27 4% $281.22 -- 07/01/27 06/30/28 4% $292.46 -- 07/01/28 06/30/29 4% Structures Representative III _ $235.00 -- 07/01/25 06/30/26 4% ................................................_.,.......,._......_...._.........._......................,,,,....._... $244.40 -- 07/01/26 06/30/27 4% $254.18 -- -- 07/01/27 06/30/28 4% $264.34 -- 07/01/28 06/30/29 4% Structures Representative II $210.00 - .07/01/25 _06/30/26 4% --_----......---_...._......_.......__._..........__._._.___........._............._.._.._.__......._. $218.40 -- 07/01/26 06/30/27 4% _ __..._.............._....._................_..._..._ ._..._............-.......................... $227.14 -- 07/01/27 06/30/28 4% $236.22 -- 07/01/28 06/30/29 4% Structures Representative I $190.00 -- 07/01/25 06/30/26 4% _.__._.___........._............_......._..__.___._..._-_.__..._............_..... $197.60 -- _._..._....'._.........__ 07/01/26 06/30/27 4% $205.50•-----.-.....-.............. 07/01/27 06/30/28.._.__4%_......... $213.72 -- -- 07/01/28 06/30/29 4% ► Mileage rate cannot exceed current IRS rate ► Subconsultant expenses will be billed at cost plus 10%for service and handling. ► Rates may only be changed by mutual consent with contract amendment. ► Rates includes insurance and overhead costs. ► Reimbursable items at cost. „ 1 a :: �' Construction Management ,' ` a erta s Testing, PS O M AS 5 Hutton Centre Drive Suite 300 Santa Ana, CA 92707 714.751.7373 www.Psomas.com ACE ? CERTIFICATE OF LIABILITY INSURANCE DATE/26no25 Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Lisa Shimizu-Fookes AssuredPartners Design Professionals Insurance Services, LLC PHONE FAX 3697 Mt. Diablo Blvd Suite 230 (A/c.No.EMI:714-427-3482 (A/C.No): Lafayette CA 94549 ADDRESS: CertsDesignPro@AssuredPartners.com INSURER(S)AFFORDING COVERAGE NAIC# License#:6003145 INSURER A:XL Specialty Insurance Co. 37885 INSURED PSOMASO-01 INSURER B: PSOMAS 865 S.Figueroa Street,Suite 3200 INSURER C: Los Angeles CA 90017 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1974171077 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) IMM1DD/YYYYt COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) S MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENT.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S POLICY` JECT LOC PRODUCTS-COMP/OP AGG $ JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED P SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY r_ AUTOS HIRED I NON-OWNED PROPERTY DAMAGE AUTOS ONLY I__ AUTOS ONLY (Per accident) I $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DEO RETENTCON$ 5 WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNERGEXECUTNE E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED? N I A (Mandatory in NH) 1 E.L.DISEASE-EA EMPLOYEE $ If yes, '.;e under DESCRIPTION OF OPERATIONS below I E.L.DISEASE-POLICY LIMIT $ A I Profess+onal Lab&Poll.LIab Y DPR5048464 111 10/15/2025 10/15/2026 Per Claim $2,000,000 calms-Made Form Aggregate Limit $2,000,000 Retro Data:10/15/1947 i f DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 161,Additional Remarks Schedule,may be attached If mores rj(rerpAS TO FORM Additional Insured Status is not available on Professional Liability Policy. 3HUN011000,On-Call CEQA Environmental Services.Ded.S10,000. Dy --- MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON CERTIFICATE HOLDER CANCELLATION 30 Day Notice of Cancellation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Ricky Ramos 2000 Main Street,3rd Floor AUTHORIZED REPRESENTATIVE Huntington Beach CA 92648 rrJ ©1988-2015 ACORD CORPORATION. All rights reserved, ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD This endorsement, effective 12;01 a.m.,,10/15/2025 forms a part of Policy No. DPR5048464 Issued to PSOMAS by XL Specialty Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF POLICY CANCELLATION—BLANKET NOTICE TO DESIGNATED ENTITIES This endorsement modifies insurance provided under the following: PROFESSIONAL, ENVIRONMENTAL AND NETWORK SECURITY LIABILITY POLICY—ARCHITECTS, CONSULTANTS AND ENGINEERS Section XII.OTHER CONDITIONS,Paragraph A.Cancellation is amended by the addition of the following: In the event that the Company cancels or non-renews this Policy during the POLICY PERIOD,the Company agrees to provide thirty (30)days' prior written notice of cancellation or non-renewal of this Policy to any entity with whom the NAMED INSURED agreed in a written contract or agreement would be provided with notice of cancellation or non-renewal of this Policy, provided that: 1. The Company receives, at least thirty(30)days prior to the date of cancellation or non-renewal,a written request from the NAMED INSURED to provide notice of cancellation to entities designated by the NAMED INSURED to receive such notice;and 2. The written request includes the name, address and email of each person or entity designated by the NAMED INSURED to receive such notice. The Company will assume that the list provided to the company by the NAMED INSURED is a complete and accurate list. This endorsement does not apply to non-renewal of the Policy at the end of the POLICY PERIOD or cancellation of the Policy for non-payment of premium to a premium finance company authorized to cancel the Policy. Furthermore, nothing contained in this endorsement shall be construed to provide any rights under the Policy to the entities receiving notice of cancellation pursuant to this endorsement,nor shall this endorsement amend or alter the effective date of cancellation stated in the cancellation notice issued to the NAMED INSURED. All other terms and conditions of the Policy remain unchanged. LDD 465 0620 Page 1 of 1 ©2020 X.L.America, Inc. All Rights Reserved. May not be copied without permission. Policy# DPR5048464 2„ The specific nature and extent of the injury or damage that has been sustained; and 3„ How the INSURED first became aware of such CIRCUMSTANCE(S), then any CLAIM(S) that may subsequently be made against the INSURED arising out of such reported CIRCUMSTANCE(S)shall be deemed to have been made on the date first written notice of the CIRCUMSTANCE(S)was received by the Company.This right conferred upon the INSURED in this Paragraph shall terminate at the end of the POLICY PERIOD and shall not exist during the Automatic Extended Reporting Period or Optional Extended Reporting Period. XI. OTHER CONDITIONS A. Cancellation This Policy may be canceled by the NAMED INSURED by surrender thereof to the Company or any of its authorized agents or by mailing to the Company written notice stating when thereafter the cancellation shall be effective.This Policy may be canceled by the Company by mailing to the NAMED INSURED,at the address stated in Item 1.of the Declarations,written notice stating when, not less than thirty(30)days thereafter(or ten (10)days thereafter for non-payment of premium), such cancellation shall be effective.The mailing of notice as aforesaid shall be sufficient proof of notice.The time of surrender or the effective date and hour of cancellation stated in the notice shall become the end of the POLICY PERIOD. Delivery of such written notice either by the NAMED INSURED or by the Company shall be equivalent to mailing. If this Policy is canceled, earned premium shall be computed in accordance with the Company's guidelines with respect to cancellation. Premium adjustment may be made either at the time cancellation is effected or as soon as practicable after cancellation becomes effective, but payment or tender of unearned premium is not a condition of cancellation. B. Action Against The Company No action may be brought against the Company unless, as a condition precedent thereto, there shall have been full compliance with all of the terms of this Policy, nor until the amount of the INSURED'S obligation to pay shall have been finally determined either by judgment against the INSURED in a contested proceeding after final judgment has been rendered and any appeal decided, or by written agreement of the INSURED,the claimant and the Company. No person or organization shall have any right under this Policy to join the Company as a party to any action against the INSURED to determine the INSURED'S liability, nor shall the INSURED or the INSURED'S legal representative join the Company in such action. Bankruptcy or insolvency of the INSURED or the INSURED'S estate shall not relieve the Company of any of its obligations hereunder. C. Assignment This Policy may not be assigned or transferred without written consent of the Company. D. Subrogation In the event of any payment under this Policy, the Company shall be subrogated to all the INSURED'S rights of recovery therefor against any person or organization,and the INSURED shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights.The INSURED shall do nothing after a CLAIM(S)to prejudice such rights. However, it is agreed that the Company waives its rights of subrogation under this Policy against clients of the INSURED as respects any CLAIM(S)arising from PROFESSIONAL SERVICES, or CONTRACTING SERVICES under the client's contract requiring waiver of subrogation, but only to the extent required by written contract. LDD 050 1116 Page 15 of 16 ©2016 X.L.America, Inc. All Rights Reserved. May not be copied without permission. Switzer, Donna From: Switzer, Donna Sent: Thursday, December 4, 2025 7:39 PM To: 'brett.barnett@psomas.com'; 'dyanne.valdez@psomas.com' Cc: Pinel,Joseph Subject: City of Huntington Beach - 11/18/25 On-Call Const. Mgt & Inspection Srvcs Prof. Services Contract Attachments: 11.18.25 PSOMAS PSC.pdf Hello, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and PSOMAS for On-Call Construction Management and Inspections Services, approved by the Huntington Beach City Council on November 18, 2025. Sincerely, Donna Switzer, CMC \ Senior Deputy City Clerk Office of the City Clerk • Office:(714)374-1649 D_onne.Switzerasurfcity-hb.org 2000 Main Street,Huntington Beach,CA 92648 1 __AgrAleinirdiniw At#1\044ctAr4PTI I.movi.ssii, 4,,, look Professional Servic it ,.� i k i\x% - RPR .• .�,, Contracts for On-Call N., ,.• \t.vs..., � A T.p•`., ,0 --�_ _�` _ Construction Management, ._ rfiii IIJI�+ �/ Materials Testing, and ` t!t!J J Jl a141 id', r � td:%! � .� �. rt ,,_A,� Inspection , aryl' - -- l% - -- -� -' • •. .„„ Department of Public Works e„,„ _ __ii...,,,,,a6 - 077 — 0 4. November 18 , 2025 k,,,,. 0 ►,", 4 . 1 190 1. 0 SUPPLEMENTAL is •s". \$, COMMUNICATION 4.'0 11/18/25 �. UAri c ,,# Meeting Date: ''111PP Agenda Item No. 21 (25-881) 1 BACKGROU- N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services. The RFQ covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFQ Selection. . ; .> > ; Ica: - L �, .� jam, k+y - - ktw '�Ra df.:. i 4-r�1" "yr ;..• +,' , py 0 "ouNT`f t�'',Aff 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. \CAS V , i • � ►� :':::: L;04 0ja CONTY � 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. ���� zinicr iii • \» I = °uN\1TN tP,rft a"`cc t' �Ca E w Questions ? Sri,* ;::, b•, :; Iir 4 t M.m µ „----1----: ' - ::.::, ,,,,,,:„.t,,,,:iirtiti„_, ,.,,,,z.,..77,42,1t, , _ rt-c.: 1....--:-. .----- , .,,,,,„,. ,,.,,44,..,,,,,t,..„, ..,.. , ..4-t.-. ...._1 ..,......,rs ,, t:.: ..-^1 ,4 fir' r __,.,ezzz2:: 751, , 'TIIV ProfessionalServices T ..•N\ •• oRP oR .�mi. Contracts for On -Call •• ' '� rFo '\Q;4. \ ■Construction Management, ,, ,, 7/,/, ,,,,,,,, Materials Testing , and ----- -- ) • „ - 'ir „ _ _ ) , 1 i Inspection Services _ . _____ _ _ ___ . --s- = ___,_�- _ ___ Department of Public Works Av -- ' • November 18, 2025 ••• es P� '• C.O••• 4;k, 4 � ••.;1;, 19;::•••• •S$% 0 C P / 0 NT�f C lii4// ..... . ...... . _ . . . . . . BACKGROUND 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. I " 1 ? # ` #/ANT I N r G � f 11 I w zee12,,,,T,...:4If - �J�,r N. A c� .•7\kjpRP0RATF'...��6 Ilk • 1. !1a Q T • : -� 4 � 1 : %CI •� / i • B • O� '�!V` •• • 11 1909 .y`st .. > s t 4 °UNT`I it NttD/WHY/ bENEFI I 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. • � O`._ — /yam i ? --.. - ... s‘ �f �, _ .` '"`,�--_. -� -: , .�-_ i/ ANT I N 6 7" Ji _ air //+� ;'. S, T.idi''^, t .. --- 1 a Al ,.`� .......•.,,,04/ -, .� ` S9 / f Y 1Alp ��� or Q` =�N�DRPORgTF��•�"•Y���1 N. ti�", i // .t.— -'fly..., _,'�..'_ , �'` , �• —-= __ ••.C� • ar y . FF ... I ) I•F . I • c°LINTY \i1# 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 \co I'NGT-04, an "as-need" basis. o� NpRPORgrfo•••• sy Fe c s%•••: ::::.P\\`��l °IiNT1' °\: • L� ' j _�){ v , �P{ i` p t .."'.li, \ ', ,.':"--"';', '03. '' 'rh. .... [ , ; ,.. .. ,....t.„4-011,•. , ._. i,.. . ,i,.. -1 , , ' .5 , , . , ,y.,,,,,,),J4.4:._,Ii..,,,.. •i „ III .. . , .. .. , 1 . _,,v- i , ,,, 4 A i r.-4,..'f ..A...... . • . 9. 1 ,I, r .. r;, t - ,l a � 4 } u, '4 ti • ]I ' l''''' ' . , - ...,7.47;i:: '' ,.._'....7_,-.7,-'='•,==;,,,,---A,?=7-11444,57'..., -.74,S.',?,;,. ..11,,'.•,,,?.',1', -.•:=•=-,,--=1,kl (Nil• 1 (111) O cii) a) M