Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Ardurra Group, Inc. - 2025-11-18
2000 Main Street, OTINGIoy�� Huntington Beach,CA O� ti�esnu � _ F`,1 92648 City of Huntington Beach APPROVED 7-0 NiettoV,1 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 ,13)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 Conduction Management, Materials Testing and Inspection Service and City of Huntington Beach Page 1 of 4 Printed on 11/12/2025 � powered by LegistarT 4 _(_I 391 File #: 25-881 MEETING DATE: 11/18/2025 * C)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Berg & Associates, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and D)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Certerra RMA Group for On-Call Construction Management, Materials Testing and Inspection Services; and E)Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Dudek for On-Call Construction Management and Inspection Services; and W F)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and GHD Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and G)Approve and authorize the Mayor and City Clerk to execute $1,000,000 Professional Services Contract between the City of Huntington Beach and GMU Engineers and Geologists, Inc. for On- Call Materials Testing; and H)Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Harris & Associates, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and I) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and PSOMAS for On-Call Construction Management and Inspection Services. Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Analysis: To efficiently manage the City's growing Capital Improvement Program (CIP), the City utilizes on-call professional service contract agreements with pre-qualified firms that provide specialized services on an as-needed basis. These contracts allow staff to quickly assign work when specific projects or increased workloads arise, without committing to a guaranteed minimum amount of work. This approach provides both flexibility and cost efficiency, enabling the City to meet service demands without adding permanent staff. Each year, the City undertakes an extensive CIP that includes a wide range of infrastructure improvements requiring engineering and construction support. Many projects demand construction management, materials testing, inspection, and regulatory compliance services that extend beyond internal staff capacity. Engaging qualified external consultants allows the City to ensure projects are delivered efficiently, safely, and in full compliance with federal and state standards. City of Huntington Beach Page 2 of 4 Printed on 11/12/2025 J / & powered by LegistarTM 392 File #: 25-881 MEETING DATE: 11/18/2025 In response to an expanded CIP budget-from $35 million to $63 million-the City anticipates the need for an increased number of on-call contracts to meet the additional workload and project complexity over the next three years. Such large projects and developments include multiple lift stations, water wells, arterial street rehabilitations, bridge rehabilitations, traffic signal and lighting projects, facility rehabilitation, and park projects. In addition to CIP construction management and inspection services the contracts are used to provide inspection duties for the Development Section. These duties include inspection services for utility permits and larger development projects that are covered by developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Qualifications (RFQ) on June 13, 2025, inviting firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFQ encompassed a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed the procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers, and complied with the federal Brooks Act and California Senate Bill 419. The City received twenty-seven (27) proposals in response. A three-member evaluation panel- comprised of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The Public Works Department consistently attracts highly qualified firms for such RFQs, resulting in a robust and competitive selection process. Based on evaluation results, staff recommend awarding nine (9) on-call contracts to firms to continue service to existing projects. The nine firms listed would reduce any potential interruption of construction services. Additionally, nine (9) other qualified firms shall be considered for further approval and will be recommended in a subsequent council meeting. Recommended Firms The current recommended firms are: Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Certerra RMA Group; Dudek; GHD Inc.; GMU Engineers and Geologists, Inc.; Harris & Associates, Inc.; and PSOMAS. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-material basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant City of Huntington Beach Page 3 of 4 Printed on 11/12/2025 powered by Legistarm" 393 2 2 File #: 25-881 MEETING DATE: 11/18/ 0 5 task orders include Heil Pump Station, Admiralty Bridge, Humboldt Pump Station, Traffic Signal Installations, Sunset Beach Sewer, to name a few. Projects upcoming that will use construction management and inspection include Humboldt Bridge, McFadden Lift Station, Davenport Lift Station, Water Well projects, Street Overlays/Rehabilitation, Downtown Street Lighting, Traffic Signals, and include inspection support for Development permitting. On-call contracts will be activated only when project demands exceed available City staff capacity. Each contract will be established with a three-year term and a not-to-exceed amount, with no guarantee of work. All expenditures under these agreements remain subject to City Council approval through the annual budget process. Environmental Status: Not Applicable. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Copy of Request for Qualifications (RFQ) 2. Accenture Contract Summary 3. Professional Services Contract with Accenture Infrastructure and Capital Projects, LLC. 4. Ardurra Group Contract Summary 5. Professional Services Contract with Ardurra Group, Inc.. 6. Berg & Associates Contract Summary 7. Professional Services Contract with Berg & Associates, Inc. 8. Certerra RMA Group Contract Summary 9. Professional Services Contract with Certerra RMA Group 10.Dudek Contract Summary 11.Professional Services Contract with Dudek 12.GHD Inc. Contract Summary 13.Professional Services Contract with GHD Inc. 14.GMU Contract Summary 15. Professional Services Contract with GMU Engineers and Geologists 16.Harris and Associates Contract Summary 17.Professional Services Contract with Harris & Associates, Inc. 18. PSOMAS Contract Summary 19.Professional Services Contract with PSOMAS 20.Power Point Presentation City of Huntington Beach Page 4 of 4 Printed on 11/12/2025 powered by LegistarT"' 394 fT 1 N Q iC � JF�~�8fn'T Necoi;;;;Frov 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, S r new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects,the City is planning to utilize Design-Build(DB) and Progressive Design-Build (PDB) delivery methods for applicable infrastructure and facility projects. As such, the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and contractors, early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. Interested firms shall address in their qualification statements, their firms ability to provide the following services if selected by the City. The successful firm will be expected to provide these services for locally funded CIP projects. The City prefers those qualified firms assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and gutter, sidewalks, pipelines, structures, road rehabilitation, reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications,addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings,product data; samples; submittal;purchases;materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates. A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information(e.g., logs,payment applications,working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system(PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project,preparing daily reports listing employee, labor classifications,hours worked and equipment on project,maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information(RFI's). 12. Conduct weekly construction progress meetings with contractor,subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress, problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples,and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19. Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences,realistic durations, constraints, schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor(weekly)to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City.Review and evaluate contractor's request for changes.Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains"As-Built"project schedule. 25. Review pay requests and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy of the project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff. 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout-Consultant shall provide the following project closeout services: • Administer and coordinate final inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project"Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment,spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks)during construction, including equipment, labor and materials, a cumulative record of quantities constructed,daily and weekly reports, working day reports,change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out, require special inspection or testing,or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced,or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project. Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site,number and names of workers with hours on site,work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion. Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10. During the course of construction,maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements,reporting,and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon& State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates,benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a final report to the City upon completion of each project summarizing any identified discrepancies and resolutions to those discrepancies affecting the project. 9. Defend certified payroll audits if conducted by controlling agency. E. Construction Materials Testing 1. The consultant shall be responsible for all the tests as required by the Caltrans Standard Specifications and the Project Special Provisions. 2. The consultant shall perform the materials testing services in accordance with the City's approved Quality Assurance Program (QAP) (See Appendix E), California Department of Transportation, Construction Manual, Chapters 3, "Control of Materials" and Chapter 6, "Sample Types and Frequencies."The consultant shall provide for initial"Samples and Tests" on materials proposed for use in the project. The firm shall provide for "Acceptance Tests" on materials that will be incorporated into the work. Sampling should begin as soon as material is delivered or in place. Sampling shall continue as work progresses. 3. The consultant shall conduct all testing in a Caltrans Certified Laboratory, or equivalent. All sampling and testing shall be done by personnel and laboratory with the appropriate accreditation for the testing and sampling designated to perform. Proof of the appropriate accreditation shall be submitted for approval by the City. 4. Provide a qualified technician as necessary to conduct density tests as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four(24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17"sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise,and provide "layman"explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max.and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter.(Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form(See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B)as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel,sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish(months&years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure,CM role,and lessons learned. 6) Resumes(do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code(CBC);California Commercial Electrical,California Commercial Plumbing,California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches,and solutions to similar projects that would be undertaken by the City, and detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CIP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major projects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetoids.com/HuntingtonBeach/BidsOnline.cfin b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview, if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Firm Qualifications - Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. Staffing - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal;and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points). After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of fmal contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. https://cros3.revize.com/revize/huntingtonbeachca/DocumentsBusiness/Licenses%20Permits%20& %20CodeBusiness%20License/FORMS/Standard-Business-License-Application%202024.pdf K. Interview - After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal.The individual from your firm that will be directly responsible for carrying out the contract, if awarded,must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. 8. GENERAL REQUIREMENTS Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful consultant must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. The consultant is encouraged to contact its insurance carriers during the qualifications submittal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. Standard Form of Agreement The consultant will enter into an agreement with the City based upon the contents of the RFP and the consultant's response. The City's standard form of agreement is included. The consultant shall carefully review the agreement, especially the indemnity and insurance provisions, as the standard form of agreement will not be changed, and must be accepted as is. Assuming the consultant is agreeable with no exceptions, a statement to that effect shall be included in the qualifications submittal. Disclaimer This RFP does not commit the City to either issue an RFP,award a contract, or to pay any costs incurred in the preparation of the RFP response. The City reserves the right to extend the due date for the RFP, accept or reject any or all proposals submittals received as a result of this request, negotiate with any qualified consultant or cancel this RFP in part or in its entirety without penalty. Assigned Representatives The City will assign a responsible representative to administer the contract and to assist the consultant in obtaining information. The consultant shall also assign a responsible representative (project manager) and an alternate,who shall be identified in the RFP response. The consultant's representative will remain in responsible charge of the consultant's duties from the notice-to- proceed through project completion. If the consultant's primary representative should be unable to continue with the project, then the alternate representative identified in the RFP response shall become the project manager. Any substitution of representatives or sub-consultants identified in the RFP response shall first be approved in writing by the City's representative. The City reserves the right to review and approve/disapprove all key staff and sub-consultant substitution or removal, and may consider such changes not approved to be a breach of contract. EXHIBIT A Pre-Qualification Form PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?Y/N (circle) A. Construction Management Yes/No (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Firm Address: Signature: Date: APPENDIX A Vendor Application Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑NEW ❑CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Is your business: (check one) [NON PROFIT CORPORATION [FOR PROFIT CORPORATION Is your business: (check one) ❑CORPORATION ❑LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL [SOLE PROPRIETORSHIP ❑PARTNERSHIP [UNINCORPORATED ASSOCIATION Names& Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: APPENDIX B Agreement as Drafted Exhibit B — Draft Contract PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY,"and , a hereinafter referred to as "CONSULTANT." WHEREAS,CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the"PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE agree/surfnet/professional svcs mayor 5/19-204082 Time is of the essence of this Agreement. The services of CONSULTANT are to commence on , 20_(the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Dollars ($ ). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or agree/surfnet/professional svcs mayor 5/19-204082 termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims,damages,losses,expenses,demands and defense costs(including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of,pertain to,or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged agree/surfnet/professional svcs mayor 5/19-204082 to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. agree/surfs et/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/surfnet/professional svcs mayor 5/19-204082 approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any 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/surfnet/professional svcs mayor 5/19-204082 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which agree/surfnet/professional svcs mayor 5/19-204082 the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. agree/surfnet/professional svcs mayor 5/19-204082 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. agree/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/surfiiet/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: EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonablywithheld. Anydispute between the parties PP P concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. EXHIBIT "B" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. 2. Delivery of work product: A copy of every memorandum, letter, report, calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit"A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR Table of Contents 1 Scope of Services 1 2 City Staff Assistance 2 3 Term; Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans,Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices .7 17 Consent 8 18 Modification 8 19 Section Headings 8 20 Interpretation of this Agreement 8 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 APPENDIX C City's Insurance Requirements CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City Council Resolution No.2008-63 requires submittal ofcertificates ofinsurance evidencing the following minimum limits with a California admitted currier with a current A.M.Best's Rating ofno less than A:VI'. Any deductible other than those allowed in this matrix,self-insured retentions or similarforms of coverage limitations or modifcationsmust be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type Minimum Insurance Requirements Professional Liability Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate.Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02.Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix revised 10-27-08 1 of 1 �t°11 -CINGT� CITY OF HUNTINGTON BEACH i � ;op,a .,'�L�<.\ RCA Contract t t9n‘ Agreement Summary •._7% • ,�, COUNTV CPi1/ GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT November 18, 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT(S) In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pinel CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $2,500,000 3-years VENDOR NAME+TYPE OF SERVICE Ardurra Group, Inc. will serve as an FULL SERVICE on-call professional, specializing in construction management, materials testing, and inspection. Consultant will serve as CM's, provide testing, and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management, Materials Testing and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM, Material Test, and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. U HUNTINGTON BEACH 516 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND ARDURRA GROUP, INC. FOR ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and, ARDURRA GROUP, INC.., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management, materials testing and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: ]. 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 Omar Alameddine who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/392206 1 of 12 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on/111✓./g, 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed Two Million Five Hundred Thousand Dollars ($2,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/392206 2 of 12 compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall oc cur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall 25-17168/392206 3 of 12 apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 25-17168/392206 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 25-17168/392206 5 of 12 of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner,the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. 25-17168/392206 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. 25-17168/392206 7 of 12 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach Ardurra Group, Inc. ATTN: Director of Public Works ATTN: Omar Alameddine 2000 Main Street 1960 E. Grand Avenue, Suite 300 Huntington Beach, CA 92648 El Segundo, CA 90245 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. 25-17168/392206 8 of 12 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement 25-17168/392206 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. 25-17168/392206 10 of 12 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that thatpartyhas not executed this Agreement in reliance on anyrepresentation, inducement, g P 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. 25-17168/392206 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 byand through their authorized officers. rou g CONSULTANT, CITY OF HUNTINGTON BEACH, ARDURRA GROUP, INC. a municipal corporation of the State of California By: ity Manager print name ITS: (circle one)Chairman/PresidentNice President INITIATED D P OV D: AND Director of Public Works By: APPROVED AS TO FORM: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. �� Secretary—Treasurer .,City Attorney Date RECEIVE AND FILE: 9444416Aftli City lerk Date 1.2j3 J 5 25-17168/392206 12 of 12 COUNTERPART 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, ARDURRA GROUP, INC. a municipal corporation of the State of California By: 4.114 a_ .V P CW'm en Kasnef V P City Manager print name ITS: (circle one)Chairman/Presiden Vice Preside INITIATED AND APPROVED: Director of Public Works By: 'nA/ APPROVED AS TO FORM: +IDS print name ITS: (circle one)Secretary hief Financial Office Asst. Secretary—Treasurer City Attorney Date RECEIVE AND FILE: City Clerk Date 25-17168/392206 12 of 12 COUNTERPART EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide On-Call Construction Management and Materials Inspections. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: EXHIBIT A 530 TABLE OF CONTENTS A Cover Letter i B Vendor Application Form iii C Pre-Qualification Form v D Service Category 1 1. Firm Qualifications 1 2. Preferred Staffing 14 3. Understanding & Methodology 16 E Rate Sheet separate upload Appendix A Resumes A-1 B Certifications B-1 Our goal is to be 4 001110 0.0014` a true partnerpartner4!f Pit Akar. with. the City t:k /\\./. ris ARDURRi City of Huntington Beach 16-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services 531 June 13 2025 /\\,/ City of Huntington Beach ARDURRA Public Works Department 2000 Main Street FIRM INFORMATION Huntington Beach,CA 92648 COMPANY NAME SUBJECT: ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING, Ardurra Group, Inc. AND INSPECTION SERVICES LOCAL OFFICES Dear Selection Committee Members: 3737 Birch Street, Suite 250 In support of the City of Huntington Beach's Public Works Department,Ardurra Group,Inc. Newport Beach, CA 92660 (Ardurra)is poised and prepared to provide construction management(CM),materials testing, 949.428.1500 and inspection services for the City's on-call services contract.As we demonstrate in this proposal, 1960 E. Grand Avenue, , Suite 300 selecting the Ardurra team offers the City the following: El Segundo, CA 90245 310.359.1203 Multi-Discipline Team to Meet Task Order Needs.The core of Ardurra's overriding approach to managing tasks included as part of this contract will be our lead management AUTHORIZED REPRESENTATIVE staff who have long histories of providing similar services throughout Orange County and Dino D'Emilia, PE, F.ASCE, QSD Los Angeles County.Our team will be led by our Project/Construction Management Group Southwest Program& Construction Leader,Omar Alameddine and alternate project managers Gafur Oyewo and Tae Kim, Management Practice Director 1960 E. Grand Avenue, Suite 300 PE.Omar,Gafur,and Tae have at least 15 years of experience,including with design-build El Segundo, CA 90245 projects.They will be supported by Principal-in-Charge Dino D'Emilia,PE, F.ASCE,QSD, Office: 949.348.1017 who also has an extensive background with design-build projects.Mark Lewis,PE,TE Mobile: 714.458.0703 Email: ddemilia@ardurra.com and Debbie De Bow,PE will assist in an agency advisory role,as they bring substantial Huntington Beach experience to the team. PRIMARY CONTACT Omar Alameddine We offer a deep bench of 30+local construction managers and inspectors,backed by our Project/Construction Management project/documents control group and labor compliance experts.Our personnel includes Group Leader 1960 E. Grand Avenue, Suite 300 several Certified Construction Managers(CCM),Project Management Professionals(PMP), El Segundo, CA 90245 and registered Professional Engineers(PE),who also offer progressive design-build and Office: 310.359.1203 Mobile: 949.533.3012 design-build expertise. Email: oalameddine@ardurra.com A Collaborative Partner to Meticulously Manage Costs,Scheduling,and Quality ALTERNATE Control.Ardurra's approach to construction management is to implement a concise CM Gafur Oyewo and inspection program that protects the client's interests and provides a quality product. Inspection Group Leader/ We accomplish this by implementing a firm but fair policy in dealing with the contractor Sr. Construction Manager 1960 E. Grand Avenue, Suite 300 and enforcing general conditions,facilitating clear communications and complete El Segundo, CA 90245 documentation among all parties,and making sure that the contractor's desire for Office: 310.359.1203 Mobile: 612.232.4318 production doesn't supersede the need for safety or undue public impacts. Email: goyewo@ardurra.com June 13,2025 \ Page ii Ardurra is committed to implementing a well-managed project closeout process,compiling complete documentation,timely resolution of punch list items,and quick resolution to final change orders and payments. Successful Performance History with As-Needed Contracts.Ardurra's proposed professionals have built their careers providing these services,and we have managed all types of municipal infrastructure projects,including pump stations,lift stations,curb and gutter,sidewalks,pipelines,traffic signals,structures,road and bridge rehabilitation,and city facilities such as fire and police stations, community centers,beach and park restrooms,libraries,and city halls. — Ardurra has established and maintained effective working relationships with numerous cities in Orange County,including Huntington Beach.Some of our recent projects for the City have included the Alabama Street Alley Water Main Replacement(project management and labor compliance services),as well as building construction observation services for the Police Department Communications Center Renovation,Well 9 Roof Replacement,and Central Library Lower-Level ADA Restroom Improvements.Our team members have also assisted with project development and management services for projects such as Well 4 equipping;Well 9 H2S media replacement;sewer lining;Huntington Harbour storm drain check valves;Goldenwest landscape medians;and half-round drainage structures. - Understanding that schedules for municipal projects are not just goals,but imperatives to public service,Ardurra has routinely integrated strategies to accelerate a typical Design-Bid-Build(DBB)approach;and we also bring an arsenal of experience developing and delivering fast-track,expedited projects using methodologies such as Design-Build(DB),Progressive Design-Build(PDB), Construction Manager-at-Risk(CMAR),and Competitive Sealed Proposals(C5P). — Our team has worked on numerous federallyfundedprojects over the years,and we have an excellent track record for delivering exception free federally funded project oversight reviews and federal audits. One-Stop Shop for Project Success.To augment the team,we are partnering with these specialty firms:Geo-Advantec,Inc.for materials testing and special inspection;Twining,Inc.for deputy inspection;and Enterris Associates for project scheduling and added depth to our construction manager and inspector pool. Ardurra acknowledges receipt of the Q&A Set 1 responses issued June b,2025.Ardurra is willing to execute the Agreement as drafted. We appreciate this opportunity to present our qualifications and look forward to serving the City on this on-call contract.As Ardurra's authorized representative,please contact me or our Project Manager Omar Alameddine should you have any questions or need further information. Respectfully submitted, Ardurra Group,Inc. Dino D'Emilia,PE,F.ASCE,QSD Mark Levi., 'E,TE Southwest Program&Construction Management, Project 1.ector r • icipal Services Public Works&Transportation Practice Director 3737 Birch Street, Suite 250 ( Newport Beach,CA 92660 i 949.428.1500 I www.ardurra.com 533 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: NEW ✓CURRENT VENDOR Legal Contractual Name of Corporation: Ardurra Group, Inc Contact Person for Agreement: Dino D'Emilia, PE, F.ASCE, QSD Corporate Mailing Address: 1960 E. Grand Avenue, Suite 300 City, State and Zip Code: El Segundo, CA 90245 E-Mail Address: ddemilia@ardurra.com Phone: (949)348-1017 Fax: (949) 258-5053 Contact Person for Proposals: Omar Alameddine Title: Project/Construction Management E-Mail Address: oalameddine@ardurra.com Group Leader Business Telephone: (310)359-1203 Business Fax: (949) 258-5053 Is your business: (check one) :NON PROFIT CORPORATION ?FOR PROFIT CORPORATION Is your business: (check one) CORPORATION ill LIMITED LIABILITY PARTNERSHIP INDIVIDUAL I_SOLE PROPRIETORSHIP PARTNERSHIP _'UNINCORPORATED ASSOCIATION /\ ' ARDURRA City of Huntington Beach 16-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services 534 Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Ernesto Aguilar President/CEO &Director (786) 228-5666 Lisa M. Penna Regional Director (949) 922-2800 Carmen Kasner Southwest Operations Director (760) 525-9995 Dino D'Emilia Southwest Program/Construction (949)348-1017 Management Practice Director Federal Tax Identification Number: 591782900 City of Huntington Beach Business License Number: A308891 (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: September 30, 2025 /\ ARDURRA City of Huntington Beach 16-13-2025 iv On-Call Construction Management,Materials Testing,and Inspection Services 535 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?YIN (circle) A. Construction Management (a)1 No } E(\linitial)Consultant is willing to execute the Agreement as drafted(See Appendix B). 6nitial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Ardurra Group, Inc. Firm Address: 1960 E. Grand Avenue, Suite 300, El Segundo, CA 90245 Signature: Date: June 13, 2025 Dino D'Emilia, PE, F.ASCE, QSD Southwest Program&Construction Management, Public Works&Transportation Practice Director /\ ARDURRA City of Huntington Beach 6-13-2025 v On-Call Construction Management,Materials Testing,and Inspection Services 536 D. SERVICE CATEGORY , ARDURRA (CM, MATERIALS TESTING, INSPECTION) 1. FIRM QUALIFICATIONS CALIFORNIA Ardurra Group,Inc.(Ardurra)is a relationship-based,professional OPERATIONS Sacramento services organization primarily serving municipalities for the past 48 • PROVIDED l oakdale ��� SERVICES TO years.With over 1,850 employees in 85 offices nationwide,Ardurra San Jose j 0 0 Bakersfield STAFF IN is a Top 500 ENR-ranked,rapidly growing company of experts, AGENCIES 9 engineers,and construction management professionals committed Los Angeles _, OFFICES THROUGHOUT Newport Bea Temecula CALIFORNIA to deliveringqualityservices andpractical solutions. Oceans' e; San Diego. Our core service areas include public works and water/wastewater ARDURRA'S OFFICE PROXIMITY planning,design,construction management,and inspection; TO CITY'S OFFICE EL SEGUNDO NEWPORT BEACH traffic and transportation engineering;project management; 33 10 labor compliance;grant administration;environmental;land MILES MILES development;emergency management;structural engineering; survey;as well as public outreach,plan review and plan check,and NATIONWIDE code compliance enforcement. + OPERATIONS Responsiveness — We Are There When You 1 , 850 Need Us! STAFF IN •4-- 85+ Ardurra is proud of the reputation we have established and the OFFICES style in which we deliver our services based on the investment and ��,• ownership responsibility we place on every single project. We are motivated to exceed the City of Huntington Beach's expectations.Our staff is our greatest resource,and we continue to grow to meet the needs of our clients.With offices throughout California,the Ardurra team provides local subject matter experts with the availability and resources to be responsive to the City's needs.We strive to develop close working relationships with our clients so we can move quickly in response to client needs.We can provide on-the-spot assistance with an emergency situation or a fast-track project while maintaining sufficient staff and resources to manage large multi- discipline projects. l.a. DEMONSTRATED CAPABILITIES With an emphasis on practical,experienced,and cost-effective solutions,Ardurra specializes in delivering construction management and administration,inspection,and labor compliance services for the successful and efficient completion of public agency projects.Having maintained an office in Orange County since 2005,municipalities throughout Southern California have entrusted us with their construction management and inspection needs.Our capabilities range from local agency public works improvements to major transportation projects and public building facilities projects,as well as managing multi-project capital improvement programs for public agencies. n/ ARDURRA City of Huntington Beach I6-13-2025 on-Call Construction Management,Materials Testing,and Inspection Services 537 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) CONSTRUCTION MANAGEMENT&ADMINISTRATION: WE DEPLOY TIME-TESTED PROCEDURES AND Our team has experience with a wide range of projects,including BEST MANAGEMENT PRACTICES FOR THE roadway and bridge reconstruction,streetscape revitalization, MOST VITAL PROJECT ELEMENTS pavement rehabilitation,sidewalk and ADA pedestrian ramp installation,drainage improvements,parks,playgrounds,shade Safety ✓ Utility coordination structures,sports fields,decorative concrete sidewalks,landscaping, ✓ Public outreach Documentation ✓ Schedule review protocol& irrigation,traffic signals,street lighting,water feature construction, communication water and sewer treatment and pumping facilities,storage,and ✓ Change management ✓ Quality assurance pipeline installation/rehabilitation,as well as managing multi-project ✓ Claims avoidance ✓ Labor compliance capital improvement programs and alternative delivery methods.In ✓ Measurement& addition to the typesof projects mentioned above,we also provide payment ✓ Project commissioning, acceptance&closeout vertical CM and inspection on projects such as fire stations,police J Budget and cash flow departments,recreation centers,and libraries. As we demonstrate in 1.c.References and 1.e.DB/PDB Experience,our team is experienced with Design-Build(DB)and Progressive Design-Build (PDB)delivery methods,supporting collaborative efforts and coordinating with designers and contractors,and we can assist through every phase of a project. Not only is Ardurra successful at delivering CM services,but our professionals are considered leaders in the industry.They are frequently engaged to train public agency staffs and develop or improve standardized public agency department systems,procedures,and processes that incorporate industry best practices across capital project and development permit delivery.We have expert in-house resources including former Public Works Directors and City Engineers who offer valuable insight from a municipality's perspective and are continuing to improve the efficiency and effectiveness of the municipal engineering process. Our staff members maintain current registrations/certifications in their respective specialties,including registered Certified Construction Managers(CCM),Project Management Professionals(PMP),Professional Engineers(PE)and Qualified SWPPP Practitioners(QSP)and/or Qualified SWPPP Developers(QSD).Our team is well-versed in CPM scheduling,construction means and methods,web-based documentation, WATCH requirements,Caltrans Local Assistance Procedures Manual,Greenbook General Specifications,and water pollution control regulations. Our team has worked on numerous federally funded projects over the years and has well-established and proven templates that have been used as examples by Caltrans.We have an excellent track record for delivering exception free federally funded project oversight reviews and federal audits. INSPECTION:Ardurra maintains a seasoned group of public works inspectors,with the majority of our personnel bringing 25 years or more of related experience.Having spent most of their careers in Southern California,our team understands local agency requirements and construction standards.Our inspectors are effective in ensuring contractor compliance with plans and specifications,performing administrative duties,and managing the required documentation. !RDURRI City of Huntington Beach 16-13-2025 % 2 On-Cat Construction Management,Materials Testing,and Inspection Services 538 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) Our inspection team has the experience and know-how of construction equipment,materials,methods,and workmanship for the specific work to be performed on the City's projects.Our inspectors are competent,knowledgeable and conform to California Building Standards Code/Title 24,City/County codes and ordinances,federal grant requirements,Caltrans Local Assistance Procedures Manual,Greenbook,APWA standards,and,where appropriate,LEED,DSA,and OSHPD standards.Clients rely on our inspectors for their ability to interact professionally with contractors,engineers,property owners,business owners,and the public at large;coordinate with other city personnel;promote quality customer service;and respond promptly and courteously to requests. LABOR COMPLIANCE:Ardurra's labor compliance specialists work proactively and cooperatively with contractors to monitor and enforce the municipality's and funding agency's requirements.Our experts have a working knowledge of labor compliance requirements on State DIR-controlled projects,as well as Federal Davis-Bacon controlled projects necessary to assist the City with ensuring compliance with project funding requirements.Items regularly reviewed and documented as part of these services include project signage and posting of proper notifications,apprentice request submissions,initial labor compliance documentation,DIR registration,weekly certified payroll submission, and labor compliance field interviews. MATERIALS TESTING:Ardurra has teamed with Geo-Advantec,Inc.(GAI)to provide materials testing and special inspection services. GAI holds current on-call geotechnical and/or material testing contracts with multiple cities and municipalities and has performed work of a similar nature to the City's REP.GAI inspectors and technicians carry multiple certifications and are certified by ICC,Caltrans,and City of Los Angeles,and are highly qualified to work on public works projects.GAI owns a full-service soils/materials/asphalt in-house laboratory accredited by Caltrans,AASHTO,City of Los Angeles,Army Corps of Engineers,and Division of the State Architect.The key elements to GAI's success in performing and delivering geotechnical construction observation and materials testing services during construction include assigning a full-time project manager,who will be the only point of contact;effective communication between the project manager and the City-assigned representative for the project;project management skills;technical approach for monitoring,testing,and inspection services; scheduling and time control;budget control;and quality control. Lb. KEY PERSONNEL & SUBCONSULTANTS By selecting the Ardurra team,the City will be partnered with a qualified,complete,and responsive team.The table below highlights the qualifications of our key staff,and is followed by a brief overview of our specialty subconsultant partners.A comprehensive organization chart is illustrated in Section 2.Preferred Staffing,and abbreviated resumes and certifications for our key staff are provided in the appendix. TABLE 1. KEY PERSONNEL QUALIFICATIONS TEAM MEMBER/FIRM ROLE COMM SAMPLE PROJECTS Dino D'Emilia, PE, F.ASCE, QSD Principal-in-Charge 34 years Roundhouse Marine Studies Lab and Aquarium Ardurra (DB), Manhattan Beach Mark Lewis, PE,TE Quality Control, 40 years Huntington Beach Sewer Lining; Half Rounds; Ardurra Agency Advisor Goldenwest Landscape Medians;Well 4 Equipping Deborah De Bow, PE Quality Control, 42 years Former Huntington Beach Acting City Engineer Ardurra Agency Advisor Irvine Public Safety Training Center ARDURRA City of Huntington Beach 16-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services 539 • D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) Table 1. Ke Personnel Qualifications cont'd Y � ) TEAM MEMBER/FIRM ROLE EXPERIENCE SAMPLE PROJECTS Omar Alameddine Project Manager, 19 years Alabama Street Alley Water Main, Huntington Beach Ardurra Construction Manager Orangewood Avenue Improvements, Anaheim Gafur Oyewo Alternate Representative, 15 years Huntington Beach Facilities Inspection Ardurra Construction Manager Knott Ave.Water Main— Phase 1 DB, Anaheim Tae Kim, PE Alternate Representative, 25 years Metro Green Line Extension from Redondo Beach Ardurra Construction Manager to Torrance(Design-Build) John Wolitarsky, CCM Construction Manager 39 years South Bay Intermodal Transit Center, Redondo Beach Ardurra Cypress Police Department Modernization Martha Napier, CCM, PMP, LEED AP Construction Manager 30 years Jeffrey Road Widening Phase 1, City of Irvine Ardurra Quiet Zone, Placentia Alan Hargis, CCM Construction Manager 16 years District Office Renovations, Elsinore Valley MWD Ardurra Palomar Wells, Elsinore Valley MWD Will Hernandez, PMP Construction Manager 28 years PDB of the Rincon del Diablo MWD Administration Ardurra and Operations Building — Phase 1 Rakan Khraisat, PMP, CMIT Construction Manager, 12 years Orangewood Avenue Improvements, Anaheim Ardurra Inspector Imperial Hwy/Big Sky Ln Water Main DB,Anaheim Joe Stoakley, PE, QSD Construction Manager 21 years Boys&Girls Clubs ADA Improvements, Ardurra Fountain Valley Anh Case, PE, CCM Construction Manager 27 years OCTA SR-22 Design-Build Enterris Associates OCTA I-405 Design-Build Improvement Project Eric Egurrola Inspector 27 years Palos Verdes Recycled Water Pipeline&Pump Ardurra Station Projects, West Basin MWD ADA Facility Improvements, Irvine Nathan Wolitarsky inspector 12 years Ford Park Regional Aquatic Center, Bell Gardens Ardurra Cypress Senior Center Interior Improvement Chip Vanderbeek, QSP Inspector 47 years Giordano Regional Transit Center,Torrance Ardurra Manhattan Village Senior Villas ADA Pathway Manhattan Beach Lance Castro, CMIT Inspector 12 years PDB of the Rincon del Diablo MWD Administration Ardurra and Operations Building — Phase 1 Jay Jordan Inspector 20 years PDB of the Rincon del Diablo MWD Administration Ardurra and Operations Building — Phase 1 Danny Robinson Inspector 29 years PDB of the Rincon del Diablo MWD Administration Ardurra and Operations Building — Phase 1 Ronald Hanson, CEG, PG Materials Testing& 39 years South Bay Intermodal Transit Center, Redondo Beach Geo-Advantec Special Inspection Torrance Transit Park and Ride Regional Terminal, Phase I — Rough Grading John Cromer Materials Testing& 12 years Cordova Complete Street Project, Pasadena Geo-Advantec Special Inspection South Bay Intermodal Transit Center, Redondo Beach Michael Edwards Project Scheduler 35 years Port of Los Angeles Pier 400(APM Terminal) Enterris Associates City of Bakersfield Centennial Corridor Mainline ARDURRA City of Huntington Beach 16-13-2025 4 On-Call Construction Management,Materials Testing,and Inspection Services 540 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) ARDURRA MANAGEMENT TEAM Serving as Principal-in-Charge is Dino D'Emilia,PE,F.ASCE,QSD.He has delivered public works infrastructure projects valued at more than $1 billion for public agency clients.His abilities as a project and construction manager are highlighted with the City of Long Beach's$103.1 M Belmont Pool Rebuild and Revitalization,and the City of Torrance's$21 M Transit Center Project and$15M Del Amo Boulevard Extension.He has played critical roles on infrastructure projects to build,renew and upgrade freeways,city streets,transit centers,pedestrian paths,light rail,water mains,sewers,storm drains,greenbelts,soccer fields,and recreation centers.Working in tandem with the contract manager,Dino will provide technical oversight and make sure the City's expectations are met or exceeded. We are proposing Mark Lewis,PE,TE in the role of quality control and agency advisor.He brings extensive knowledge of Huntington Beach having assisted the City during the transition in the Utilities Division as well as providing project development and management services for projects such as stormwater pump station upgrades,sewer lateral program,waterline construction,and on-site chlorine generation conversion.Debbie De Bow will also assist in the capacity of agency advisor. Having worked at the City of Huntington Beach for more than 20 years,including as Acting City Engineer,Debbie offers the team valuable insight. Omar Alameddine will serve as Project Manager and Primary Contact,and Gafur Oyewo and Tae Kim,PE will act as Ardurra's alternate representatives in the event that Omar is unavailable.As administrator of this contract and the main point of contact,Omar is prepared to respond to a variety of requests from the City to execute each task order to meet your needs.Once a task order is received,Omar will review the scope and provide the City with resumes of available staff with the best mix of experience and expertise for the task assigned.He is familiar with the City,as he is assisting with the City's Alabama Street Alley Water Main Replacement project.Gafur is our Inspection Group Leader and will assist Omar with inspector assignments.Gafur was the contract administrator for the team performing building construction observation services for Huntington Beach's Police Department Communications Center Renovation,Well 9 Roof Replacement,and Central Library Lower-Level ADA Restroom Improvements projects.Tae is highly skilled at managing design teams and subcontractors for alternative delivery contracts,such as design-build and public-private partnerships(P3s),and at navigating project budget and contract negotiations for preliminary design,procurement,construction phases.Tae is also experienced at performing value engineering/risk engineering analyses to reduce construction costs and schedule risk for design-bid-build and design-build projects. SUBCONSULTANTS Our service is greatly facilitated by the working relationships we have in place with our local specialty subconsultant partners.Ardurra has worked extensively with these exceptional firms.This long-standing alliance enables a streamlined approach and smooth coordination.Below is a list of our subconsultant partners,including their role on this contract and a brief overview of their qualifications. Geo-Advantec, Inc. I Materials Testing & Special inspection Founded in 2012,GAI provides a full range of responsive and quality geotechnical engineering consulting services for all phases of projects from conceptual design through construction.GAI offers the experience and strengths of a larger firm with the hands-on managers/principals and responsiveness of a smaller firm.GAI is an S Corporation firm incorporated in California,with full-service office headquarters located in San Dimas, California,where all the required services will be managed.GAI owns a full-service soils/materials/asphalt in-house laboratory accredited by Caltrans;AASHTO,in conformity with the requirements of the AASHTO Accreditation Program(AAP),AASHTO R-18,ASTM D3740,and ASTM E329; /\ ARDURRA City of Huntington Beach i 6-13-2025 5 On-Call Construction Management,Materials Testing,and Inspection Services 'z 541 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) City of Los Angeles;Army Corps of Engineers;and Division of the State Architect.GAI is registered with the Department of Industrial Relations(DIR) #1000017767.GAI is a certified SBE with the Department of General Services(SB Micro),LA Metro,the City of Los Angeles,and the San Diego County Water Authority,among multiple other entities.Services and capabilities include geotechnical and geological engineering;geotechnical earthquake engineering;pavement engineering;field grading monitoring and soil testing;soil,asphalt/paving field inspection;soil,asphalt,and materials laboratory testing;and special inspections for concrete,steel,welding,masonry,rebar,bolts,etc. Twining, Inc. I Deputy Inspection Twining's legacy spans more than 127 years.Founded as a family business in 1898,it has grown into one of California's leading providers of geotechnical engineering design,materials testing,and construction inspection services.Recognized by state and local agencies,developers, contractors,and industry professionals,Twining is known for delivering high-quality,reliable,and timely services that meet regulatory compliance.Our expertise in geotechnical and civil engineering,including the testing of asphalt,soils,steel,and other construction materials, strengthens our contributions to the asphalt construction industry and beyond. Geotechnical engineering Forensic evaluation of Concrete for pavements& Roofing&waterproofing Nondestructive examination existing structures infrastructure inspection Materials testing laboratory Applied research&materials Asphalt pavement , Plan review&inspection - Vibration monitoring engineering engineering design 1 Building material evaluations Stormwater site monitoring Concrete technology& '= Construction quality &specialized testing &SWPPP concrete insight assurance programs . Petrographic laboratory a Mobile laboratories Enterris Associates I Project Scheduler, CM and Inspection Support, Electrical Inspection Enterris Associates is a full-service consulting firm,focusing on program and project management,construction management,contract administration,engineering,inspection,project controls,risk analysis and mitigation,claims,compliance,and dispute resolution for the public sector,private sector and utility clients.Enterris is a certified minority-owned business(MBE 21000934)by the California Public Utilities Commission,LACMTA certified SBE,and California Unified Certification Program certified DBE(50810). Enterris staff has experience on projects such as the OCTA 1-405 Design-Build Improvement Project,OCTA I-605/Katella Improvement Project, SBCTA 1-10 Contract 1 Design-Build,the City of Bakersfield EB58/NB99 7th Movement Loop Connector Project,the City of Seal Beach Annual Pavement Program,the City of Carson Sepulveda Bridge Widening Project,the City of Camarillo US101/Springville Interchange Project and the City of San Marcos Borden Bridge Project. Headquartered in Orange County,California,Enterris was formally incorporated in July 2021.Despite being relatively newly established,in July 2024,Enterris formally acquired and integrated PQM Inc.,a long-established quality management and advisory services firm and their personnel are now part of the Enterris family.Therefore,though Enterris remains a young emerging business,current staff of Enterris and formerly PQM employees bring a wealth of experience in a variety of services to the many clients/owners. ARDURRI\ City of Huntington Beach 16-13-2025 6 On-Call Construction Management,Materials Testing,and Inspection Services 542 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) Enterris's suite of services includes: Project/Program Delivery 2 Procurement Process • Scheduling Claims Mitigation and Planning and Program Management ■ Inspection Management Development .- Risk Management ? Contract Administration Emergency Response 9 3 - Program Management Risk Analysis `` Project Administration Management and Controls Design Management 2 Budget&Cost Analysis 2 Executive Advisory Services rl Construction Management 1.c. REFERENCES Our reputation for providing quality services has been confirmed by our ongoing relationships and extended on-call contracts with numerous agencies throughout the region.Our team's experience,together with our constant team communication and our quality control approach,has provided us with a solid track record of meeting schedules,effectively adapting to _ unforeseen challenges,and maintaining costs. ��1=111 Below are some of our representative projects,along with client references who will attest to our quality of service.Our ell, team has experience with design-build and progressive design-build project delivery methods.Some of these DB and PDB DB or PDB ¢' ro ect delivery are described below and marked with this icon .� for quick reference.This team has additional design-build project experience,and we would be happy to provide more project descriptions and/or resumes with more detail upon request. DISTRICT ADMINISTRATION & OPERATIONS BUILDING PDB — PHASE 1 ) Rincon Del Diablo MWD DATES OF CONTRACT IJ This project involves the design and construction of new Administration and Operations 9/2024—present 4 I buildings,totaling approximately 14,000 square feet using a Progressive Design-Build PERSONNEL Scott Adamson(PIC);Will Hernandez(Sr.CM); (PDB)delivery method. Bradley Waldrop(Structural);Lance Castro and Jay Jordan(Inspectors);Danny Robinson Ardurra assisted the District with a comprehensive range of professional services (Inspector/RE) to support the successful delivery of the project.These services included project CLIENT CONTACT management,document control,risk management,design and technical review, Shawnele Morelos,Engineering Manager Email:smorelos@rinconwater.org environmental compliance,and construction oversight. Phone:760.745.5522 x506 A key aspect of Ardurra's role was providing in-depth support during the Guaranteed Maximum Price(GMP)Proposal Phase,where the team independently validated cost estimates,monitored open-book pricing,and guided the District through GMP negotiations.Ardurra reviewed PDB-submitted GMP documentation,assessed construction schedules and schedule of values,and offered strategic recommendations to ensure a fair,transparent, and cost-effective GMP agreement aligned with the District's objectives. /\ tRDURR1\ City of Huntington Beach 16-13-2025 ';- On-Call Construction Management,Materials Testing,and Inspection Services 543 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) ON-CALL CM/ENGINEERING SUPP0RT/TESTING &INSPECTION SERVICES f City of Huntington Beach DATES OF CONTRACT Under an on-call contract since 2020,Ardurra has supported the City of Huntington 10/2020—present Beach on the following projects. PERSONNEL Omar Alameddine(PM/CM);Mark Lewis(PM); =_ Alabama Street Alley Water Main Replacement Project—Ardurra is Gafur Oyewo(Inspection Services Manager) providing project management and labor compliance services for this water main CLIENT CONTACT replacement and pavement reconstruction project.The project involves replacing Lill Hernandez,Principal Civil Engineer Email:LHrnandez@surfcity-hb.org approximately 600 linear feet of water main with new 6-inch(-900 water main Phone:714.501.5646 along with associated appurtenances and reconstructing all alley pavement, David Fait,Construction Manager including approaches and cross gutters,with new concrete pavement.The affected Email:David.Fait@surfcity-hb.org Phone:714.375.5062 areas include alleys from Memphis Avenue to Lincoln Avenue,and the north-south alley from Lincoln Avenue to Knoxville Avenue. rl Edinger Avenue Sewer Improvement—Ardurra provided construction management for this project that included sewer upgrade, dewatering operations,sidewalk and median restoration,pavement grind and overlay,landscaping and signing/striping.APWA BEST Project of the Year Award El Sewer Lining FY 2022/2023—Ardurra managed this project that included the cleaning,CCTV,and lining of 25,000 linear feet of existing sewer line,rehabilitation and lining of 84 manholes,and re-establishment of all private sewer laterals into the main line. Ardurra was charged with providing project management and project controls for the project through completion.Ardurra was brought in halfway through the project as it had stalled and the City needed assistance to get the contractor refocused and back on track.Once we took the reins,the project proceeded on track and was completed in a timely manner without further interruptions or issues.There was one change order on the project that was contentious between the City and contractor.Ardurra's Project Manager,Mark Lewis, worked with both parties to settle the matter amicably. s Police Department Communications Center Renovation Project—Provided building construction observation services for the following phases:rough framing,rough MEP,drywall,and final. a Well 9 Roof Replacement—Provided building construction observation services for the roof steel framing installation;metal roof deck installation;roof deck concrete fill placement;concrete sampling and compression testing;CMU drill and adhesive anchor installations; electrical removals and installations;mechanical removals and installations;and final inspection&walkthrough. 4= Central Library Lower Level ADA Restroom Improvements Project—Provided building construction observation services for the following phases:rough(wall)framing;joist&metal stud connections;drywall installations;mechanical removals&installations; electrical removals&installations;plumbing removals&installations;ADA compliance inspections;and final inspection&walkthrough. City of Huntington Beach 6-13-2025 ��/ R�UR R On-Call Construction Management,Materials Testing,and Inspection Services 544 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) ON-CALL CONSTRUCTION MANAGEMENT SERVICES City of Anaheim I v DATES OF CONTRACT Since 2017,Ardurra has been providing PM/CM services to oversee completion of more 7/2017—present than$90 million in capital improvement projects involving utility undergrounding, PERSONNEL Dino D'Emilia(PIC);Omar Alameddine(CM/ water/wastewater,street improvements,telecommunications,and structural.Our Contract Administrator);Gafur Oyewo(CM/ proactive approach,constant communication including several meetings prior to Contract Administrator);Scott Adamson(RE); Don Wren,Jr.(Inspector);Dustin Blackwell, construction help facilitate and expedite permit reviews and approvals,as well as Mahina Siu,Rakan Khraisat,Adam Banihamed schedule of work coordination.As a result of Ardurra's successful record of performance, (Documents Control/Labor Compliance) CLIENT CONTACTS the City extended our agreement based on the successful completion of various projects. Jake Hester,Water Engineering/Design Manager Representative projects include: Email:jhester@anaheim.net Phone:714.765.4421 Orangewood Avenue Improvements(APWA BEST Award;ACECCA Merit Raul Garcia,Construction Services Manager Award;CMAA SoCal Award;ASCEOCAward)—Multi-faceted road widening project, Email:rgarcial@anaheim.net Phone:714.765.5255 including electrical undergrounding and new water mains. C ' DB Underground Conversion Plan Projects;Underground District Nos.57(Phase 2),62(Phase 2),63,65(Phases 1 & 2),68,&Wanda 12kV—Relocation of overhead power and communications systems underground.Tasks involve undergrounding 69kV transmission and 12kV distribution systems,installing streetlights and service connections,and demolishing overhead power, telephone and cable television lines. Telecommunications Poles Coordination and Inspection—Inspections for installation of streetlight pole foundations. Lincoln Ave.16-inch Water Main from Beach Blvd.to Dave Ave.—Water main replacement and asphalt concrete paving.The project replaced about 3,900 linear feet of 10-inch cast iron pipe with 16-inch ductile-iron pipe. c: Indiana Street Design-Build Water Main Replacement—City's first design-build project consisted of the construction of W•lv approximately 2,400 LF of 6-inch ductile iron CL 52 zinc-coated water main,and 200 LF of 8-inch ductile iron CL 52 zinc-coated water main located along Indiana Street between Broadway and South Street.The project also included the replacement of fire hydrants, valves,water services,and appurtenant structures. Imperial Highway&Big Sky Lane Water Main Replacement—Design-build project consisted of the construction of Ilr' approximately 3,580 LF of 12-inch C909 water main,1,542 LF of 8-inch C909 water main,and 250 LF of 4-inch C909 water main located along the intersection of Imperial Highway and Big Sky Lane. Cos a Holbrook Street Phase 1 Water Main Replacement Design-Build—Abandonment of 4"/6"/8"CIP,installment of 4"/6"C900 pipe,replacement of domestic services and meters,fire hydrants,valves and other appurtenant work.This project also included traffic control,removal and restoration of existing improvements,excavation,backfill,shutdowns,dewatering,temporary high-lining of water service,hydrant installation,coordination with water service customers,chlorination,dechlorination,pressure testing. ■ Fire Station No.5(APWA BEST Award)—Design-build 9,400-SF fire station housing up to 8 firefighters;parking,driveways,sidewalks, • fences,landscaping,water,sewer,gas,telephone,cable,electric utilities,transmission lines and facilities. ARDURRA City of Huntington Beach 16-13-2025 9 On-Call Construction Management,Materials Testing,and Inspection Services 545 . SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) La Palma Water Complex—Reservoir Rehab&Pump Station Replacement—Demolition of 3-MG reservoir&pump station; rehab of 4-MG reservoir,construction of new pump station and abandonment of inactive well. Li Rehabilitation of Pressure Regulating Stations(PRS)—Rehab of PRS 30&31,relocation of PRS-32&-43,construction of new PRS-73;overseeing the closeout of the PR-58,M-2 and M-8. Gene Autry Way Widening—The project widens a portion of Gene Autry Way from four lanes to six lanes,divided by a new median.Safety is now improved with new traffic signals,striping and sidewalks.The road's appearance is enhanced with new median landscaping.New storm drains and catch basins efficiently drain heavy rainfall events in a more environmentally sound manner. Citywide Sanitary Sewer Improvement Program/Projects,Group 6—$2M project to build more than 4,200 LF of 24-inch,18- inch,15-inch and 10-inch VCP sewer mainline;included 19 manholes,removing the existing mainline and manholes,rebuilding the street and installing new traffic loops,striping and pavement markers. ON-CALL PROJECT&CONSTRUCTION MANAGEMENT SERVICES I City of Lakewood DATES OF CONTRACT Ardurra is providing CM services for the City of Lakewood.Example projects under this 6/2024—10/2024 on-call contract are highlighted below. PERSONNEL Gafur 0yewo(CM);Mark Lewis(PM);Dino Tot Lot Playground Improvements to Biscailuz Park&Playground D'Emilia(PIC);Kelly Leyva(Assistant CM/Project Controls) Improvements to Boyar Park—This project includes infrastructure improvements CLIENT CONTACTS at two parks.The scope includes removal of existing sand,play equipment and Samantha Chambers,Project Manager concrete foundations,grading,removal and replacement of chain link fabric, Email:Schambers@lakewoodca.gov Phone:562.712.9955 installation of new owner furnished contractor installed play equipment,new resilient Kelli Pickier,Director of Public Works rubberized surfacing,and miscellaneous related improvements at Biscailuz and Boyar Email:kpickler@lakewoodcity.org Parks.Ardurra provided CM and inspection services in the field and ensured contractor Phone:562.209.0037 compliance with plans and specifications. n Corner Lot Park Development Project—Ardurra is providing project management to develop this space into a community focal point for passive use,community gatherings and events,farmer's markets,etc.The project is currently in the design phase,and Ardurra will manage the project through construction. ON-CALL PUBLIC WORKS CONSTRUCTION MANAGEMENT& INSPECTION I City of Long Beach Ardurra is providing the City of Long Beach with on-call CM and inspection services geared toward a wide range of public works projects,from street rehabilitation to storm drains.Representative projects include: Belmont Myrtha Pool Repairs,Phases 1&2—Spalled&cracked deck concrete and stair treads;exposed deck reinforcing steel;corroded stair steel pans&structural support;upgraded drainage system;bleachers;replace corroded fencing Belmont Plaza Pool Rebuild/Revitalization Project—Procuring contractors through the City's JOC Program;managing demolition;oversight of an office,temporary aquatics lobby and temporary restroom&shower facilities nRDuRR A City of Huntington Beach 16-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services ttt 546 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) Alamitos Beach Concession Building(Aar CA&CMAAAwards)—2-story beach DATES OF CONTRACT restaurant,secure beach restroom,beach rental facility,playground,fitness stations, 2016—present pickup/drop-off plaza,bike share station,EV parking stalls,LID improvements PERSONNEL Dino D'Emilia(PIC/PM/CM);Joe Stoakley u 3rd and Broadway Cycle Track(ACECCA Award)—Improvements to 2 mile- (CM/Inspector);John Wolitarsky(CM);Omar long protected bike lanes Alameddine(CM/Inspector);Dustin Blackwell (Assistant CM/Project Controls/Labor Compliance) Daisy-Myrtle Bicycle Boulevard(ACEC CA Award) —Construction of 9.5-mile CLIENT CONTACTS Class 1 bikeway Eric 0.Lopez,Public Works Director 6th Street Bicycle Boulevard—Construction of 2.5-mile Class 1 bikeway, Email:hoe56 .Eric.Lopez@longbeach.gov Phone:562.570.5690 traffic circles,roundabout,curb extensions,bioswales,bike loop detection to Josh Hickman,Public Works Deputy Director existing traffic signal,signage,fresh pavement markings Email:Joshua.Hickman@longbeach.gov Seaside Way Pedestrian Bridge(ACECCA&APWA Awards)—605-foot-long Phone:562.570.5714 pedestrian bridge with deck,canopy of LED lights,seating and landscaping 1- 2 Drake Soccer Field Project—2 soccer fields,a basketball court,parkway with trail,parking lot,new lighting and landscaping a Rainbow Harbor Commercial Sewage EVAC System Replacement—Replacement of sewage EVAC pump-out,abandonment of previous pump-out system,valve installation and hose replacement a Beach Maintenance Clarifier Project—Installation of water recovery system to collect&treat wastewater overflow a Heartwell Park Central Irrigation Renovation—Pre-construction services,reviewing plans&specs for construction ON-CALL MUNICIPAL, STAFF AUGMENTATION & INSPECTION SERVICES f City of Lake Forest DATES OF CONTRACT Ardurra has provided municipal and staff augmentation services,as well as inspection 2011 —present and landscape inspection services as needed since 2011.Construction inspection has PERSONNEL involved ADA ramps,street lighting installations,all encroachment permit projects, Mark Lewis(PM);Omar Alameddine(Inspection Services Manager);John Dela Cruz,Chip grading,storm drain,wet and dry utilities,curb and gutter,sidewalks,and all restoration Vanderbeek(Inspectors);Brian Dong(Landscape projects within an encroachment permit.Representative projects include: Architectural Construction Inspector) CLIENT CONTACT -- 13 CIP Projects—Ardurra is providing project management of 13 CIP projects with Douglas Erdman,Assistant City Engineer Email:derdman@lakeforestca.gov four separate design consultants,coordinating with multiple agencies and funding Phone:949.282.5233 sources.Providing design solutions and constructability approach recommendations that are being implemented to meet funding and delivery deadlines. Providing review and update of developer funding matrix and suggestions for how to manage multiple funding sources best.Also providing additional municipal engineering assistance with traffic operations,traffic engineering,and transportation management for capital improvement projects,including developing traffic engineering policies,traffic commission agenda reports,reviewing development projects as they relate to traffic impacts,school traffic programs,and daily traffic engineering questions/concerns. a Baker Water Treatment Project—Working in conjunction with Irvine Ranch Water District and installation of 36-inch CMCL pipe a Opportunity Studies Area—Inspection of the catch basin insert project ARDURR1 City of Huntington Beach l 6-13-2025 71 On-Call Construction Management,Materials Testing,and Inspection Services 547 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) ; Portola Center—98-acre,gated community with a park included rough and precise grading of about 4.5 million cubic yards of cut- and-fill material,construction of single-family homes,parking,restrooms retail,private community parks and a trail system.Included more than three miles of drainage installations including headwalls,dissipaters,riprap,70 catch basins,and several miles of concrete terrace drains and hydropod basins.Also included mechanically stabilized earth walls,a combination of block and geogrid with selected backfill and soil nail walls.A new intersection is being constructed that includes traffic signals as well as median construction with irrigation and landscaping. City Landscape Inspection—Inspection of landscape materials in public right-of-way,stormwater detention,constructed wetlands, housing tracts,parks,play areas,and commercial projects. PROJECT MANAGEMENT/OVERSIGHT ASSISTANCE FOR NEW HO BUILDING I East Orange County WD DATES OF CONTRACT The Ardurra team collaborated with District management to determine a project delivery 8l2021—2/2023 method that best fits the District's goals,and assisted the District with a best value PERSONNEL design-build selection of the contractor for the construction of a new 6,000-SF EOCWD Dino D'Emilia(PIC) Mark Lewis(PM) headquarters building and site.Assistance provided included design considerations, CLIENT CONTACT delivery method options,entitlement considerations,budgetary considerations, Dave Youngblood,General Manager alternative energy solutions,and architectural compatibility with District history,City Email:dyoungblood@eocwd.org Phone:714.538.5815 planning,and neighborhood aesthetics for style,mass,and scale. ON-CALL PROJECT& CONSTRUCTION MANAGEMENT SERVICES I City of Irvine DATES OF CONTRACT Ardurra is currently providing project management services for the following projects: 10/2023—present INPublic Safety Improvements—Ardurra is providing project management P ERSONIsEL Debbie De Bow(PM) support and engineering coordination for public safety projects,including CLIENT CONTACT schematic,conceptual,design development,and construction phases.Projects Sean Crumby,Interim City Manager include tenant improvements for the Locker Room Expansion Project,and the Email:SeanCrumby@cityofirvine.org Phone:949.724.6070 Dispatch Area and radio room,as well as staff support services for conceptual design and programming for a new Public Safety Training Center. Irvine Great Park Bridges—Ardurra is serving as project manager for eight multimodal bridges in the Irvine Great Park for pedestrian,bicycle,and vehicular use.Responsibilities include coordinating and interfacing with extensive City staff and a team of over a dozen consultants(e.g.,architect,structural,geotechnical,electrical,site civil and electrical engineers)to deliver design,bid services, and ultimately construction of the of the bridges for pedestrian,bicycle,and vehicular use. Civic Center Expansion Project—Ardurra is providing project management and engineering support for a proposed major Civic Center expansion project.Responsibilities include coordination with the City's team,architect,and structural,mechanical,and electrical engineering consultants,as well as with end users. A R DUR R A City of Huntington Beach ] 6-13-2025 12 On-Cat Construction Management,Materials Testing,and Inspection Services 548 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) 1.d. BENEFITS TO THE CITY EXCEEDING YOUR REQUIREMENTS The City of Huntington Beach has an ambitious capital improvement program underway for roads,water and sewer facilities,structures and ✓ A team you can trust that responds quickly to your needs more to help meet the community's needs.Knowing that selecting the v' A comprehensive local resource deeply invested in the City's right team can make all the difference in reaching this objective,the success Ardurra team has the experience and the depth of resources to assist the A deep bench of highly competent and experienced certified professionals who deliver successful projects on time and City with its construction management,materials testing,inspection, budget and labor compliance needs. v Experienced with design-build and progressive design-build project delivery Our team has provided numerous services under as-needed contracts,so Preferred staffing requirements met—our team includes we know how to develop a comprehensive team for all your construction certified construction managers,project management management needs.All of this experience has taught our team effective professionals,registered professional engineers,certified resource management,scheduling,trusted subconsultant partnerships, inspectors,and schedulers proficient in Primavera and Microsoft Project and a process that works. Experience with Virtual Project Manager Ardurra offers an experienced team that is responsive,flexible,helpful, Ardurra only provides services to public agencies,therefore financially responsible,and quality conscious.Ardurra has a record eliminating any potential developer conflict of interest of quality performance within schedule and budget.Our high rate V Services focused on assuring the highest quality infrastructure construction in the most cost-effective and responsive manner of response to agency on-call task orders,our low to no number of construction phase change orders,and the positive responses and repeat business we get from our clients is the benchmark we strive to maintain and hold as evidence of our successful performance. Our team utilizes highly effective administrative and clerical support as well as web-based construction management and document controls tools and procedures developed by construction managers and staff.These tools are scalable and can easily be tailored to fit the City's project delivery approach.We also have team members knowledgeable of the Virtual Project Manager(VPM)platform for document control management. With 150 professionals in Southern California,including the majority of our team located in Newport Beach and El Segundo,we have the depth of resources to respond quickly to your needs. With numerous on-call construction management contracts under our belt,we understand the City's need for adaptability,timeliness,and responsiveness.We have experience with all types of infrastructure projects in Orange and Los Angeles Counties funded through local,state and federal funds,and we are ready for whatever projects arise from this on-call contract. ,RDURRA City of Huntington Beach 16-13-2025 13 On-Call Construction Management,Materials Testing,and Inspection Services 549 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) i.e. DB/PDB EXPERIENCE Ardurra and the proposed key team members bring an arsenal of experience developing and delivering alternative delivery projects including Design-Build(DB),Progressive Design-Build(PDB),Construction Manager-at-Risk(CMAR),Construction Manager General Contractor(CMGC), Public-Private Partnerships(P3),Multi-Prime,Job Order Contracting(10C),as well as other alternative project delivery methods.The proposed team has a keen understanding that determining the appropriate delivery method for each project depends on several key parameters, including the owner's risk tolerance,timeline requirements,need for control of the project design,construction value,and project complexity. While alternative delivery has been in common use by many owners in California for some time,many public agencies have been unable to capitalize on its benefits until relatively recently. In particular,very few public agencies have utilized Progressive Design-Build until recent legislation has cleared the path to do so.What has become evident is that neither traditional or alternative project delivery methods result in a panacea to guarantee project success.Each method has pros,cons,benefits and risks.What makes project delivery successful is engaging professionals that have keen insight to the variables and nuances of available delivery methods and implementing time- tested strategies,methodologies,procedures,documents and systems to best fit the project and delivery method chosen for implementation. Section 1.c.above lists several examples of Ardurra's Southern California alternative project delivery experience,Ardurra's role on each project, and relevant project details.In addition to our Southern California experience,Ardurra has extensive alternative project delivery experience, including substantial design and progressive design experience in other geographies,across all major infrastructure sectors,and in all professional services roles(design,program and construction management,quality assurance,and other support services).Our local team has a seamless reach to Ardurra professionals across the country to integrate Ardurra's vast alternative delivery knowledge and experience to provide maximum benefit for similar projects for the City of Huntington Beach. Ardurra believes that this national collection of very relevant alternative design experience is a key discriminator that sets Ardurra apart from firms that do not provide services outside of California,especially in combination with the extensive and successful California alternative delivery project experience that Ardurra has demonstrated in this proposal. Ardurra's team can not only provide keen insight to the variables and nuances of available delivery methods,implementation of time-tested strategies,methodologies,procedures,documents,and systems to best fit each City of Huntington Beach project,but can also bring countless lessons learned on similar projects to help the City avoid common pitfalls encountered on our past projects. 1.f. RESUMES Brief resumes for our key personnel,along with copies of pertinent certifications,are located in the appendix of this proposal.We can provide more detailed resumes or resumes for additional staff upon request. 2. PREFERRED STAFFING The most critical component to the success of the on-call contract will be the project team.We understand the key issue for providing effective services is to be highly responsive and have the depth of resources locally available to fulfill your project needs.Ardurra's wide range of in-house capabilities and deep bench of resources enable us to provide the right staff at the right time. Our team organization chart on the following page identifies key personnel and the pool of resources to support each discipline area. Abbreviated resumes and certifications for key personnel are provided in the appendix. ARDURRA City of Huntington Beach 16-13-2025 14 On-Call Construction Management,Materials Testing,and Inspection Services 550 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) TEAM ORGANIZATION CITY OF HUNTINGTON BEACH Project Manager QUALITY CONTROL/ PRINCIPAL-IN-CHARGE AGENCY ADVISOR `.' Dino D'Emilia,PE,F.ASCE,QSD 4)4$100' Mark Lewis,PE,TE PROJECT MANAGER c"--- Deborah De Bow,PE COP- Omar Alameddine* CONSTRUCTION MANAGERS Alternate Representatives COP- GafurOyewo t.r' John Wolitarsky,CCM 44C104" Tae Kim,PE Martha Napier,CCM,PMP,LEED AP ADDITIONAL CONSTRUCTION MATERIALS TESTING& CONSTRUCTION MANAGERS INSPECTORS SPECIAL INSPECTION G'°° Alan Hargis,CCM a'• Eric Egurrola ea"- Ronald Hanson,PG,CEG 0410 - Will Hernandez,PMP CIO°" Nathan Wolitarsky 30— John Cromer Rakan Khraisat,PMP,OMIT 13011. Chip Vanderbeek,QSP Edmund Sanchez Or' Joe Stoakley,PE,QSD O3I"" Rakan Khraisat,PMP,OMIT ! Ivan Canales 3 Ow- Tae Kim,PE r�co- Lance Castro,OMIT ChristopherTafoya Jeff Moody,PE,CCM,QSD/P O"Jay Jordan Tae Kim Arash Rostamian,PE,QSD/P,CPI' O " Danny Robinson Robert Valenzuela James Flannigan,PE Brian Briones David Horiguchi Scott Adamson,PE,QSD/P Manny Briones Jacqueline Ly Lucas Findlay,PE,QSD/P John Dela Cruz,QSP Liang Qiu Brad Holmes,QSP,CESSWI Matthew Reagan,QSP Michael Hodge(Electrical) Brian Dong,PLA .;Brian Dong,PLA 0 - Omar Alameddine Don Wren,Jr. & Gafur Oyewo Robert Fiege Mahina Siu,OMIT Dustin Bender DEPUTY INSPECTION Robert Fiege Bob Keleman Amir Ghavibazoo,PhD Dustin Bender Juan Cesena,QSP + Anh Case,PE,CCM Joe McMahon Paul Soltis `t Michael Posey,PE Tyler Weekly Eddie Perez .v Derek Deese Faye-Sha Smoley 3Kevin Churchill Jeff Clark SUPPORT SERVICES LABOR COMPLIANCE PROJECT/DOCUMENT CONTROLS PROJECT SCHEDULER 4:t Erica Berger f.0 Dustin Blackwell,OMIT 4.t Dustin Blackwell,OMIT Robin Babka Kelly Leyva,(MIT Michael Edwards Alicia Sauerwein Adam Banihamed Dominic Boakye Derek Pereyra Fatemeh Mousavian Joseph Mullaney,EIT Nisarg Patel,OMIT Geo-Advantec,Inc. Key Personnel(resume included in Appendix A) Twining,Inc. Experience with Design-Build Projects Enterris Associates *Primary Contact /\/ARDURRA City of Huntington Beach 6-13-2025 t5 On-Call Construction Management,Materials Testing,and Inspection Services 551 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) 3. UNDERSTANDING & METHODOLOGY The City of Huntington Beach is requesting proposals from professional consulting firms to provide construction management,construction materials testing,inspection,and labor compliance services on an as-needed basis for a minimum three-year period,for City-funded projects and federal and/or state grant-funded projects. The City anticipates a steady amount of construction activity in the next three years for various public works infrastructure projects,that could include 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,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 improvements.The City is planning to use Design-Build(DB)and Progressive Design-Build(PDB)deliver methods for applicable infrastructure and facility projects. Ardurra has tailored our proposed CM team to provide the City with the most experienced staff possible to assist the City in determining the best delivery method for,and successfully deliver the entire range of projects listed in the CIP,and we have the depth of staff to cover multiple projects at one time. Ardurra will serve as an independent,as-needed consultant and work as an extension of City staff to facilitate the City's goals of completing projects safely,on time,within budget,and with minimal public disruption. APPROACH TO THE SCOPE OF WORK The following information is Ardurra's approach to what is believed to be the most important elements of the scope of work for the successful completion of capital improvement projects. Innovative or Advanced Procedures Best Fit Project Delivery Methods:Adapt keen insight to the variables and nuances of available delivery methods,implement time-tested strategies,methodologies,procedures,documents and systems to best fit each City of Huntington Beach project and overlay lessons learned on similar projects to help the City avoid common pitfalls encountered on our past projects. Qualifications Based Procurement Processes:For each project delivery method,Ardurra assists the City to implement the most appropriate procurement strategies to engage the appropriately qualified firms and project team members.Alternative delivery methods afford the ability to balance qualifications and cost in best value and/or collaborative pricing methodologies.For traditional design delivery projects, implementation of ad hoc and/or a multi-project prequalification process can vastly improve the pool of prospective firms that are deemed eligible to propose or bid on projects. Proactive Solutions Focused Culture:The Ardurra proactive approach serves to anticipate and expeditiously resolve project pitfalls.Our team is well-trained in problem solving.Ardurra staff coordinates and expedites between the contractor,design team,and City staff to clarify any questions for interpretation of the construction documents.Ardurra project and construction managers are typically the idea initiators and present realistic and efficient solutions to the project team that ultimately become the implemented solution to anticipated and/or encountered project issues. Timely,firm,and fair determinations are processed to minimize cost and time impacts to the project.Project issues are processed with a sense of urgency and presented to the City with suggested alternatives,cost and schedule impacts,and recommended solutions.The Ardurra team quickly implements the alternatives that are collaboratively determined to serve the best interests of the project and the City. ARDURRA City of Huntington Beach 6-13-2025 16 On-Call Construction Management,Materials Testing,and Inspection Services 552 �. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) Collaborative,Efficient,and Comprehensive Project Management and Control Systems and Procedures—Cloud/Electronic Project Administration Platforms:Ardurra is flexible and adaptable to meet the requirements of each client,and we have expertise in many of the project/construction management systems utilized in the public infrastructure space,such as Procore,VPO,CIPO,and even the City's new platform—Virtual Project Manager(VPM)—to perform project management duties and maintain project updates.Our team is currently using VPM for a park renovation project for the City of Palmdale. Mitigation of Material Price Escalation Issues for Construction:As many public agencies have experienced,many of the common capital project construction materials and systems have had unprecedented cost escalation due to a multitude of national,international,and local region challenges.Ardurra works with the City to utilize best fit delivery methods and other escalation mitigation strategies to minimize unnecessary pricing risk factors from the project delivery participants.Example mitigations include appropriate design adjustments for value engineering, constructability and bidability,collaborative pricing methodologies afforded within alternative delivery methods,pre-set bid allowances for key risk areas,determination of fair and reasonable contract times,long lead procurement allowances,advanced/owner purchase of critical,proprietary and/ or long lead materials or systems,and optimized payment provisions to accommodate market volatility and carrying costs,amongst others. Optimized Protocol and Communication:Timely and concise communications are essential to the successful completion of any construction or inspection project.Ardurra cooperatively develops,with project stakeholders,the format and information required for reports that may be required during the construction phase.Specific protocol is determined and maintained as appropriate for the duration of each project.Communications and correspondence are handled in a professional and respectful manner.The Ardurra construction management team is very experienced in serving as the primary project contact,acting as the hub of communication with timely distribution of requisite correspondence and documentation to all stakeholders. Time Tested Procedures and Processes Design Review Collaboration,Constructability and Value Engineering:Implement a continuous,collaborative approach with each project's design team and/or construction team(depending on delivery method)and the City's Public Works and operations staff to maximize the potential for the highest possible quality in the constructed product,efficient,constructable and optimized life cycle balanced construction documents.Reviews focus on the bidability and constructability,identify potential value engineering solutions,and address apparent ambiguities,conflicts,or omissions.Contract documents and technical specifications are also reviewed for potential duplication and overlap of clauses,conflicts,proper placement of critical requirements within the order and precedence of documents.Ardurra also recommends key contract provisions to provide the necessary controls and remedies for the City to maintain a proactive approach on the project. Daily Construction Observation Reports(DCORs)and Monthly Quantity Measurement Reports(QMRs):Ardurra inspectors compile detailed daily observation reports in the City's preferred format,documenting the contractor's workforce,material and equipment used,a summary of construction activities,field problems,disputes or claims,resolutions of issues,and directions given to the contractor.Each daily report is completed,reviewed,and signed by the construction manager within 24 hours and transmitted to the City on a schedule of the City's discretion.Ardurra considers the inspector's daily reports as the primary tool for contemporaneous,objective and detailed documentation of a project's progress,as well as a key tool to document to confirm value placed,quality in the constructed product,and force account work.As such,Ardurra has developed a fillable,scalable,and customizable master daily report that has proven indispensable on many public projects. Ardurra's daily reports have provided the hub for simple and effective audit compliance on many federally funded projects.In particular,Ardurra has developed a daily report over the course of several federally funded projects in collaboration with grant oversight representatives,that is simple to use,scalable for varied daily levels of activity,and comprehensive enough to easily capture the required mission critical information ARDURR1 City of Huntington Beach 16-13-2025 17 Om Call Construction Management,Materials Testing,and Inspection Services 553 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) contemporaneously by the inspector.Additionally,to facilitate efficient reviews and audits,Ardurra also developed a monthly quantity measurement summary tracking current and cumulative quantities for all bid items,with a detailed measurement page for each bid item that rolls up and cross-references daily quantities documented on inspector daily reports. Integration and Implementation of Project Permit Requirements:The Ardurra team has a keen understanding of how timely and clear incorporation of permit requirements can set up the project for success.Integration of critical mitigation and permit conditions into the plans and specifications throughout the design development and construction documents process is essential to ensure marked bid pricing on permit conditions,minimizes the potential for budget and schedule impacts due to permit requirements,and optimizes relations project delivery firms and agencies having jurisdiction throughout the project implementation. Safe Conditions:Ardurra monitors project work and adjacent areas for unsafe conditions,promptly requires corrective measures to be addressed by the contractor in compliance with the contract documents,and reports such issues and corrective measures taken to the City.One of the most pervasive job hazards across all public works projects is construction adjacent to live traffic lanes.Ardurra inspectors are intimately familiar with monitoring,addressing deficiencies and documenting proper OSHA requirements and job hazard mitigations,traffic control per the WATCH Handbook/MUTCD,and/or project-specific traffic control/traffic handling/detour plans.Specific focus is also directed at required environmental and/or other construction nuisance mitigation measures to minimize the impact to the traveling or adjacent public. Quality Assurance:Ardurra monitors,addresses deficiencies,and documents proper implementation of each project's specific quality assurance plan,in conformance with the City's quality assurance manual,or as developed by Ardurra and the City for the specific needs of each project(s).The Ardurra team proactively performs and/or coordinates QA/QC activities daily and reviews activities and results contemporaneously to confirm and document that the specified quality in the constructed products are achieved. Stakeholder Collaboration,Design Coordination,Pre-Construction and Periodic Construction Progress Meetings&Huddles: Ardurra coordinates and facilitates effective progress and coordination meetings throughout the project.Time-tested meeting agenda formats, specific to the phase of the project,audience/participants,meeting location,and/or virtual platform,are implemented for the efficient and collaborative input of meeting participants.Detailed meeting minutes and action items are distributed timely after each meeting. Utility Coordination:Ardurra assists the project team in coordinating with local utilities to address and expedite"will serve"determinations, utility plan check and/or design processing,fees and account administration,temporary and permanent utility installations,utility relocations, utility access structure adjustments,protections,monitoring and other related tasks. Procurement Best Practices:Proactive and diligent procurement activity management(submittal processing and review,schedule integration, appropriate responsibility assignment,etc.)is essential to ensure quality in the constructed product and to minimize potential scope creep and delays to the project schedule.Examples of strategies that can optimize the procurement process are identification and integration of critical procurement activities for all project procurement participants into the project schedule,special focus and expediting on deferred submittal elements requiring plan check approval prior to procurement,optimized and collaborative review process and protocols,to name a few. Materials Control:A proactive materials receiving and handling process at the project site is essential to the quality assurance process and is imperative to minimize the potential for documentation that only approved and satisfactory materials are incorporated into the work.The construction management team will establish a materials receiving process on site such that all materials deliveries are accompanied by proper delivery documentation satisfactory to confirm all products comply with the plans and specifications,approved submittals,and bear the requisite certificate of compliance for source,product type and Build America/Buy America,as applicable.Materials delivered to the site lacking ARDURRA City of Huntington Beach 6-13-2025 18 On-Call Construction Management,Materials Testing,and Inspection Services 554 D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) proper documentation are flagged as unacceptable and not allowed to be incorporated into the work until proper documentation is provided and verified or proper replacement products are delivered and documented. RFIs:Fair,firm,clear,and timely management of the Request for Information(RFI)process is essential to mitigate potential budget and schedule impacts,as well as to optimize quality in the constructed product.Upon receipt,the construction management team will log, distribute,and respond to each RFI as required.It is anticipated that most will be handled upon receipt.If other project team members are required to answer questions,the project manager will coordinate a timely resolution.Ardurra identifies potential impacts to cost or time that may result due to issues identified in RFIs,with recommended alternatives or solutions to mitigate the potential impacts. Schedule Review and Control:Ardurra is intimately familiar with mainstream scheduling software utilized by the public works contracting industry,including Primavera P6°and Microsoft Project®.The Ardurra construction manager reviews the baseline design and/or construction schedule, including activity sequences and duration,schedule of design deliverables,plan check process,owner responsibilities,submittals and schedule of delivery for project critical products,especially those with long lead times.The schedule will not be recommended for approval as the baseline until all discrepancies are resolved.During the progress of the project,the Ardurra CM team compares the contractor's monthly schedule updates to the baseline schedule and any previously approved time extensions,notes any shortcomings,and monitors and tracks corrections by the contractor to keep the project schedule on target.A four-week look-ahead is required from the contractor,updated weekly,and presented at the weekly project progress meetings.This tool keeps the entire team looking one month ahead of the project and facilitates proactive handling of project activities and issues.If necessary,Ardurra can negotiate time extensions due to change orders or other delays. Dewatering/Storm Water Pollution Prevention(SWPP)/National Pollution Discharge Elimination System(NPDES)and Similar Permit Compliance:Ardurra CM and inspection staff coordinate and confirm that the project satisfactorily incorporates the City's,County's,and/or State Water Board's requirements for Low Impact Development and construction pollution prevention.During construction,Ardurra's inspectors work collaboratively but firmly with the contractor's Qualified Stormwater Practitioner to observe,address deficiencies,and document compliance with the provisions of the SWPP Plan(SWPPP)and/or other requirements set forth in the specifications and related project permits.Ardurra CM staff members are well-versed in monitoring and documenting the proper implementation of permanent and temporary best management practices related to stormwater runoff and/or dewatering systems through the provision of dedicated services for oversight of developers and contractors on behalf of several public agencies. At a minimum,permit and other specified requirements are monitored and documented,specific checklists developed and utilized for each critical compliance area.Deficiencies noted are addressed with the contractor for timely remedy. Change Management,Claims Avoidance and/or Resolution:Ardurra establishes,implements,and coordinates systems for consideration, negotiation,processing,and implementation of change orders and potential claims.Each issue,which is identified as a potential change to the design,scope,cost,or contract time generates a uniquely numbered potential change order.The construction manager determines whether or not a change notice should be considered.The contract documents are reviewed against the change notice.If the issue does not appear to be included in the contract documents,the construction manager,in coordination with the City's representative,negotiates the scope and cost for the least time impacting and most efficient cost and quality appropriate solution with the contractor.Apparent credits for work deleted as a result of the change will be addressed as well.Contractor change order/potential claim proposals are evaluated for reasonableness and completeness. The construction manager maintains a trend log,listing potential changes as they are identified.This log is maintained contemporaneously such that potential change items are not overlooked or unnecessarily deferred.Ardurra prepares independent cost estimates and analyzes time impact analyses as required for contract change orders.Upon approval by the City,the construction manager prepares,logs,and processes change orders for full execution and administers their implementation.Once fully executed,the CM team expedites and reviews the timely completion /reU A R DUR R i City of Huntington Beach ! 6-13-2025 19 On-Call Construction Management,Materials Testing,and Inspection Services 555 I I D. SERVICE CATEGORY (CM, MATERIALS TESTING, INSPECTION) of the work and coordinates inclusion of the change order in the appropriate payment application.Recognizing that event,the most fair,firm, and proactive change management approach may not completely resolve potential claims,Ardurra has extensive experience addressing and assisting public agencies to resolve submitted claims,contractor defaults and surety takeovers,third party disputes and other such challenges,in coordination with the client's legal counsel and management team. Progress Payment Processing:It is in the best interests of all parties involved in the delivery of the City's projects that payment application review be performed efficiently,accurately,and prudently to maintain the project delivery partners'incentives to successfully and diligently prosecute the work required for the projects.A cost control system,based on the contractor's schedule of values,approved change orders, and the contract amount are developed and implemented to monitor progress costs.Monthly cost reports are submitted to the City.Design progress reports and master plan check logs,DCORs and QMRs are utilized to accurately track deliverables and/or construction value earned of each verified contract pay item.Verification of project deliverables may include confirmation of construction documents deliverable completion with back checks,documentation of specific location of contract items placed,field measurement,and quantity calculation in accordance with the specified measurement and payment provision for each contract pay item,as well as required backup documentation such as certificates of compliance,and materials delivery tickets.The Ardurra construction management and inspection team reviews the payment applications submitted by the contractor and determines whether the amount requested reflects the progress of the contractor's work,requires appropriate corrections,and when acceptable,Ardurra prepares and forwards to the City a progress payment report. Labor Compliance:The Ardurra team works proactively and cooperatively with the contractor to monitor and enforce the City's and funding agencies' for labor compliance,as follows: 9 p Ardurra's inspector tracks daily manpower utilized by employer and labor classification and conducts employee interviews in conformance with the Davis-Bacon Act and/or other funding agency requirements. Ardurra's labor compliance specialist reviews the proposed labor categories to be utilized by prime contractors and subcontractors and address any appropriate adjustments for compliance with the state and/or federal prevailing wage determination for direct wages and fringe benefits. Certified payrolls and fringe benefit statements are received and logged for each contractor and subcontractor on the project,reviewed to confirm proper wages and benefits are paid to each employee and classification,compared to inspector daily reports to confirm each employee,number of hours and appropriate classification observed on site was paid the proper amount,and compared against employee interviews. Any discrepancies identified are documented and coordinated with the appropriate contractor or subcontractor through the appropriate resolution via the appropriate restitution paid to the employee,supplemental or corrected certified payroll submittal or supplemental daily report entries to correct mis-recorded entries. FAMILIARITY WITH STATE/FEDERAL PROCEDURES Our team has extensive experience delivering numerous federally funded projects and has well-established and proven processes,procedures, checklists,and project documents that have been used as examples by funding oversight agencies such as Caltrans.We have an excellent track record for delivering project documentation that has minimal oversight review and/or audit exceptions.The Ardurra team has a keen understanding of most funding agency requirements and in particular with the Local Assistance Procedures Manual and Caltrans Oversight three review process. As a result,projects are delivered with well-organized and complete documentation that includes all of the requirements to ensure compliance with federal requirements such that reimbursements are processed in a timely manner.Since Ardurra works essentially exclusively for public agencies,we have extensive familiarity with federal,state,and regional procedures,to assist with obtaining grant awards,administering funding and compliance with its requirements and in compiling and maintaining the pertinent documentation to optimize timely reimbursement payments. AR DURR A City of Huntington Beach 16-13-2025 20 On-Call Construction Management,Materials Testing,and Inspection Services 556 ' ARDURR/‘, APPENDIX A RESUMES -1* ,,..„.„. ' :.,!° $ . • ,-,. •; ht, , 04,,, ' '' ;febNk .1.1. ''..C, ' • ., •%,,, , 4#' 4.',,,".4%;,4,,L4,„.,*,1,,,'4,k q' ,,,,- .. •• ;.• • ;,,:.1 ;Pr i.*,-11';‘,..1.-r„,..1,- .,....,,,,,,,,,-Al , •,•• .!• ..A:',.„, At—A:, •;•,---...! , , , . ,.,.. ;,,,,• ,.41,,,,•_„..,%:,,,:-... . ' L . ,f144 . .,li AT' i .., A)kla 1, t, $, .. , 4/5-7,, : ,, ', . Illr) 11 , '''' ' .), , , .,, , • if 1 ( ill f I i ti i t 4 1 !,,,,41:T-0'.1",4',' g .'. ,,,toge.--,• ,''''' ) 1i i j 1 i u 1 t6',.',1"!•;., .ti. '. ' • %*4',,' ,, - a ';',%.4 1 • * ';"' III ... '' 1 ' g•'.°A' --*," - ... 4 ;el'vb,,,,,p,. DINO D'EMILIA, PE, F.ASCE, QSD -- Principal-in-Charge QUALIFICATIONS Ardurra's Southwest Program&Construction Management Practice Director,Dino D'Emilia has delivered public works infrastructure projects valued at more than$1 billion for public agency clients throughout Southern California.Dino began his career as a civil engineer with the Los Angeles Department of Water and Power later transitioninginto consultingfor thepublic sector.He has played critical roles on PY infrastructure projects to build,renew and upgrade freeways,city streets,transit centers,pedestrian paths, light rail,water mains,sewers,storm drains,greenbelts,soccer fields and recreation centers.A catalyst in r ARDURRA the growth of the firm,Dino helps public agency clients minimize risk and maximize return on investment through direct project involvement and deep expertise in project and construction management.He is also recognized by peers and clients for his expertise in compliance with federal contract requirements and the EDUCATION Caltrans"Local Assistance Procedures Manual"(LAPM). BS,Civil Engineering,Northeastern University(Boston,MA),1991 In keeping with his passion for building infrastructure,Dino actively participates in local chapters of the American Public Works Association,the American Society of Civil Engineers,and Construction Management Association of America.He supports the growth and development of emerging engineers as REGISTRATIONS a mentor to colleagues,provides construction management best practices training to agency public works Registered Professional Engineer staff,and serves as a guest lecturer on construction management at the University of Southern California, California No.C55453 Loyola Marymount University and California State University,Long Beach. CERTIFICATIONS RELEVANT EXPERIENCE Fellow,American Society of Civil Roundhouse Marine Studies Lab and Aquarium,City of Manhattan Beach—Principal-in-Charge and Engineers(F.ASCE) Project Manager.Project included the expansion and renewal of the City's registered historic landmark, Qualified SWPPP Developer(QSD) the Roundhouse Aquarium on the Manhattan Beach Pier.Ardurra implemented a multi-prime delivery OSHA 10-Hour Certification project,procured,coordinated and administered 19 construction and specialty contracts for the successful — completion of the project;managed the project throughout the bidding and award,construction and AFFILIATIONS commissioning phases;procured the design,environmental,construction management and quality American Public Works Association assurance consulting team;facilitated a consensus-driven design process;administered professional services (APWA),Southern California agreements;coordinated and expedited the process of obtaining entitlements and permits;assisted the Chapter 2011 President and 2012 City in coordinating the concurrent$3-million replacement of all major utilities along both sides of the pier Congress Finance Chair as well as under the structure;achieved expedited approval for numerous government permits.The project City Engineers Association was delivered with a Public-Private Partnership(P3)and multi-prime delivery method.Duties included County Engineers Association drafting and presenting City Council reports and resolutions for approval by City Council.The Roundhouse Construction Management project received a 2079 Merit Award from the American Council of Engineering Companies. Association of America American Society of Civil Engineers Belmont Plaza Pool Rebuild/Revitalization Project,City of Long Beach—Project Manager.Project Chi Epsilon includes representing the City and its interests in all negotiations,meetings,community outreach, Guest Lecturer in CM: entitlements,permitting,design management,and related activities throughout the project.The project • CSU Long Beach College of required extensive public outreach and implementation of a stakeholder advisory committee during the Engineering,2016 programmatic and conceptual design phases.An extensive EIR with an extended comment period and • CSU Northridge College of four public study sessions were required to achieve CEQA clearance.The project also required extensive Engineering,2023 additional analyses and coordination with the California Coastal Commission to address numerous appeals • APWA Public Works Officer's and concerns regarding citywide access to the pools,sea level rise/wave uprush and beach erosion as Institute,Complete Streets well as justification of alternate project sites;conducted bidability and constructability reviews assessing Conference,several years running temporary facilities,demolition,and the new facilities'project documents;implemented the demolition of the condemned facility and construction of necessary temporary facilities to continue operation of YEARS OF EXPERIENCE the aquatics department and required restroom and shower facilities while the permanent facility was 34 total/15 with Ardurra planned,designed,and entitled.Duties included drafting and presenting multiple City Council reports and resolutions needed for the implementation of the project. ' ARDURRA City of Huntington Beach 16-13-2025 A-1 On-Call Construction Management,Materials Testing,and Inspection Services 558 OMAR ALAMEDDINE On-Call Services Manager, Project/Construction Manager QUALIFICATIONS Omar brings an extensive background in construction management and inspection on public works and Caltrans projects.Omar has managed numerous on-call contracts and delivered projects to renew city streets and freeways,applying his firm grasp of Caltrans and Greenbook standards.He has also managed -�" and inspected construction of recreational facilities such as soccer fields,public parks and a dog park, public facilities,domestic water,sewer,and drainage improvements.Clients appreciate Omar's penchant for precision and thorough documentation, ARDURRA RELEVANT EXPERIENCE Alabama Street Alley Water Main Replacement,City of Huntington Beach—Project Manager.Ardurra EDUCATION is providing project management and labor compliance services for this$1.4M water main replacement B.S.Civil Engineering,California State and pavement reconstruction project that involves replacing approximately 600 LF of water main with Polytechnic University,Pomona,2009 new 6-inch C-900 water main along with associated appurtenances and reconstructing all alley pavement, including approaches and cross gutters,with new concrete pavement.The affected areas include alleys from REGISTRATIONS Memphis Avenue to Lincoln Avenue,and the north-south alley from Lincoln Avenue to Knoxville Avenue. Certified Engineer-in-Training Orangewood Avenue Improvements,City of Anaheim—Contract Administrator/Construction Manager California No.151070 on this$17.17M comprehensive infrastructure improvement initiative along Orangewood Avenue,spanning from State College Boulevard to the Santa Ana River Trail,and is situated in a predominantly commercial AFFILIATIONS zone serving as a main arterial to major freeways and highways and access to restaurants,businesses, Construction Management Santa Ana River Trail as well as the southern entrance to Angel Stadium.This multifaceted project involved Association of America(CMAA) high voltage electrical undergrounding for Anaheim Public Utilities along with the relocation of multiple telecommunication service lines;installation of a new 16"water mainline for Anaheim Public Utilities and YEARS OF EXPERIENCE a new 16"water mainline for the City of Orange Water Department including a 25-foot-deep jack and bore 19 total/9 with Ardurra operation under an existing Orange County Flood Control channel;significant traffic signal enhancements and the integration of a new changeable message sign as well as new CCTV system;construction of various retaining block walls;installation of biofiltration systems;and implementation of resort-style hardscape and landscaping,complete with irrigation improvements.This project received the 1024 APWA BEST Project of the Year Award;2025 ACEC California Engineering Excellence Merit Award;2025 CMAA Southern California Project Achievement Award;and 2025 ASCE OCOutstanding Roadways and Highways Project Award. Antonio Parkway/Santa Margarita Parkway Rehabilitation,City of Rancho Santa Margarita— Construction Manager for this federally funded rehabilitation of two busy arterials.The project resurfaced a portion of Antonio Parkway and made improvements to Santa Margarita Parkway's eastbound lanes. Ensured compliance with federal,DBE,and labor compliance requirements. Indiana Street Design-Build Water Main Replacement,City of Anaheim—Contract Administrator/ Construction Manager for one of the City's first design-build projects.This design-build project consists of the construction of approximately 2,400 LF of 6-inch ductile iron CL 52 zinc-coated water main,and 200 LF of 8-inch ductile iron CL 52 zinc-coated water main located along Indiana Street between Broadway and South Street. The project also included the replacement of fire hydrants,valves,water services,and appurtenant structures. Grove Ave/Holt Blvd Intersection Widening Project,City of Ontario—Construction Manager. Improvements include traffic control,clearing and grubbing,grading,protection and demolition of existing improvements within the public ROW and on private property,modifications to existing irrigation systems, construction of PCC curb and gutter,sidewalk,drive approaches,driveway,ADA ramps,asphalt concrete AC paving,signing and striping,traffic signal modification,street lighting improvements,and tree planting. This project also requires extensive coordination of work with the SBCTA West Valley Connector Project. ARDURRA City of Huntington Beach 1 6-13-2025 A-2 On-Call Construction Management,Materials Testing,and Inspection Services 559 GAFUR OYEWO il Alternate Rep, Inspection Group Leader, Construction Manager rQUALIFICATIONS Gafur brings 15 years of project and construction management experience,with proficiency in large-scale public works project administrative/management processes such as critical path management(CPM), project scope management,payment/requisition processing,and safety management.He has extensive knowledge in commercial and residential property rehabilitation and restoration,public infrastructure improvements,as well as floating and fixed marine asset dry-docking and repair.His experience spans projects involving a diverse range of installations,which include landscaping,roofing,asbestos //,ARDURRA abatement,masonry,steel structure erection,concrete,electrical,plumbing,and interior renovation. RELEVANT EXPERIENCE EDUCATION Huntington Beach Facilities Inspection,City of Huntington Beach—Contract Administrator.Building MS,Asset Integrity Management, construction observation services for Huntington Beach's Police Department Communications Center Robert Gordon University, Renovation,Well 9 Roof Replacement,and Central Library Lower-Level ADA Restroom Improvements Aberdeen,Scotland,2020 projects. BEng,Naval Architecture,State University of Newyork Maritime Knott Ave.Water Main Replacement—Phase 1 Design-Build,City of Anaheim—Contract College,1986 Administrator/Construction Manager.Providing contract administration and CM services that include administrating design workshops and progress meetings and reviewing and processing submittals, CERTIFICATIONS RFIs,progress billings,and as-needed extra work orders for the duration of this water main replacement OSHA 10-Hour Construction&Safety design build project located on Knott Avenue. OSHA 30-Hour Construction&Safety Opal Avenue&Eagle Drive Water Main Replacement Design-Build,City of Anaheim—Contract Administrator/Construction Manager.Providing contract administration and CM services,including AFFILIATIONS administrating design workshops and progress meetings and reviewing and processing submittals, Royal Institution of Naval Architects RFIs,progress billings,and as-needed extra work orders for the duration of this water main replacement Society of Naval Architects and Marine design-build project located on Opal Avenue and Eagle Drive. Engineers Felicidad Water Main Replacement Design-Build,City of Anaheim—Contract Administrator for a water main replacement project that involves installing approximately 630 LE of 12-inch and 3,960 LF of YEARS OF EXPERIENCE 8-inch ductile-iron pipe(DIP)as well as new water services and appurtenances at two project sites.The 15 total/4 with Ardurra project also includes traffic control,removal and restoration of existing improvements,excavation,backfill, shutdowns,dewatering,temporary high-lining of water service,hydrant installation,coordination with water service customers,chlorination,dechlorination,pressure testing,and site cleanup. Tot Lot Playground Improvements to Biscailuz Park&Playground Improvements to Boyar Park,City of Lakewood—Construction Manager.Project includes infrastructure improvements at two parks within the city of Lakewood.Project scope includes removal of existing sand,play equipment and concrete foundations,grading,removal&replacement of chain link fabric,installation of new Owner Furnished Contractor Installed(OFCI)play equipment,new resilient rubberized surfacing,and miscellaneous related improvements at Biscailuz and Boyar Parks.Provided CM and inspection services in the field and ensured contractor compliance with plans and specs. Miscellaneous Water Vault Nos.10,25,49,and 94 Rehabilitations,City of Anaheim(CA)— Construction Manager for this project,which involves the refurbishment of water vaults,associated pipes and appurtenances,replacement of electrical facilities,removal and replacement of waterline connections such as butterfly valves,receiving wedge gate valves(RWGV),blow-off valve assembly,concrete anchor blocks,flow meters,combination air valve assembly,and asphalt pavement restoration. / ARDURRA City of Huntington Beach 16-13-2025 A_3 � On-Call Construction Management,Materials Testing,and Inspection Services 560 TAE KIM, PE Alternate Representative, Construction Manager QUALIFICATIONS Tae is an accomplished civil engineer and senior project manager with approximately 25 years of experience supervising and providing design and construction support for transportation projects, including light rail transit(LRT),commuter rail,and heavy rail;highways and roadways;and bridges.He is highly skilled at managing design teams and subcontractors for alternative delivery contracts,such as design-build and public-private partnerships(P3s),and at navigating project budget and contract negotiations for preliminary design,procurement,construction phases.Tae is also experienced at ARDURRA performing value engineering/risk engineering analyses to reduce construction costs and schedule risk for design-bid-build and design-build projects.In addition,he has served as an expert consultant for the Seismic Principles section of the California Professional Civil Engineer Examination for more than 10 years. EDUCATION MS,Civil Engineering,Michigan State DESIGN-BUILD EXPERIENCE University 2000 Green Line Extension from Redondo Beach to Torrance,EIR and Preliminary Engineering,Los BS,Civil Engineering,Dong-A Angeles County Metropolitan Transportation Authority(Metro)—Design Program Manager.Supervising University,Korea 1997 design services for the 4.6-mile north-south corridor from the existing Redondo Beach(Marine)Station to the Torrance Transit Center(Estimated construction cost of$1.8 billion).The project area includes REGISTRATIONS portions of the cities of Lawndale,Redondo Beach,Torrance,and Hawthorne and the project consists of Certified Engineer-in-Training construction of 4.6-mile light rail with aerial guideway structures and several at-grade crossings of BNSF California No.C69316 rail,two at grade stations,BNSF rail relocation and utility relocation. Arizona No.77948 Gold Line Foothill Extension,Pasadena to Montclair,EIR and Preliminary Engineering,Foothill Oregon No.102066PE Gold Line Construction Authority—Project Engineer.Responsible for coordinating field exploration and Washington No.23000431 Nevada No.032037 preparing preliminary foundation reports for bridges and geotechnical design reports for layover facility and at-grade stations along the alignment.This project involved geotechnical exploration to support preliminary design engineering.The Foothill Extension begins at Sierra Madre Villa Station in Pasadena YEARS OF EXPERIENCE and terminates at Monte Vista Avenue at Montclair.The 24-mile-long extension includes 17 new bridges 25 total/2 with Ardurra and 12 at-grade stations. SR 91 Corridor Improvement,Program Management,RCTC—Peer Reviewer/Procurement Engineer. Performed peer review of technical documents prepared by the project design team for the Riverside County Transportation Commission(RCTC)extension of two toll lanes in each direction of SR 91 for 10 miles from the Riverside County/Orange County,CA,to 1-15 in Riverside County.The$1.3 billion design- build project also added a general purpose lane in each direction,auxiliary lanes,and toll lane connectors between SR 91 and 1-15 as well as improvements to multiple existing interchanges,ramps,and local streets.Tae also assisted the procurement manager in the preparation of the design-build procurement documents,including the RFQ,instructions to proposers,technical provisions,modified standard specifications,and reference materials in coordination with RCTC,California Department of Transportation (Caltrans)District 8,and Caltrans Office of Special Funded Projects. West Lake Corridor Phase 2,Program Management,NICTD(IN)—Assistant Procurement Manager. Supported the preparation of the design-build technical provisions for the planned 8-mile extension of Northern Indiana Commuter Transportation District(NICTD)South Shore Line commuter rail service south to Hammond,Munster,and Dyer in Lake County,IN.Features are expected to include four new stations with parking lots and kiss-and-ride areas and a new vehicle maintenance and storage facility. Tae's responsibilities for the estimated$764 million project included coordination with NICTD and its project funding partners,the Northwest Indiana Regional Development Authority and the Indiana Finance Authority. ARDURRA City of Huntington Beach 16-13-2025 , A-4 On-Call Construction Management,Materials Testing,and Inspection Services 561 JOHN WOLITARSKY, CCM Construction Manager QUALIFICATIONS John has delivered critical capital improvement projects for many Southern California public agencies.He }�,r' excels in managing the replacement or renovation of public facilities,aging city streets,water and sewer f ' lines and other utilities.In addition to John's core project and construction management expertise,he is , proficient in scheduling,financial management and multi-party coordination.He also has a strong track --- - record in obtaining and administering federal fundingJohn is a skilled presenter who has often served as a liaison to public agencies and the community at large. ARDURRA '= RELEVANT EXPERIENCE South Bay Regional Intermodal Transit Center,City of Redondo Beach(CA)—Lead Construction EDUCATION Manager.Provided CM and inspection of the new$13.2M modern LEED Silver multimodal transportation BS,Business Administration facility.The new facility consists of a 2,900-SF building housing an operator lounge,private restrooms, University of Southern California, passenger waiting area with public restrooms,and offices.Other improvements include a kiss-and-ride 1986 parking area,a 320-space upper-level parking lot,bicycle storage lockers,11 new bus bays,signalized crosswalks,traffic signals,striping,as well as a TAP vending machine and CCTV security cameras.Phase CERTIFICATIONS two improvements involve the widening and realignment of Kingsdale Avenue between Grant Avenue and Certified Construction Manager Artesia Boulevard.This roadway improvement will include an additional dedicated northbound right turn CCM No.10457 lane,new sidewalk,streetlights,and landscaping on the easterly side of the newly widened street adjacent to the Galleria Shopping Center.2024 Merit Award,ACEC California;1023 Project Achievement Award,CMAA AFFILIATIONS Southern California Chapter;and 2023 BEST Project of the Year,APWA Southern California Chapter American Public Works Association, Cypress Police Department Seismic Retrofit,Emergency Operations Center,and Modernization Southern California Chapter Project,City of Cypress—Construction Manager.This project involved seismic upgrade and complete Construction Management modernization to the interior of the existing Police Department.Improvements for this 20,000-SF building Association of America with a partial basement included new electrical,HVAC,office space,conference rooms,restrooms/locker City and County Engineers Association rooms,evidence room,an outdoor patio,as well as seismic retrofitting of the building.The project required substantial coordination with the Police Department to relocate police personnel and operations to YEARS OF EXPERIENCE temporary trailers during construction.2022 Project Achievement Award,CMAA Southern California Chapter 39 total/9 with Ardurra Ford Park Aquatic Center,City of Bell Gardens(CA)—Construction Manager.Project includes CM and inspection services to coordinate with the City and design team,and to manage the bid,demolition,and construction phases.Construction consists of the demolition of the former Ford Park Aquatics Center and construction of a new 12,800 SF aquatics building,a lobby,check-in,and administrative offices,restrooms, mechanical and storage rooms,new swimming pools including a competition pool,activity pool,and therapy pool,water play structures,outdoor amphitheater and amenities,shade structures,and site work including walkways,lighting,landscaping,and parking. Water Main Replacement,1-153,City of Torrance—Project Manager.Replacement of 4,500 feet of water main under Hawthorne Blvd.,2,500 feet under Crenshaw Blvd.and 1,600 feet under adjoining streets.Fire hydrants and water laterals were also replaced.Coordinated materials testing and inspections of traffic control,utilities,water shutdown plans,public relations and pedestrian safety measures. 15th Street Bike Boulevard of Parks,City of Long Beach—Construction Manager for a 2.5-mile bicycle connector in compliance with the City's Bicycle Master Plan by providing a safer east-west bikeway connection between neighborhoods throughout Long Beach.Generally,improvements included new bicycle/pedestrian facilities,wayfinding signage,crosswalk enhancements,construction of intersection traffic circles and reconstruction of curb ramps.The project also included construction of bulbouts and installation of a flashing warning system at one of the busiest intersections. /\ ARDURRA City of Huntington Beach 16-13-2025 xA- On-Call Construction Management,Materials Testing,and Inspection Services 562 f MARTHA NAPIER, CCM, PMP, LEED AP j� zr Construction Manager QUALIFICATIONS "' �� Martha is a highly accomplished executive leader and program management professional with extensive experience in change management,cost estimation,budgeting,schedule planning,quality assurance, and process improvement.She has proven expertise in both private and government sectors,including the Department of Defense,U.S.Air Force,U.S.Marine Corps,U.S.Navy,city government,and Caltrans. As Regional Construction Manager,she oversaw an 8,000-square-mile area encompassing 10 active projects in Southern California(Orange County and Riverside County).She successfully managed ARDURRA 50+military and city projects from inception to completion,leading design reviews,constructability reviews,budgets,schedules,and change orders to ensure mission success.She developed guidance EDUCATION and processes for efficient and complete design plan reviews at 35%,65%,and 95%,reducing cost and MBA,Maryland University,2015 schedule risk by 35%and providing a clear framework for site activation teams and subsequent design BS,Civil Engineering,California State reviews.She is recognized for strategic vision,risk mitigation,and stakeholder engagement,delivering University,1995 projects on time and within budget while enhancing operational efficiency.She is a strong-willed BA,Spanish Legal and Medical leader with a passion for continuous improvement,fostering high-performing teams,and driving Translations,California State successful project outcomes. UenBelt,USAirersity, 5 RELEVANT EXPERIENCE Green Belt,US Air Force,2018 Commercial Building Retrofit,City of Marina del Rey—Lead Inspector.This$1.5 million project REGISTRATIONS included retrofit of existing building,shotcrete,rebar,sidewalk,driveway and curb and gutter. Project Management Professional, Jeffrey Road Widening Phase 1,City of Irvine—Construction Manager and Inspector.This$138 PMP No.1508784 million road widening project included curb and gutter,sidewalk,bike path,waterline,storm drain, Certified Construction Manager underground utilities,intersection signal,interconnect,soundwall,homeowner coordination,irrigation CCM No.2270 and landscape,paving and striping. LEED Accredited Professional Building Design&Construction USGBC, Imperial Highway Widening,City of Yorba Linda—Construction Manager and Inspector.The No.10729497 project involved widening Imperial Highway to accommodate increased traffic volumes.Intersection Engineer-in-Training(EIT) improvements included Yorba Linda Blvd/Imperial Highway and Yorba Linda Boulevard/Lakeview Avenue. — _— Melrose Street Grade Separation,City of Placentia—Construction Manager and Inspector.The CERTIFICATIONS $7.8 million project involved the construction ofa railroad-grade separation structure over Melrose Facilities Engineer Certificate Street,along with the realignment and reconstruction of Melrose Street from Crowther Avenue to Equivalent Level 2,Defense Santa Fe Avenue.This project improved transportation efficiency,enhanced safety,and upgraded local Acquisition University,VA,2012 infrastructure.Key project components included: Program Management Certificate hi Construction of a two-span,pre-cast girder railroad bridge Equivalent,Level 1Def Acquisition University,VA 2013 • Realignment of Melrose Street to improve traffic flow and safety Life Cycle Logistics Certificate • Utility improvements and coordination for infrastructure management Equivalent,Defense Acquisition • Installation of concrete retaining walls featuring architectural treatments University,VA 2014 Implementation of street lighting to enhance visibility and security Quiet Zone,City of Placentia—Construction Manager and Inspector.The 51.6 million project established YEARS OF EXPERIENCE the first Quiet Zone in Orange County,one of only a few in the nation.The project involved modifications 30 total/<1 with Ardurra to eight intersections along the BNSF corridor to eliminate the need for routine train whistle noise, enhancing the quality of life for nearby communities.This project significantly reduced noise pollution while maintaining the highest safety standards for both pedestrians and motorists.Key improvements included upgrades to crossing safety measures to meet federal Quiet Zone requirements;installation of supplemental safety devices and improved signage;and coordination with local agencies and rail operators to ensure compliance and efficiency. ARDURRA City of Huntington Beach 16-13-2025 Afi On-Call Construction Management,Materials Testing,and Inspection Services 563 RONALD HANSON, +CEG, PG Materials Testing & Special Inspection I Geo-Advantec, Inc. rill QUALIFICATIONS Ronald Hanson is a Field Operation Manager/Senior Inspector/Principal Engineering Geologist with Geo-Advantec and is a California Professional Geologist with over 39 years of experience performing geological/geotechnical investigations,geologidsoils inspections and preparing geological reports.He has worked as the Public Works Inspector of Record for several projects,including local street and highway improvements.He has supervised and worked on numerous mass grading operations,geologic mapping for fault evaluations,geological study for transit and transportation projects,and numerous roadway improvement projects under Caltrans LAPM guidelines.Ronald is experienced in PA/ED and PS&E projects for LA Metro's Highway Program and has a vast knowledge of Caltrans'regulations for federally funded projects.He has tremendous experience in field management/supervision of exploratory works for large- scale grading projects in transportation and over three decades of experience working in the engineering EDUCATION geology field.He is extensively familiar with the geological features in Southern California. Graduate Courses in Geology, RELEVANT EXPERIENCE California State University,Los Angeles Materials Testing and Inspection for Redondo Beach South Bay Regional Intermodal Transit BS,Geology,California State Center,City of Redondo Beach—Senior Inspector.GAI provided during construction geotechnical and University,Los Angeles,1984 materials inspection and testing services.GAI s scope of work included field monitoring,testing and inspection for the grading work,laboratory tests on soils,base asphalt and concrete;and preparing and submitting daily inspection reports.The project involved the construction of a new transit center on REGISTRATIONS Kingsdale Avenue,which included the construction of a new transit building,bus bays,retaining walls, Registered Professional Geologist parking lot and associated appurtenances. California No.5143 Geotechnical Services for Torrance Transit Park and Ride Regional Terminal,Phase I-Rough CERTIFICATIONS Grading,City of Torrance—Field Supervisor/Principal Engineering Geologist.In charge of the inspection California Certified Engineering team providing geotechnical services,grading observation and soils testing for different components of Geologist#1841 the project including a proposed one-story and a proposed two-story building,bus platform,canopies and City of Los Angeles Deputy Grading pavement of the designated areas.The purpose of testing and inspection of the grading operations was Inspector(#P022551) to verify that the completed work complied with the project plans,specifications,special provisions,and ICC Soils Special Inspector(#8049864) geotechnical recommendations. Caltrans CTM Certs.:125,231,375 OSHA-30 On-Call Geotechnical&Material Testing Services,Orange County Public Works(OCPW)—Principal Nuclear Gauge Operator Training Engineering Geologist.GA1 has been an on-call consultant with OCPW for geotechnical and material HAZWOPER-40 testing services since 2017.GAI recently provided a geotechnical investigation for the Oso Creek Channel Confined Spaces&Permit Required Rehabilitation Project,which included our recommendations for the retrofit design and construction of the Confined Spaces(GI) partially failed channel bank from a geotechnical standpoint. Geotechnical Monitoring and Materials Testing and Inspection Services for the Cordova AFFILIATIONS Complete Street Project,City of Pasadena—Project Manager/Principal Engineering Geologist.GAI Geological Society of America provided geotechnical and materials inspection and testing and performed continuous and periodic inspection for this street improvement project.Services included providing field monitoring,testing and YEARS OF EXPERIENCE inspection for the street pavement works,performing laboratory tests on subgrade,base and asphalt 39 total materials,and preparing and submitting daily inspection reports. Geotechnical Engineering Services for Street Rehabilitation and TSM Riverside Drive Project &11th Street Storm Drain-Chino Avenue to Riverside Drive,City of Chino—Project Manager/ Principal Engineering Geologist.The project involved the installation of a storm drain and the renovation of Riverside Drive from Central Avenue to Oaks Avenue.GAI provided soils inspection and prepared and submitted daily inspection reports. ARDURRA City of Huntington Beach 1 6-13-2025 A=7'. On-Call Construction Management,Materials Testing,and Inspection Services 564 JOHN CROMER Materials Testing & Special Inspection Geo-Advantec, Inc. 4 QUALIFICATIONS John Cromer is a Laboratory Manager and Senior Field/Lab Inspector at Geo-Advantec and has over 12 years of experience performing laboratory testing and field inspection.He has served as a laboratory technician on soil,aggregate and asphalt on numerous projects in Southern California.In addition,he has been involved in many field inspections,monitoring,and testing services on all kinds of grading projects. John is extremely familiar with Caltrans testing procedures. RELEVANT EXPERIENCE Geotechnical Monitoring and Materials Testing and Inspection Services for the Cordova Complete Street Project,City of Pasadena—Lab Manager/Senior Field&Lab Technician.GAI provided geotechnical and materials inspection and testing and performed continuous and periodic inspection for EDUCATION this street improvement project.Services included providing field monitoring,testing and inspection for High School Diploma,1947 the street pavement works,performing laboratory tests on subgrade,base and asphalt materials,and preparing and submitting daily inspection reports. CERTIFICATIONS Materials Testing and Inspection for Redondo Beach South Bay Regional Intermodal Transit ACI Aggregate Base Testing Technician Center,City of Redondo Beach—Lab Manager/Field&Lab Technician.GAI provided during construction (#01124003) geotechnical and materials inspection and testing services.GAI's scope of work included field monitoring, ACI Concrete Laboratory Testing testing and inspection for the grading work,laboratory tests on soils,base asphalt and concrete;and Technician—Level 1 (#01124003) preparing and submitting daily inspection reports.The project involved the construction of a new transit ACI Aggregate Testing Technician— center on Kingsdale Avenue,which included the construction of a new transit building,bus bays,retaining Level 1(#01124003) walls,parking lot and associated appurtenances. ACI Concrete Strength Testing Technician(#01124003) Geotechnical Services for Torrance Transit Park and Ride Regional Terminal,Phase I-Rough ACI Concrete Field Testing Technician- Grading,City of Torrance—Lab Manager/Field&Lab Technician.Provided geotechnical services,grading Grade I(#01124003) observation and soils testing for different components of the project including a proposed one-story and a ACI Masonry Laboratory Testing proposed two-story building,bus platform,canopies and pavement of the designated areas.The purpose Technician(#01124003) of testing and inspection of the grading operations was to verify that the completed work complied with ICC Soils Special Inspector(#8025182) the project plans,specifications,special provisions,and geotechnical recommendations. ASTM Soil Laboratory Technician City of Los Angeles Deputy Grading Geotechnical Monitoring and Materials Testing Services for Descanso Drive Street Inspector(#P034373) Improvements,City of La Canada Flintridge—Lab Manager/Field&Lab Technician.GAI provided field OSHA-10 monitoring,testing and inspection for the street pavement work,performed laboratory tests on subgrade, Radiation Safety and Use of Nuclear base and asphalt materials,and prepared and submitted daily inspection reports for this project.The project Gauges-CPN International, involved the resurfacing of Descanso Drive from Verdugo Blvd.to Chevy Chase Drive in La Canada Flintridge. Inc.;Radiation Safety Officer Seminar for Nuclear Gauges-CPN Independent Assurance Program and Geotechnical Engineering Services for Burbank International,Inc. Channel Bikeway Project,City of Burbank—Lab Manager/Field&Lab Technician.GAI provided during Caltrans CTM Certs.:105,106,125, construction geotechnical observation and monitoring,Independent Assurance Program(IAP)inspection 201,202,204,205,216,217,226, and testing,materials special inspection,and laboratory testing services for construction of a bike path 227,229,231,308,309,375,382, along Burbank Channel from Olive Avenue to Alameda Avenue.The project included the construction of 504,518,521,523,539,540,543, a new sidewalk and boardwalk,installation of piles where the boardwalk is elevated above the ground 556,557,643 surface,installation of modular walls and various culverts,ramps lighting and restriping for the site. ASTMTraining and E-Learning-Course Tests for Determining the Water Geotechnical Monitoring and Testing Services for Pavement Renovation on Garfield Ave.,Triggs Content of Soils St.,Sheila St.and Gage Ave.,City of Commerce—Lab Manager/Field&Lab Technician.Services included conducting more than 30 cores,collecting samples of pavement section and subgrade,and providing YEARS OF EXPERIENCE pavement recommendations.During construction,GAI performed field monitoring and compaction testing 12 total on backfill soils,base,CSPB,asphalt,and performed laboratory tests on base and asphalt materials. ARDURRA City of Huntington Beach 6-13-2025 .A;.8.. On-Call Construction Management,Materials Testing,and Inspection Services 565 /\/ /lf,; i MARK LEWIS, PE, TE I, DEBORAH DE BOW, PE /41 Quality Control,Agency Advisor Quality Control,Agency Advisor Education:BS,Civil Engineering,CSU Long Beach,1986 Education:BS,Civil Engineering,University of the Pacific Registrations:Professional Engineer:California No.C49335; Certifications:Professional Engineer:California No.43607 Registered Traffic Engineer:California No.TR1637; Years of Experience:42 total/2 with Ardurra Registered Traffic Operations Engineer,California No.#661 Awards:Mayor's Award of Excellence,City of Huntington Beach, Years of Experience:40 total/S with Ardurra 2020;Public Works Award of Merit for Outstanding Public Service, tii Huntington Beach Chamber of Commerce;Certificate of Congressional Mark Lewis,PE,TE,is a proven leader with over 40 years of engineering Recognition from U.S.Congressman Dana Rohrabacher experience.Mark's ambitious career with the City of Fountain Valley(City) spans 34 years,commencing as a college intern and advancing to the A highly skilled public works professional with experience working in position of director of Public Works/City Engineer for the last 20 years. both the public and private sectors,Deborah De Bow spent much of her Mark has extensive familiarity,knowledge,and progressive management career as an engineer for the City of Huntington Beach.She has 40 years expertise in strategic planning,operational efficiency,financial planning, of experience in the planning,design,and construction management of and human resources management.He applies an innovative approach public utilities and capital projects.In addition,Ms.De Bow offers unique in these key areas in addition to communication,funding procurement, expertise with the processing and approving of residential,commercial, asset management,capital improvement program development and and industrial private development projects,including developing implementation,project management,and intergovernmental relations and enforcing conditions of approval and development requirements, to deliver cost-saving solutions to all his projects.Mark secured more environmental review,regulatory approvals,and public hearings.She than$60 million of local,federal,and state grants to fund a capital has extensive experience with budget preparation and has authored program that resulted in the City being known for its high-quality streets, and delivered hundreds of technical and staff reports for City Council world-class sports park,and recreational center.Also,the City provides a approvals.Ms.De Bow is a graduate of the City of Huntington Beach fiscally sustainable utility enterprise to provide high-quality and reliable I Leadership and Management Academy and was awarded the Mayor's water,sewer,and drainage infrastructure. Award of Excellence before retiring from the City in 2020. Mark's additional and notable accomplishments include chairing the As a consultant,Ms.De Bow has offered her expertise to local agencies Orange County Transportation Authority(OCTA)Technical Advisory by providing project management and QA.!QC services for numerous Committee(TAC)and Technical Steering Committee(TSC)on four water infrastructure and capital improvement projects.She performs separate occasions.He participated in drafting language for OCTA strategic planning,conducts site evaluations,prepares reports,and Measure M2 and met with government and business leaders throughout 4 provides project management services.CIP projects over the past few its development and ultimate passage.Mark has also been the chair of years have included more than 60 reservoirs,9 pump stations,a new the Laguna Beach Water Commission,president of the 0C City Engineers municipal water well,well siting and feasibility studies,plan review of Association,and president of OC Traffic Engineering Council.Mark is a various water transmission and distribution pipelines,a water master leading mind in regional arenas of transportation,waterworks and civil plan and financing plan,emergency generators,public safety tenant services throughout Orange County. improvements,and 8 multimodal bridges in the Irvine Great Park. RELEVANT EXPERIENCE . RELEVANT EXPERIENCE a Sewer Lining FY 2022/2023,City of Huntington Beach rr Acting City Engineer,City of Huntington Beach(2019-2020) ri Half Rounds Drainage Structures,City of Huntington Beach a Irvine Great Park Bridges,City of Irvine Goldenwest Landscape Medians,City of Huntington Beach ■ Public Safety Improvements,City of Irvine Liiii Well 4 Equipping,City of Huntington Beach ® Civic Center Expansion Project,City of Irvine 01 Well 9 H25 media replacement,City of Huntington Beach /\i ARDURRA City of Huntington Beach l 6-13-2025 A_9 On-Call Construction Management,Materials Testing,and Inspection Services 566 ALAN HARGIS, CCM WILL HERNANDEZ, PMP Construction Manager Construction Manager Education:Associates of Science,Computer Drafting and Design,ITT Education:Executive MBA,University of Southern California; Certifications:Certified Construction Manager,CCM No.28403 BS,Psychology,University of California San Diego Years of Experience:16 total/8 with Ardurra Certifications:Project Manager Professional—Certification January 2004;Cal OSHA—Confined Space;Cal OSHA—500 Hour Trainer Sure Track/Timberline/Bid 2 win/Hard Dollar!HCSS/P6 Contractor Years of Experience:28 total/1 with Ardurra With over 16 years of experience,Alan has supported a wide range of water,wastewater,roadway,and railway infrastructure projects. Will is a 28-year veteran of the public works construction industry with an His responsibilities have included program management,project emphasis in water/wastewater infrastructure construction.He's managed management,construction management and administration,and design many different project types including small and large pipelines,small of public water and wastewater infrastructure projects.In this role he and large reservoirs,pump stations,and treatment facilities.Will is a well has provided document control,schedule&finance management and rounded professional with proficiency in all aspects of the construction day-to-day management of various construction projects.Experienced in industry,including knowledge of technical advances,proven record department and contractor coordination for system shutdowns,tie-ins of budget management,and a reputation of excellence.Throughout and bypasses and working with permitting agencies for acceptance and his career,he has built solid working partnerships with vendors, Compliance. subcontractors,clients,and field and administrative staff resulting in skilled,professional-grade,and timely project completion. In his labor compliance role,Alan supports proposal development, program and project planning,budgeting,and contract/subcontract He has filled positions on both the contractor and consultant side of the coordination.He ensures adherence to California Department of industry,as well as being formerly employed by the Department of Water Industrial Relations and Federal Davis Bacon Act regulations,overseeing Resources.As a member of the contractor's team,he has been responsible documentation,field interviews,discrepancy resolution,and grant for estimating and managing projects ranging from$5,000,000 to reporting.A proactive problem solver,he works closely with owners, $150,000,000.In this role,he has been responsible contract management construction management teams,and contractors to maintain as well as daily operations issues including work force management, compliance and accountability across all project stages. procurement,safety,and quality control.Over his career,he has built a solid reputation for building strong working relationships with owners, Alan also brings valuable insight from his early career as a CADD clients,subcontractors,vendors,and field and administrative staff designer,giving him a comprehensive understanding of infrastructure resulting in skilled,professional-grade,and timely project delivery. projects from initial planning and design through final construction. This background enhances his ability to anticipate project needs, RELEVANT EXPERIENCE communicate effectively across disciplines,and ensure continuity ■ Owner Consultant Regarding the Progressive Design-Build of throughout all phases of delivery. the Rincon del Diablo Municipal Water District Administration and Operations Building—Phase 1,Rincon Del Diablo Municipal RELEVANT EXPERIENCE Water District a District Office Renovations,Elsinore Valley Municipal Water m Water Facilities Project Phase 1—Construction Order 044970, District San Bernardino Municipal Water Department ® Palomar Wells,Elsinore Valley Municipal Water District ■ Crafton Hills Reservoir Expansion,East Branch Expansion, a Regional Agricultural Pipeline Conversion Project,Elsinore Valley California Department of Water Resources Municipal Water District Mentone Pipeline,East Branch Expansion,California Department Field Engineering Staff Support Services-Construction of Water Resources Administrator,Eastern Municipal Water District /. ARDURR A City of Huntington Beach 16-13-2025 A-10 On-Call Construction Management,Materials Testing,and Inspection Services 567 IUI RAKAN KHRAISAT, PMP, CMIT JOE STOAKLEY, PE, OSD Construction Manager, inspector Construction Manager Education:MS,Construction Management,Arizona State University, Education:BS,Civil Engineering,Loyola Marymount University; Tempe;BS,Civil Engineering,University of Cairo,Egypt Caltrans Resident Engineer Academy,2011 Certifications:Project Management Professional(PMP); Registrations:Professional Engineer:California No.C83184 Construction Manager-In-Training(CMIT);Risk Management Certifications:Qualified SWPPP Developer(QSD);OSHA 10-hr Professional Construction Program Years of Experience:12 total/4 with Ardurra Years of Experience:21 total/15 with Ardurra Rakan Khraisat brings an extensive background in civil engineering ' With expertise in quality assurance and sustainability,Joe Stoakley is that includes design management and implementation of large-scale a respected construction manager,inspector and resident engineer for projects.Rakan has also inspected and managed various vertical and major municipal road and water infrastructure projects.Project highlights horizontal construction projects through all phases of the project. t' include the City of Newport Beach's Superior Avenue Pedestrian/Bicycle During Rakan's 11 years of experience,he has supervised personnel on Bridge and Parking Lot,City of Carson's$19-million Carson Street master large construction projects while developing continuous improvements plan implementation,City of Torrance Crenshaw Boulevard rehabilitation, throughout planning and implementation phases of projects.He has and signature transit center projects for the cities of Torrance and a demonstrated history of establishing and enforcing adherence to Redondo Beach.He leverages his strengths in resolving technical issues standards of excellence and is well-versed in mentoring and guiding r' and facilitating coordination between public agencies,contractors, associates to exceed client and stakeholder expectations through utilities and subconsultants. maintaining close connections with project personnel to quickly identify and resolve problems. RELEVANT EXPERIENCE a Superior Avenue Pedestrian/Bicycle Bridge and Parking Lot, Rakan is involved with orchestrating operations,activities,financial City of Newport Beach—New pedestrian/bicycle bridge support,scheduling,and resource management to achieve project approximately 210 feet long and 12 feet wide overcrossing objectives.He is motivated to deliver projects on time and within Superior Avenue;a new larger parking lot with 129 parking established budgets by monitoring progress,enforcing deadlines, spaces;expansion of Sunset View Park(additional grass area); ensuring cost controls,and resolving problems quickly and effectively. earthwork,grading,retaining walls,storm drain and lighting improvements;landscape and irrigation improvements;and RELEVANT EXPERIENCE amenities including a drop-off area,bicycle fix-it station,and a Imperial Highway and Big Sky Lane Water Main Replacement a drinking water fountain.Local and federal programs funded Design-Build,City of Anaheim this project,which meant our team segregated project costs to g Opal Avenue&Eagle Drive Water Main Replacement Design- ensure FHWA compliance.This project received the 2025 ACEC Build,City of Anaheim California Engineering Excellence Merit Award;ASCE Orange County `ta Knott Avenue Water Main Replacement—Phase 1 Design-Build, Outstanding Bridge Project Award;and 2025 CMAA Southern City of Anaheim California Project Achievement Award. g Felicidad Street,Lemon Street and Freedom Avenue Water Main er Boys&Girls Clubs ADA Improvements,City of Fountain Valley— Replacement Design Build,City of Anaheim ADA access improvements to a recreation center.Supported the ® Underground District No.65 Reliability Improvement,Phase 2, bidding process,contract administration and inspection.Partial Design Build,City of Anaheim project funding came from the federal CDBG program.Ardurra • Orangewood Avenue Improvements,City of Anaheim monitored compliance with Davis-Bacon prevailing wage and Section 3 requirements.Improvements included ADA-compliant parking modifications,curb ramps,wall railings and signage. 0 /\ ARDURRA City of Huntington Beach 16-13-2025 A-11 On-Call Construction Management,Materials Testing,and Inspection Services 568 F •ENTERRIS .ENTERRIS Associates Associate s ANH CASE, PE, CCM MICHAEL EDWARDS `� Construction Manager Project Scheduler Education:MS,Civil Engineering,University of California,Irvine; Education:MS,Urban Studies:Community Development,Georgia BS,Civil Engineering,California Polytechnic State University State University;BS,Construction Technology,Purdue University Registrations:Professional Engineer:California No.64709 Software:Primavera(P3/P5/P6&Contract Manager);MS Project; Certifications:Certified Construction Manager,CCM No.5798 SAP;Cognos;Deltek;IBM SPSS Years of Experience:27 total/1 with Enterris Years of Experience:35 total!<1 with Enterris Anh Case has 27 years of structural and civil engineering experience in Michael is a degreed Senior Scheduler at Enterris who has experience in the areas of bridges and commercial buildings.Her experience includes public works transportation,aviation,ports,and EPA Superfund sites. construction management,quality assurance/quality control(QA/QC) He has successfully developed and implemented project plans,QC plans inspection,planning,scheduling,structural design,quantity takeoffs, and procedures,project controls,schedule turnarounds,and cost controls cost estimates,plan preparation,and client correspondence.Anh has on both horizontal and vertical construction from preliminary design held positions ranging from bridge design engineer,construction through operational turnover.Michael's skillset includes supervising and inspector to structures representative,as well as resident engineer.Anh coordinating the work of project control and scheduling staff as well has worked with a variety of agencies,including California Department as qualitative and statistical analysis,process improvement,and QA/ of Transportation(Caltrans),Orange County Transportation Authority QC oversight,developing mitigation strategies for the coordination of (OCTA),LA Metro,Port of Long Beach(POLB),Metrolink,and various city construction with daily operations and staged openings of completed agencies,including Los Angeles,Bakersfield,Camarillo,San Marcos and sections of projects,and developing alternatives for phasing the Seal Beach.Anh has managed traditional Design-Bid-Build projects as turnover of completed areas with keeping existing areas in operation well as Design-Build Projects including the I-405 Improvement Project, until after substantial completion of the project so to minimize impacts LA Metro Expo Phase 2 and the OCTA SR22 Design-Build Project. specifically for power.He advises contract managers and lead engineers on constructability,writing construction plans for systemwide work Anh is experienced in the design and construction of simple-span and including interfaces with construction and operations,and develops multi-span bridges,retaining walls,mechanically stabilized earth(MSE) master schedule.He is adept at reviewing contract documents for walls,and retrofit of existing bridges in accordance with Caltrans and constructability,reviewing contractors'baseline and monthly schedule American Association of State Highway and Transportation Officials updates,writing schedule basis as well as quantity and cost estimates, (AASHTO)codes.She also has experience with highway construction the development of design interface matrices,and writing schedule inspection requiring compliance with Caltrans'procedures,standard specifications as well as times of completion. plans,and specifications.Anh is very familiar with the Caltrans electronic lane closure system(LCS)and is well versed with the Manual RELEVANT EXPERIENCE of Uniform Traffic Control Devices(MUTCD),California Supplement.She Port of Los Angeles and the City of Bakersfield,Orange, is also knowledgeable in the required frequencies and procedures of CA—Construction Scheduler/Project Scheduler for the$73M materials testing in accordance with the Caltrans Construction Manual POLA Pier 400(APM Terminal)and the$351 M City of Bakersfield and the California Test Method.Anh also understands environmental Centennial Corridor Mainline(New Alignment for State Route 58 considerations,including Storm Water Pollution Prevention Plan and Improvements) compliance. Metro(Minnesota),Eden Prairie,MN—Project was the$904.6M RELEVANT EXPERIENCE G Hiawatha Light Rail Transit(Metro Blue Line)that linked to downtown Minneapolis with the international airport(MSP) P P ■ OCTA,1-405 Design-Build Improvement Project,Orange County and the Mall of America.Responsible for community and ■ I-605/Katella Interchange Improvement Project,Los Alamitos construction Impact mitigation,preparation,and updating. Managed monthly review of the contractors'schedule updates, reviewed of the Design-Build contract's monthly application for payment,and reconciliation with their monthly schedule update. ARDURR/� City of Huntington Beach 16-13-2025 A-12 f� On-Call Construction Management,Materials Testing,and Inspection Services 569 �V /\\./ ERIC EGURROLA NATHAN WOLITARSKY Inspector b, Inspector Education:AS/Water Utility Science,Rancho Santiago College Education:OSHA Training,Construction Safety and Health;NUCA Registrations:State of California Water Treatment OperatorT2, Excavation Safety/Competent Person Training;Confined Space #18635;State of California Water Distribution Operator D3,#8151 Training Certifications:NUCA Trenching and Excavations;8-Hour Safety, Certifications:Water Distribution Operator Grade D1;Journeyman Competent Person;Fall Protection 8-Hour,Competent Person;NUCA Carpenter;Journeyman Construction Craft Laborer Confined Space Entry;Traffic Control Technician Years of Experience:12 total/3 with Ardurra Years of Experience:27 total/8 with Ardurra Eric Egurrola is a senior construction inspector with 27 years of experience Nathan has an accomplished career focused on water projects throughout on public works projects.For more than a decade,Eric served as a Staff California.His extensive experience includes construction of projects Construction Inspector with the City of Fullerton.Eric has also inspected that contain pump stations,bioretention basins,reservoirs,concrete public works construction for the Cities of Irvine,Brea,Ontario and tanks,waterlines,sanitary sewer systems,wastewater treatment plants, South Gate.Eric brings significant roadway project experience,having injection wells,aligner pipe installation including epoxy-lined CMLC, inspected road widenings and extensions,pavement rehabilitation, construction of buildings including shoring,compaction,and retaining and the removal and replacement of curb,gutter,sidewalk.Equally ,J walls.With his exceptional attention to detail and proficient problem- strong is Eric's project background in water infrastructure construction solving skills,he has been given increased levels of responsibility, and rehabilitation.His inspections have involved water and sewer lines, including project/plan execution,quality control,quality assurance, storm drains,pump stations,reservoirs,and wells,in addition to public reporting,preparation of as-built drawings,and being assigned the buildings,residential developments,schools,and landfills.Eric brings Competent Person responsible for ensuring a safe workspace. meticulous attention to detail and the ability to communicate clearly and courteously with all project stakeholders,including residents and RELEVANT EXPERIENCE business owners impacted by construction. ' Ford Park Aquatic Center,City of Bell Gardens—Inspector.Project includes CM and inspection services to coordinate with the RELEVANT EXPERIENCE City and design team,and to manage the bid,demolition,and ® Palos Verdes Recycled Water Pipeline and Pump Station Projects, construction phases.Construction consists of the demolition West Basin Municipal Water District(Torrance/Palos Verdes Estates) of the former Ford Park Aquatics Center and construction of —Installation of 8,000 LF of new water pipeline in roadways and u a new 12,800-SF aquatics building,a lobby,check-in,and easements;jack&bore across PCH;HDD;construction ofa new administrative offices,restrooms,mechanical and storage rooms, booster pump station,and installation of appurtenances;meter new swimming pools including a competition pool,activity pool, vault,air vacuum valves,blow-off valves,irrigation meters. and therapy pool,water play structures,outdoor amphitheater ADA Facility Improvements,Operations Support Facility- and amenities,shade structures,and site work including Building 1,City of Irvine—Inspector for interior accessibility walkways,lighting,landscaping,and parking. improvements to men's and women's restrooms in Building 1, On-Call CM/Engineering Support/Testing&Inspection,City of exterior accessibility upgrades to building entrances,sidewalks, Cypress—Providing inspection on various CIP projects for the City access ramps and handrails.Inspected installation of signage of Cypress.Projects have included: and striping for compliance with accessibility standards. — Cypress Senior Center Interior Improvement,Project 290 Lakeview Senior Center Rehabilitation,City of Irvine—Inspector — Cypress Veterans and Cedar Glen Park Parking Lot Resurface, for project removing and replacing concrete hardscape,installing Project 363 storm drain and drainage inlet.Reviewed block-wall repair, — Cypress Arterial Rehab,Project 350 irrigation and landscaping improvements,and removal and — Cypress City Hall Restroom Remodel,Project 324 replacement of outdoor lighting.Monitored the cleaning and — Cypress Community Center HVAC Replacement painting of shade structure block walls. ," AR DURR A City of Huntington Beach l 6-13-2025 A-13 On-Call Construction Management,Materials Testing,and Inspection Services 570 111 /� % CHIP VANDERBEEK, QSP LANCE CASTRO, CMIT Inspector Inspector Education:Geology/Civil Engineering Studies,University of Wyoming Education:James Madison High School,2003 Certifications:HAZWOPER 40 Hour;HAZWOPER 24 Hour Certified Certifications:Construction Manager in Training(CMIT), Supervisor;Campbell Nuclear Gauge;Qualified SWPPP Practitioner Construction Manager Certification Institute;California Water (QSP)#27109;Certified Inspector: Sediment/Erosion Control Distribution Operator—Grade 4 Certification;Confined Space Entry, (CISEC)#2688 Trench and Shoring,Traffic Control,and Heavy Equipment Operation Years of Experience:47 total/7 with Ardurra Certifications;Supervisors Transition and Readiness Training Certification;OSHA 30-Hour Construction Safety Certification Calvin(Chip)Vanderbeek has overseen grading operations and has been Years of Experience:12 total/2 with Ardurra responsible for quality control of several multimillion-cubic-yard hillside and flat land grading projects throughout Southern California.Chip's Lance Castro has been working on public water infrastructure since 2013 inspection background also includes inspection and testing of reclaimed and has a wealth of experience in the installation and maintenance and potable water systems,sewer,storm drain water,subgrade,base of water systems.He previously worked as a Construction Inspector course,asphalt and concrete inspection,shoring and deep caisson for Olivenhain Municipal Water District,where he was responsible for inspection,and earth retention wall systems.He also has in-depth inspecting a$3 Million recycled water pipeline project where a reservoir experience performing construction inspection for several Caltrans bridge was retrofitted,a lift station was installed,and 3 miles of pipeline and highway projects.Chip has performed preliminary geotechnical were placed in the ground.In addition to this,he inspected a number investigations,report preparation,asphalt and concrete inspection, of various jobs,ranging from pipeline replacement projects to large foundation inspection,soils and materials laboratory work and diameter backflow installations.He then worked as a Construction geotechnical investigations.Chip has also provided inspection services Foreman with Olivenhain Municipal Water District,where he ran a crew of for various projects in the Counties of Los Angeles,Orange,Ventura,San 6 people for both new installations and maintenance/repair.Some of his Diego,Riverside and San Bernardino. responsibilities in this position included job planning,pulling city permits, management of field personnel,material procurement and responding RELEVANT EXPERIENCE to emergency leaks for repair.He also worked in System Operations Mary K.Giordano Regional Transit Center,City of Torrance— for Santa Fe Irrigation District(SFID),where he was responsible for This LEED 2009 Gold project includes parking for buses and " maintaining the distribution system by using SCADA to mail alter automobiles,covered passenger boarding areas,offices, pressures and flows,sampling for water quality and maintaining/ employee break areas and retail spaces.The project also involves rebuilding all of SFID's pressure regulating stations. offsite improvements for the installation of required utilities, the widening of Crenshaw Boulevard and construction of an RELEVANT EXPERIENCE extension of 208th Street as well as related improvements. a Owner Consultant Regarding the Progressive Design-Build of the 2024 Merit Award,ACE(California and 2024 Project Award,CMAA Rincon del Diablo Municipal Water District Administration and Southern California Chapter Operations Building—Phase 1,Rincon Del Diablo Municipal Water Manhattan Village Senior Villas ADA Pathway Project,City of District—Construction of new Administration and Operations Manhattan—ADA pathway project to replace missing sidewalk Buildings,totaling 14,000 SF,delivered through a PDB delivery and provide senior residents safe and dedicated access from method.Ardurra provided comprehensive project controls and their community to the public sidewalk and Metro bus stop on technical services,including project management,document Parkview Avenue.The project included the path of travel from control,risk management,and design review.A key focus was the public right-of-way to the Manhattan Village Senior Villas assisting the District during the Guaranteed Maximum Price and Soccer Field Restroom;new ADA switchback ramp and Proposal Phase by validating cost estimates,monitoring open stairs;new pedestrian marked pathway;ADA-compliant parking, book pricing,reviewing construction schedules and schedule of striping and signage;and modified parking lot landscaping. values,and guiding GMP negotiations to ensure a fair,transparent, and cost-effective agreement aligned with the District's objectives. /lj ARDURRA City of Huntington Beach 16-13-2025 A_14 On-Call Construction Management,Materials Testing,and Inspection Services 571 JAY JORDAN DANNY ROBINSON Inspector At Inspector Education:Mira Costa College,1996 Certifications:Certification—Competent Person,Various Trench Certifications:State of California Water Distribution Operator D2, Soils;Confined Space Entry Certification #47748;NACE 1 Certification Affiliations:Construction Concrete Institute Years of Experience:20 total/8 with Ardurra Years of Experience:29 total/21 with Ardurra Jay began his career in water/wastewater construction with the City of Danny has been providing water and wastewater inspection services Carlsbad water operations department 19 years ago.He spent the first to Ardurra's clients for the past 20 years.Prior to joining Ardurra,Danny six years of his career maintaining and repairing water and wastewater spent several years in heavy civil and utilities construction.The types of infrastructure.Following his time with operations,Jay advanced to the projects inspected by Danny have included pump stations,pre-stressed City's construction management and inspection department where he concrete reservoirs,large and small diameter pipeline projects,and spent ten years overseeing and inspecting water/wastewater capital roadways projects.He also has extensive concrete structure experience improvement projects of varying types,including pipeline replacement, for storm drain,sewer and water facilities.Many of his projects included manhole and pipeline rehabilitation,facility construction and upgrade, heavily traveled roads and freeways where night work is often required. and private development construction.Jay has been a member of Ardurra His clients have included Elsinore Valley Municipal Water District,Vista for five years now and has become a key member of our inspection staff Irrigation District,City of San Bernardino,City of La Mesa,City of San with over 15 years in the Construction Inspection field. Diego,City of Oceanside,Eastern Municipal Water District,Orange County, the City of Fullerton,Metropolitan Transit Development Board,Olivenhain RELEVANT EXPERIENCE Municipal Water District,and Santa Fe Irrigation District. al Owner Consultant Regarding the Progressive Design-Build of the Rincon del Diablo Municipal Water District Administration RELEVANT EXPERIENCE and Operations Building—Phase 1,Rincon Del Diablo Municipal ri Owner Consultant Regarding the Progressive Design-Build of Water District—Senior Construction Inspector.Construction of the Rincon del Diablo Municipal Water District Administration new Administration and Operations Buildings,totaling 14,000 SF, and Operations Building—Phase 1, Rincon Del Diablo Municipal delivered through a PDB delivery method.A key focus was assisting Water District—Senior Construction Inspector/Resident the District during the Guaranteed Maximum Price Proposal Phase Engineer.Construction of new Administration and Operations by validating cost estimates,monitoring open-book pricing, Buildings,totaling 14,000 SF,delivered through a PDB delivery reviewing construction schedules and schedule of values,and method.A key focus was assisting the District during the guiding GMP negotiations to ensure a fair,transparent,and Guaranteed Maximum Price Proposal Phase by validating cost cost-effective agreement aligned with the District's objectives. estimates,monitoring open-book pricing,reviewing construction a Graeber Street Water Main Replacement,Western Municipal Water schedules and schedule of values,and guiding GMP negotiations District—Inspection of 7,000 LF water main replacement project. to ensure a fair,transparent,and cost-effective agreement The project consisted primarily of installing new 12-inch water aligned with the District's objectives. main along the main arterial through March Air Reserve Base. Li 511 Pump Station Design-Build,City of Oceanside—Installation of A-2 Lift Station Rehabilitation,Elsinore Valley Municipal 2,500 LF of 18-inch ductile iron water main for the upgrades of 511 Water District Inspector for the rehabilitation of an existing Pump Station.The water main extended from the pump station 3,600 gpm lift station located within the City of Lake Elsinore, along the San Luis Rey River alignment out to a new connection Responsibilities include day-to-day inspection,coordination in Foussat Road.The pump station improvements included the with the District's operation staff,and coordination of special modification of an existing clear well,installation of three new inspection services. pumps,installation of a new surge tank,addition of an 800kw backup generator,and the installation of a new control building. /\;' ARDURRA City of Huntington Beach ! 6-13-2025 A_15 On-Call Construction Management,Materials Testing,and Inspection Services 572 . ,/ ARDURR/0 `ar ,w,w x t" CERTIFICATIONS 1 ,,,,,,,. 1 , . , ,,, , . , _, ,44:r'=" t. .,.� . , .fir •. . '''''''''' ' stO , 4 - t., , A— .:" "411/0. -' 'r i i I S . r s d e. ; 4111 a Eye. , I 1 t CERTIFICATIONS CERTIFIED CONSTRUCTION MANAGERS - ARDURRA t...4.1I1f i i .1 IJ1L 1k ABOUT US MEMBERSHIP CERTIFICATION EDUCATION&TRAINING ABOUT US MEMBERSHIP CERTIFICATION EDUCATION&TRAINING John Austin Wolitarsky, CCM Martha H Napier, CCM Job Title: Senior Project/Construction Manager Job Title: Sr Program Manager/Sr.Construction Manager Company Name: Ardurra Group Company Name: Ardurra Group City: El Segundo City: Huntington Beach State: CA State: CA Expiration Date: December 31,2027 Expiration Date: September 30,2027 CMCI Number: 10457 CMCI Number: 2270 IV1PS ilk k..)ALIA1t ABOUT US MEMBERSHIP CERTIFICATION EDUCATION&TRAINING ABOUT US MEMBERSHIP CERTIFICATION EDUCATION&TRAINING Charles Alan Hargis Jeff Moody, PE, CCM, CWl Job Title: Assistant Program Manager Job Title: Sr.Construction Manager/Owner Company Name: Ardurra Group Company Name: No Employer Selected City: Temecula City: Ramona State: CA State: CA Expiration Date: January 14,2026 Expiration Date: April 30,2028 CMCI Number: 28403 CMCI Number: 657 ARDURRA v City of Huntington Beach 1 6-13-2025 8.1 On-Call Construction Management,Materials Testing,and Inspection Services 574 CERTIFICATIONS CERTIFIED CONSTRUCTION MANAGERS - ENTERRIS ABOUT US MEMBERSHIP CERTIFICATION EDUCATION&TRAINING Anh Ly Case, PE, CCM Job Title: VP Director of Construction Management,SoCal Company Name: EXP City: San Bernardino State: CA Expiration Date: September 30,2026 CMCI Number: 5798 /\ ARDURR/\ City of Huntington Beach I 6-13-2025 B_2 1/ On-Call Construction Management,Materials Testing,and Inspection Services 575 CERTIFICATIONS PROFESSIONAL ENGINEERS - ARDURRA ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND JULY 26.1995 AAA EXPIRATION DATE SURVEYORS, AND GEOLOGISTS DECEMBER31.2026 mai CURRENT DATE TIME JUN 0 SE E AAM LICENSING DETAILS FOR: 55453 NAME:G£MILA GINO P ADDRESS LICENSE TYPEI CIVIL ENGINEER 5106 STEVEANN STREET TORRANCE CA 90503 LICENSE STATUS:CLEAR© LOS ANGELES COUNTY MAP ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND JUNE261992 ItiI!� SURVEYORS, AND GEOLOGISTS EXPIRATION DATE SEPTEMBER 30,2026 Sim CURRENT DATE 7 TIME JUNE 13 202.5 105211ALI LICENSING DETAILS FOR: 49335 NAME:LEWIS.MARK BRADLEY ADDRESS LICENSE TYPE CIVIL ENGINEER J59 HOLLY STREET LAGUNA BEACH CA 92651 LICENSE STATUS:CLEAR 0 ORANGE COUNTY MAP ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND APRLn I952 EXPIRATION DATE SURVEYORS, AND GEOLOGISTS SEPTEMBER 302026 CURRENT DATE/TIME JUNE 13 2025 11'1326AM LICENSING DETAILS FOR: 1637 NAME LEWIS.IAARA BRADLEY ADDRESS LICENSE TYPE:TRAFFIC ENGINEERS £59 HOLLY STREET LAGUNA BEACH CA 92651 LICENSE STATUS;CLEAR O' ORANGE COUNTY MAP A.„./ ARDURRA City of HuntingtonBeach 16-13-2025 8_3 On-Call Construction Management,Materials Testing,and Inspection Services 576 CERTIFICATIONS PROFESSIONAL ENGINEERS - ARDURRA (cant`cl) NMUAMIEDATE BOARD FOR PROFESSIONAL ENGINEERS, LAND MAT sD.MD EXPIRATION DATE ii Igietti SURVEYORS, AND GEOLOGISTS MEWED 20216 SEX eURRENT DATE/TEN nimminimi Jure*ilk KO LICENSING DETAILS FOR: 43607 NAME:()EEG,:DESGRAH 1.1UAGttY ADDRESS LICENSE TYPE:CIVIL ENGINEER E1•t SHELL'CA HUNTING:CN vEACH CA E IA47 LICENSE STATUS:CLEAT 0 CRAINSE CD..TN1Y IAA-' ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND .:.G:. SURVEYORS, AND GEOLOGISTS EXPIRATION DATE CURRENT DATE:TIME LICENSING DETAILS FOR: 69316 NAME:Po11 T.AF HU, ADDRESS LICENSE TYPE:CI,..EN.NE`S TL I TRH CNE :RY1 NS CA E::EC12 LICENSE STATUS:CLEAR 0 OAL,C,E I /IN", fA" ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND DECEMBER 17 2014 SURVEYORS, AND GEOLOGISTS EXPIRATION DATE MARCN S,.2D27 AAAN Ilm CURRENT DATE!TIME - JU10 i7 115S AL12023 10 LICENSING DETAILS FOR: 83184 NAME:STOAID.0V JOSEPH MICHAEL ADDRESS LICENSE TYPE:CIVIL ENGINEER 47,7 rU:TE COURT cORRANGE CA SL_F: LICENSE STATUE:CLEAR Q LCS ANGELES SEA JNT'r I%k= ARDURRA City of Huntington Beach 16-13-2025 B-4 On-Call Construction Management,Materials Testing,and Inspection Services 577 CERTIFICATIONS PROFESSIONAL ENGINEERS - ARDURRA (cont'd) ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND JUNE 142002 EXPIRATION DATE SURVEYORS, AND GEOLOGISTS SEPTEMBER 30 2026 CURRENT DATE I TIME JUNE 13 2025 105927 All LICENSING DETAILS FOR: 63609 NAME:MOODY.OFFSET SCOTT ADDRESS LICENSE TYPE:CIVIL ENGINEER 15502 INDIAN HEAD CT RAIAONA CA 92605 LICENSE STATUS:CLEAR 0 SAN DIEGO COUNTY IMP ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND APRIL242020 EXPIRATION DATE Ar,e! SURVEYORS, AND GEOLOGISTS SEPTEMBER 30.2026 CURRENT DATE/TIME JUNE 037 AM LICENSING DETAILS FOR: 91561 NAME:ROSTAAIIAN.ARASN ADDRESS LICENSE TY►EI CAVE ENGINEER 22631 SUNROSE STREET CORONA CA 92683 LICENSE STATUS:CLEAR 0 RIVERSIDE COUNTY MAP ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND DECEI.IBER 162020 SURVEYORS, AND GEOLOGISTS EXPIRATIONlDATE jtlit MARCH 3 DH 1,2927 CURRENT DATE/TIME JUNE 13.2025 ® 11.I:L,AIA LICENSING DETAILS FOR: 92115 NAME FLANNIGAV JAIAES IAICHAEL ADDRESS LICENSE TYPE:CIVIL ENGINEER 2019 GARNER STREET LOMITA CA 90717 LICENSE STATUS:CLEAR 0 LOS ANGELES COUNTY STEP \�! ARDURRA City of Huntington Beach 6-13-2025 B_5 On-Call Construction Management,Materials Testing,and Inspection Services 578 CERTIFICATIONS PROFESSIONAL ENGINEERS - ARDURRA (cont'd) ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND JUNE 22.2903 EXPIRATION DATE iiilo SURVEYORS, AND GEOLOGISTSSEPTEMEER30.2025 CURRENT DATE I TIME JUNEI 13230AM,2025 I LICENSING DETAILS FOR: 65467 NAME:ADAMSON.SCOTT REGINALD ADDRESS LICENSE TYPE:CIVIL ENGINEER 1451 TAR5OX.ST SAS DIEGO CA 92114 LICENSE STATUS:CLEAR 0 SAN DIEGO COUNTY MAP ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND JUNE 152017 EXPIRATION DATE �i A1:1 SURVEYORS, AND GEOLOGISTS SERTEMBER302025 L CURRENT SATE I TIME JUNE 533,2025 ® 11. 1 2AIA LICENSING DETAILS FOR: 87905 NAME?FINDLAY.LUCAS ADDRESS LICENSE TYPE:CIVIL ENGINEER 10250 WATERIDGE CIR 205 SAN DIEGO CA 92121 LICENSE STATUS:CLEAR 0 SAN DIEGO COUNTY MAP / , / ARDURRA City of Huntington Beach 16-13-2025 B-6 On-Call Construction Management,Materials Testing,and Inspection Services 579 CERTIFICATIONS PROFESSIONAL ENGINEERS - ENTERRIS BOARD FOR PROFESSIONAL ENGINEERS LAND ISSUANCE DATE 003 SURVEYORS, AND GEOLOGISTS EXPIRATION DATE JUNE 30.2027 CURRENT DATE J TIME 11111111191.111111111111,11 JUNE 13 2053 1179AM LICENSING DETAILS FOR: 64709 NAME:CASE ANH LY ADDRESS LICENSE TYPE:ova.ENGINEER 5942 SMINGER STE 113.168 HUNTIN GTON BEACH CA92643 LICENSE STATUS/CLEAR 0 ORANGE COUNTY AAP BOARD FOR PROFESSIONAL ENGINEERS, LAND ISSUANCE DATE JVNE 21.2005 tit kik SURVEYORS, AND GEOLOGISTS EXPIRATION DATE SERTEIASER 30 2025 OM ail' CURRENT DATE I TIME 1911E 1S.6A2L25 S1.+ LICENSING DETAILS FOR: 68668 NAME POSSE MICHAEL LEAN ADDRESS LICENSE TYPE:CML ENGINEER 139E5 GILMORE 5t LOS ANGELES CA91AD1 LICENSE STATUS/CLEAR 0 LOS ANGELES COUNTY /AA 1 ",./ ARDURRA City of Huntington Beach l 6-13-2025 8_7 On-Call Construction Management,Materials Testing,and Inspection Services 580 CERTIFICATIONS PROFESSIONAL ENGINEERS - GEO-ADVANTEC ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND APRIL S.1593 ARA SURVEYORS, AND GEOLOGISTS EXPIRATION PATE yENBER 30 2025 MO I:{ii CURRENT DATE/TIME JUNE 13 2025 II 25'32 AU LICENSING DETAILS FOR: 1841 NAME:HANSON.RONALD C ADDRESS LICENSE TYPE:ENGINEERING GEOLOGIST 595 E COMSTOCK AYE GLENDORA CA S1T.11 LICENSE STATUS:CLEAR© LOS ANGELES COUNTY I4AP ISSUANCE DATE BOARD FOR PROFESSIONAL ENGINEERS, LAND APRIL SO 1951 EXPIR♦ TION DATE SURVEYORS, AND GEOLOGISTS NOvELAER30205 NOVEidIiER 3D.7O2S CURRENT DATE/TIME JUNE1S 2025 11.27 15 AM LICENSING DETAILS FOR: 5143 NAME:NAN5CA RONALD C ADDRESS LICENSE TYPE:GEOLOGIST S05 E COMSTOCK AVE GLENDORA CA S17A1 LICENSE STATUS:CLEAR 0 LOS ANGELES COUNTS LICENSE OR REGISTRATION CLASS:EC, SAP ARDURRA City of Huntington Beach 16-13-2025 8_8 On-Call Construction Management,Materials Testing,and Inspection Services A ; 581 CERTIFICATIONS CERTIFICATIONS — GEO—ADVANTEC Page 1 of 1 4l.A (i,._,,,,,i- Digs %,.. DEPARTMENT OF BUILDING AND SAFETY City of Los Angeles Department of Building and Safety NAME LICENSE NO LICENSE TYPE EXPIRATION DATE HANSON,RONALD C P022551 GL ENDORA,CA 91741 Plane:(818)216-2131 GRADING 0428/2028 , „ ,,,i a 9j-1,,i -' i• :, , ysy 1 ",1 .4 f„"r'':t ty i. � ' # ` i p1 r (' t S q$Au xI IEI � Ej' 1 g { r t 41 , i4 - INTERNATIONAL CODE COUNCIL RONALD C HANSON —I The International Code Connell ogles that tit indiria ml named on dm certificate fiat sari faclorily '1 I donan;tnastd kno ledge as rcgnired by the Thiel ational Code Council by situe<sfaily.e tpleting the pmerihrd written examination based on codes and standards then in r/je t,midis hereby issued this comfit-oho!,ow V `1 Soils Special Inspector �; Given this day or December 22,2009 i 1;Certificate No.8049864-9 I �� ! I r -"') NaItOOEO , Ronald L Lynn v~�� ----.�O61, Richard P.Welland i Pretddent,Bard of Directors i S. Chief Executive Officer t c::: CERTIFIED`TERNATIONAL _ lilt CODE COUNCIL ,,"`,,,°Tn" � . — / ARDURRn City of Huntington Beach 16-13-2025 B_9 On-Call Construction Management,Materials Testing,and Inspection Services 582 CERTIFICATIONS CERTIFICATIONS — GEO-ADVANTEC r DEPUTYBUILDINGINSP RONALD C.HANSOM +t, J4w+nwr.f}y.abrcq yiq 4 SIAD TL-0111.CT CERTIFICATION CALIFORNIA DEPARTMENT OF TRANSPORTATION Presents this CERTIFICATE to Ronald Hanson who is certified to perform the following tests: Test Method Expiration Date IA Responsible Associated Laboratory CT 125 AGG 2026-06-09 Rabiul Hyder (No lab) CT 125 GEN 2026-06-09 Rabiul Hyder Lab 1 CT 125 HMA 2026-06-09 Rabiul Hyder (No lab) CT 231 2026-06-19 Jay Horton Lab 1 CT 375 2026-06-19 Jay Horton Lab 1 Lab 1:Geo-Advantec,Incorporated,457 West Allen Avenue,Suite 113,San Dimas No Lab-Laboratory associated with the technician is not accredited to perform the test method identified.Technicians must be associated with an accredited laboratory 142.733frt, W4 /sB Certifi In ependent Assurance(IA) Date issued.07/09/2024 Technician ID 01722 Note.This certificate is valid as long as the Technician complies with applicable requirements in Caltrans Independent Assurance Program Manual. Please verify technician certifications by visiting the SIAD website at https-/fsia dot ca goy/ Page 1/1 /,,' A R DURR i City of Huntington Beach 16-13-2025 B-10 On-Call Construction Management,Materials Testing,and Inspection Services 583 CERTIFICATIONS CERTIFICATIONS — GEO-ADVANTEC Verify A Certification "' t t SEARCH RESULTS Certification ID:1124003 ' •� Your search returned 6 records. * .ate n_ J a'� John R Cromer - '`�A I`��' "' + ACI Aggregate Base Testing Technician) r " _ g , Expires:April 17,2029 Rancho Cucamong,CA 91701 United States Verify John R Cromer ACI Concrete Laboratory Testing Technician-Level Verified Candidate Expires:November 01,2026 Rancho Cucamong,CA 91701 United States John R Cromer INTERNATIONAL ilk AC7 Aggnenate Testing Technician-Level 1 CODE r" Ecp res:November 01,2026kirr COUNCIL ,4 Rancho Cucamong,CA91701 United Stales ��_ 1 Air John R Cromer -- llir ACI Concrete Field Testino Technician-Grade I Expires:March 15,2029 Rancho Cucamong,CA 91701 United States John R Cromer ❑�r verify.iccsafe.org/8025182 ACI Concrete Strength Teshog Technician •- r+, R Expires:June 14,2029 0 M4 Rancho Cucamong,CA 91701 United States John R Cromer ACI Masonry Laboratory Testing Technician Expires:September 20,2026 Rancho Cucamong,CA 91701 United Stales 'cr,ner John Cromer 8025182 Certifications: Initial Certi(bolt C7err,,r4 Fa rxllrn CertNncste Nato, 04/06/2013 04/06/2028 Soils Special Inspectr DEPUTY BUILDING INSP License k'P034373 E=prres:06+23t2027 JOHNt R.CROMF�rr;titi 3IG vsA31 • ,_ ', iiii ASTM Soil LaboratoryTechnician ,n -. U,tit'- o•Los A"9eles Ctf!Issued m+I a au•Id�s;:w s,rery of , aiEo;„ John Cromer Cemreenwe goe s 41# ---„.....,.____.--- Issued on:16 MAR 2023 I Expires on:16 MAR 2028 I Issued by ASTM International Verify:hsspsilwww.oeafyumd$Ng6grexao I 1 ARDURR A City of Huntington Beach 16-13-2025 B-11 �/ On-Call Construction Management,Materials Testing,and Inspection Services 584 CERTIFICATIONS CERTIFICATIONS — GEO-ADVANTEC 4W ASTM INTERNATIONAL ( ./ Helping our world work better Ull -,c..,2¢414,1zostea PA bx-1 in P EP...,r,-:',4 ,r42.114191:3A Ircvn.taancr; 03/16/2023 RE: ASTM Construction Materials Testing Technician Program—Soil Laboratory Technician(SOIL) Dear ,oh'.CII,M.F41 Thank you for your interest in becoming certified through the ASTM Construction Materials Testing Technician Program for Soil Laboratory Technician. This serves as notice that you have successfully passed the written examination and provided satisfactory evidence of completion of performance evaluations. The Soil Laboratory Technician program requires successful demonstration of competency for the following standards: DII40 D2216 D4318 D698 01557 D6938 You will receive a separate notification to claim your digital badge through the Credly digital badging platform_ If you have any questions about this notice,please contact ASTM at Sincerely. ASTM Certification Team ;? ii :::;-..i..4;„;,,,.,:i?-:::r. i.;',74:5-7.-::. .,,,-;?;,7-., _•);:.,i e,..-;.,-,-7, 7,,c,:,,, ,c,.:'[.:,'," A. , ,%:•.:,,'1.''.! •,74- %,)'-'-, ', !,' . iif ' ''' _. AN'.a-- t,ia — .......' --.,i46 ir7:,-.-i:.- — dr.' N! 461 91 1.r I Certtittate qrof (Completion ...„..„,„...,. This Id to certify that John R.Cromer hos complete0 the ' 4,.7.t:::.4.i.: &wit CP10 training COltri,e on RaOiation Safety an?Use of Nuclear Gangeo, ),—.1.....,, ...0, held tbie_ 11 daY of July 2008 in the %3 1 City of San Clemente State of CA 4 CPIV InternationaL i ,,.....m,, .-..,......zz.,.. —, 'rk).-:1 CEE3LV P4i suirr C.FICEFI : ',.i.ff.:„,,..,,?!:1 ;.'!'`'''''t•(0:\ i '',,,l(Fr•„ 0..1' .3r,' /: '''''.;147,4•'.i,;iik,' )."P 7 4!W /\,,,./ ARDURRA City of Huntington Beach I 6-13-2025 8-12 On-Call Construction Management,MaterialsTesting,and Inspection Services 585 CERTIFICATIONS CERTIFICATIONS - GEO-ADVANTEC I `N_ 2423 s # .0 Ctrtiticate 41: tom tctt'V i� .,.. `.,.. ohn Robert Cra JH t The ie tv ccrt that mer ; if31 had completed the ? CPN®Rn?iatmrs Safety©ffirlr Semuaar for Nuclear Gauga,� jg a «; b&tbie ts° day of MaKeme znoe is the t i City of San Clemente State of_ co by CPN lrsterrsatinrsal. , a Y '_.Mrr_l �i iL [PM kd.naIO,.„m r N — T r 0 ' } "°''''t4 {t'i lr 1 'f T., r^-x Y^}5 x✓°`�1 y71 tna ,�}s 7, . ., ," �h,.t Sri , tr."y -, rl y -- , ` , ARDURR A City of Huntington Beach ( 613 2025 On Call Construction Management,MaterialsTesting,and Inspection Services 586 CERTIFICATIONS CERTIFICATIONS - GEO-ADVANTEC M . - ! - SIAD IL-0111 CERTIFICATION r CALIFORNIA DEPARTMENT St OF TRANSPORTATION '' Presents this CERTIFICATE to John Cromer who is certified to perform the following tests: Test Method Expiration Date IA Responsible Associated Laboratory CT 105 2024-12-17 Sarbjit Grewal Lab 1 CT 106 2025-06-09 Rabiul Hyder Lab 1 CT 125 AGG 2024-12-17 Sarbjit Grewal Lab 1 CT 125 GEN 2026-06-09 Rabiul Hyder Lab 1 CT 125 HMA 2026-06-09 Rabiul Hyder (No lab) CT 201 2024-12-17 Sarbjit Grewal Lab 1 CT 202 2024-12-17 Sarbjit Grewal Lab 1 CT 204 2025-06-09 Rabiul Hyder Lab 1 CT 205 2024-12-17 Sarbjit Grewal Lab 1 CT 216 2024-12-17 Sarbjit Grewal Lab 1 CT 217 2024-12-17 Sarbjit Grewal Lab 1 CT 226 2024-12-17 Sarbjit Grewal Lab 1 CT 227 2024-12-17 Sarbjit Grewal Lab 1 CT 229 2024-12-17 Sarbjit Grewal Lab 1 CT 231 2025-06-19 Jay Horton Lab 1 CT 308 2025-06-09 Rabiul Hyder Lab 1 CT 309 2026-09-26 Jay Horton Lab 1 CT 375 2026-09-26 Jay Horton Lab 1 CT 382 2026-09-26 Jay Horton Lab 1 CT 504 2029-03-15 Brian Ellis Lab 1 CT 518 2029-03-15 Brian Ellis Lab 1 CT 521.2 2025-06-09 Seree Yenjai Lab 1 CT 521.1 2025-06-09 Seree Yenjai Lab 1 CT 523.1 Section B.1&8.2 2029-03-15 Brian Ellis Lab 1 , ltave- 44 C rfi Independent Assurance(IA) Date issued:10/01/2024 Technician 1D:01723 Note:This certificate is valid as long as the Technician complies with applicable requirements in Calirans Independent Assurance Program Manual. Page 1/2 /- ARDURRA City of Huntington Beach i 6-13-2025 B-14 On-Call Construction Management,Materials Testing,and Inspection Services 587 CERTIFICATIONS CERTIFICATIONS - GEO-ADVANTEC � r. . SIAD TL-0111:CERTIFICATION CALIFORNIA DEPARTMENT OF TRANSPORTATION • Presents this CERTIFICATE to John Cromer who is certified to perform the following tests: Test Method Expiration Date IA Responsible Associated Laboratory CT 523.2 Section B.3 2025-06-19 Jay Horton Lab 1 CT 539 2029-03-15 Brian Ellis Lab 1 CT 540 2029-03-15 Brian Ellis Lab 1 CT 543 2029-03-15 Brian Ellis Lab 1 CT 556 2029-03-15 Brian Ellis Lab 1 CT 557 2029-03-15 Brian Ellis Lab 1 CT 643 2026-09-26 Jay Horton Lab 1 Lab 1 Geo-Advantec,Incorporated,457 West Allen Avenue,Suite 113,San Dimas No Lab Laboratory associated with the technician is not accredited to perform the test method identified.Technicians must be associated with an accredited laboratory. 7tW-- c14 /se Certifi In ependent Assurance(IA) Date issued.10/01/2024 Technician ID:01723 Note:This certificate is valid as long as the Technician complies with applicable requirements in Caltrans Independent Assurance Program Manual. Page 2/2 / ARDURRi City of Huntington Beach 16-13-2025 B-15 On-Call Construction Management,Materials Testing,and Inspection Services 588 CERTIFICATIONS CERTIFICATIONS - GEO-ADVANTEC FA ,. SIAD TL-0111:CERTIFICATION CALIFORNIA DEPARTMENT ' , ZIF OF TRANSPORTATION Presents this CERTIFICATE to John Cromer who is certified to perform the following tests: Test Method Expiration Date IA Responsible Associated Laboratory CT 105 2027-11-22 Sarmad Dalai Lab 1 CT 125 AGG 2027-11-22 Sarmad Dalal Lab 1 CT 201 2027-11-22 Sarmad Dalal Lab 1 CT 202 2027-11-22 Sarmad Dalal Lab 1 CT 205 2027-11-22 Sarmad Dalal Lab 1 CT 216 2027-11-22 Sarmad Dalal Lab 1 CT 217 2027-11-22 Sarmad Dalal Lab 1 CT 226 2027-11-22 Sarmad Dalal Lab 1 CT 227 2027-11-22 Sarmad Dalal Lab 1 CT 229 2027-11-22 Sarmad Dalal Lab 1 Lab 1.Geo-Advantec,Incorporated.457 West Allen Avenue,Suite 113.San Dimas 37 ,,,Z Daaj IA#160 Certified Independent Assurance(IA) Date issued:11/26/2024 Technician ID 01723 Note:This certificate is valid as long as the Technician complies with applicable requirements in Caltrans Independent Assurance Program Manual. A/d Page 1/1 / /\RDURRA City of Huntington Beach 16-13-2025 B-16 V On-Call Construction Management,Materials Testing,and Inspection Services 589 Fc wd. . a ..+ ;..."I � x ��8?'h ' =r Y- A id k P i a ,1 i t, . .., I ' 11 t it1010111 BEACif . I .. ,•• ARDURRA 3737 Birch Street, Suite 250 I Newport Beach, CA 92660 I 949.428.1500 I www.ardurra.com 590 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. 591 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. 592 EXHIBIT A JUNE 13, 2025 . . ..... .. . ..:,, . .„ . 4100001.11111% ..- . „ . . , /• ,.... : r, t ,i',":5,.. ,t 1., •. 7.,‘ ......--4110*-; .----' . -. . ' ,'. 1 . ,-s • 1 1_ . ._ I: I., I : *. •::: , , . i i :::..„-:-'• 11110111 -,,_ .. , . .,. . rt fil i ii ., .,,,iii ., . ,. . , . . fl ' K.--, 1 , „ iv. ' . i *4 ' : . - : .ti . ..i . 1, . .• .; I . .. , 1 , ...._a_ . II CITY OF HUNTINGTON BEACH I PUBLIC WORKS DEPARTMENT PROPOSAL TO PROVIDE ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING, AND INSPECTION SERVICES IIIIIIIIIIIIIIIIIIw-- /\\/ ARDURR A EXHIBIT B ARDURRA June 13,2025 City of Huntington Beach Public Works Department 2000 Main Street Huntington Beach,CA 92648 SUBJECT: RATE SHEET—ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING,AND INSPECTION SERVICES Dear Selection Committee Members: Enclosed is Ardurra Group,Incas rate sheet with locked rates for four years in support of the City of Huntington Beach's On-Call Construction Management,Materials Testing,and Inspection Services.Also attached are rate sheets for our subconsultants, Geo-Advantec,Inc.,Enterris Associates,and Twining,Inc. We look forward to serving the City of Huntington Beach on this on-call contract.As Ardurra's authorized representative,please contact me at 714.458.0703 or ddemilia@ardurra.com,or our Project Manager Omar Alameddine at 310.359.1203 or oalameddine@ardurra.com,should you have any questions or need further information. Respectfully submitted, Ardurra Group,Inc. Dino D'Emilia,PE,F.ASCE,QSD Southwest Program&Construction Management, Public Works&Transportation Practice Director 3737 Birch Street,Suite 250 I Newport Beach,CA 92660 I 949.428.1500 I www.ardurra.com 594 RATE SCHEDULE I /\\\../ ARDURRA ARDURRA GROUP, INC. City of Huntington Beach On-Call Construction Management, Materials Testing, and Inspection Services Rates effective through end of first year of Contract Term PROJECT/CONSTRUCTION MANAGEMENT& INSPECTION SERVICES REGULAR OVERTIME TIME STAFF RATE' MON—FRI 2 SAT' SUN/HOLIDAY 2 Principal $350 — — — Principal Program/Project/Construction Manager $308 — — — Project Executive/QA/QC Manager $308 — — — Senior Program Manager $297 — — — Program Manager $281 — — — Senior Project Manager $276 — — — Project Manager $244 — — — Assistant Project Manager $191 — — — Structures Representative $287 — — — Senior Construction Manager $278 — — — Construction Manager $247 — — — Senior Resident Engineer $276 — — — Resident Engineer $230 — — — Assistant Construction Manager/Resident Engineer $191 — — — Project Controls/Labor Compliance Officer $182 — — — Project Controls/Labor Compliance Staff $158 — — — Documents Control,Administration Staff, Labor Compliance Analyst $145 — _ — — Project Accountant $146 — — — PE Licensed Inspector(Prevailing and Non-Prevailing Wage)3,5,6 $228 $319 $319 _ $411 PE Licensed Inspector(Prevailing and Non-Prevailing Wage $233 $327 $327 $420 Special Shift)3.4,5 6 Public Works Inspector(Prevailing Wage)3,5,6 $212 $297 $297 $382 Public Works Inspector(Prevailing Wage-Special Shift)3'4'5'6 $225 $315 $315 $405 DSA/OSHPD Inspector of Record 6 $249 $349 $349 $449 — Deputy Inspection(Prevailing Wage)3,5,6 $207 $290 $290 $372 NDT Testing(Prevailing Wage)3,5,6 $207 $290 $290 $372 Public Works Inspector(Non-Prevailing Wage)5 $192 $269 $269 $345 /,,; ARDURRA City of Huntington Beach i 6-13-2025 2 On-Call Construction Management,Materials Testing,and Inspection Services 595 RATE SCHEDULE /4\\//, ARDURRA ARDURRA GROUP, INC. City of Huntington Beach On-Call Construction Management, Materials Testing, and Inspection Services Rates effective through end of second year of Contract Term Includes 3% Escalation over Prior Year's Rates PROJECT/CONSTRUCTION MANAGEMENT&INSPECTION SERVICES REGULAR OVERTIME TIME STAFF RATE' MON—FRI 2 SAT 2 SUN/HOLIDAY 2 Principal $361 — — — Principal Program/Project/Construction Manager $317 — — — Project Executive/QA/QC Manager $317 — — — Senior Program Manager $306 — — — Program Manager $290 — — — Senior Project Manager $284 — — — Project Manager $251 — — — Assistant Project Manager $197 — — — Structures Representative $295 — — — Senior Construction Manager $287 — — — Construction Manager $254 — — — Senior Resident Engineer $284 — — — Resident Engineer $236 — — — Assistant Construction Manager/Resident Engineer $197 — — — Project Controls/Labor Compliance Officer $188 — — — Project Controls/Labor Compliance Staff $163 — — — Documents Control,Administration Staff,Labor Compliance Analyst $149 — — — Project Accountant $150 — — — PE Licensed Inspector(Prevailing and Non-Prevailing Wage)3,5,6 $235 $329 $329 $423 PE Licensed Inspector(Prevailing and Non-Prevailing Wage $240 $337 $337 $433 Special Shift)34,5.6 Public Works Inspector(Prevailing Wage)3,5,6 $219 $306 $306 $393 Public Works Inspector(Prevailing Wage-Special Shift)3'4'5'6 $232 $324 $324 $417 DSA/OSHPD Inspector of Record 6 $257 $359 $359 $462 Deputy Inspection(Prevailing Wage)3,5,6 $213 $298 $298 $383 NDT Testing(Prevailing Wage)3,56 $213 $298 $298 $383 Public Works Inspector(Non-Prevailing Wage)5 $198 $277 $277 $356 /\ ARDURRA City of Huntington Beach 16-13-2025 t/ On-Call Construction Management,Materials Testing,and Inspection Services 596 RATE SCHEDULE /\\/,. ARDURRA ARDURRA GROUP, INC. City of Huntington Beach On-Call Construction Management, Materials Testing, and Inspection Services Rates effective through end of third year of Contract Term Includes 3% Escalation over Prior Year's Rates PROJECT/CONSTRUCTION MANAGEMENT& INSPECTION SERVICES REGULAR OVERTIME TIME STAFF RATE' MON-FRI 1 SAT' SUN/HOLIDAY 2 Principal $371 — — — Principal Program/Project/Construction Manager $326 — — — Project Executive/QA/QC Manager $326 — — — Senior Program Manager $315 — — — Program Manager $298 — — — Senior Project Manager $292 — — — _ Project Manager $259 — — — Assistant Project Manager $202 — — — Structures Representative $304 — — — Senior Construction Manager $295 — — — Construction Manager $262 — — — Senior Resident Engineer $292 — — — Resident Engineer $243 — — — Assistant Construction Manager/Resident Engineer $202 — — — Project Controls/Labor Compliance Officer $193 — — — Project Controls/Labor Compliance Staff $168 — — — Documents Control,Administration Staff,Labor Compliance Analyst $154 — — — Project Accountant $154 — — — PE Licensed Inspector(Prevailing and Non-Prevailing Wage)3,5,6 $242 $338 $338 $435 PE Licensed Inspector(Prevailing and Non-Prevailing Wage $247 $346 $346 $445 Special Shift)3,4,5,6 _ Public Works Inspector(Prevailing Wage)3,5,6 $225 $315 $315 $405 Public Works Inspector(Prevailing Wage-Special Shift)3'4,5,6 $238 $334 $334 $429 DSAIOSHPD Inspector of Record 6 $264 $370 $370 $476 Deputy Inspection(Prevailing Wage)3,5,6 $219 $307 $307 i $395 NDT Testing(Prevailing Wage)3,5,6 $219 $307 $307 $395 Public Works Inspector(Non-Prevailing Wage)5 $203 $285 $285 $366 /\ ARDURRA City of Huntington Beach 16-13-2025 4 �/ On-Call Construction Management,Materials Testing,and Inspection Services 597 RATE SCHEDULE :\ ,,.' / ARDURRA ARDURRA GROUP, INC. City of Huntington Beach On-Call Construction Management, Materials Testing, and Inspection Services Rates effective through end of fourth year of Contract Term Includes 3% Escalation over Prior Year's Rates PROJECT/CONSTRUCTION MANAGEMENT& INSPECTION SERVICES REGULAR OVERTIME TIME STAFF RATE' MON-FRI 2 SAT 2 SUNIHOLIDAY 2 Principal $382 - - - Principal Program/Project/Construction Manager $335 — — — Project Executive/QA/QC Manager $335 — — — Senior Program Manager $324 — — — Program Manager $307 — — — Senior Project Manager $301 — — — Project Manager $266 — — — Assistant Project Manager $208 — — — Structures Representative $312 — — — Senior Construction Manager $304 — — — Construction Manager $269 — — — Senior Resident Engineer $301 — — — Resident Engineer $250 — — — Assistant Construction Manager/Resident Engineer $208 — — — Project Controls/Labor Compliance Officer $198 — — — Project Controls/Labor Compliance Staff $172 — — — Documents Control,Administration Staff, Labor Compliance Analyst $158 — — — Project Accountant $159 — — — PE Licensed Inspector(Prevailing and Non-Prevailing Wage)3,5,6 $249 $348 $348 $447 PE Licensed Inspector(Prevailing and Non-Prevailing Wage- Special Shift)3'4'S'6 $254 $356 $356 $458 Public Works Inspector(Prevailing Wage)'5 5 $231 $324 $324 $416 Public Works Inspector(Prevailing Wage-Special Shift)3'4'5'6 $245 $343 $343 $441 DSA/OSHPD Inspector of Record 6 $272 $380 $380 $489 Deputy Inspection(Prevailing Wage)3,5,6 $225 $316 $316 $406 NDT Testing(Prevailing Wage)3.5,6 $225 $316 $316 $406 Public Works Inspector(Non-Prevailing Wage)5 $209 $293 $293 $377 /\\,/ARDURRA City of Huntington Beach 16-13-2025 5 On-Call Construction Management,Materials Testing,and Inspection Services 598 RATE SCHEDULE ARDURRA ARDURRA GROUP, INC. City of Huntington Beach On-Call Construction Management, Materials Testing, and Inspection Services NOTES AND ASSUMPTIONS 1 The above hourly rates include wages,fringe and general and administrative overhead and fee,as well as typical supplies,tools and equipment required to perform services.Construction management software is not included in the base rate. 2 Rate applies to the first four hours of overtime during the week and/or first eight hours of overtime on Saturdays;all overtime in excess of four hours during the week or eight hours on Saturdays is paid at the Sunday/holiday rate. 3 Prevailing Wage Rates are subject to increases pursuant to the State of California's Department of Industrial Relations Wage Rate Determinations. Related rates for Prevailing Wage covered classifications include an assumed$5.00 per year increase in covered class compensation.The current rates are based on Determination SD-23-63-2-2024-1 D.issued 8/22/2024. 4 A Special Shift is any shift that starts after 5:00 PM and before 6:00 AM. 5 The following minimum callout applies to inspection staff,in accordance with Industrial Welfare Commission Order#16-2001: •Cancellation of 8 hours scheduled inspection after inspector's arrival on site:4-hour minimum •Cancellation of 4 hours scheduled inspection after inspector's arrival on site:2-hour minimum 6 For contracts involving public works inspection services,Ardurra requires the awarding public agency to complete DIR form PWC-100 solely for Ardurra as the prime contractor specific to the awarded contract name and amount.A half-hour per week,per inspector labor compliance charge will be billed for all Prevailing Wage inspection assignments. 7 Any Accessibility Expert/CASp Inspector service assignments shall be a 4-hour minimum. Reimbursable Expenses(Other Direct Costs):Ordinary identifiable non-salary costs that are directly attributable to the project,such as regular commuter travel costs,standard equipment,tools and software,etc.,are included in the fee estimated above.Extraordinary expenses. such as oversized and/or color reproduction costs,vehicle identification decals,site facility hard phone line and/or internet service charges, non-commuter project miles and/or other travel expenses to remote(over 50 miles one-way)fabrication yards/batch plants,overnight postage/ couriers,etc.,are billed at actual cost plus fifteen percent(15%)to cover overhead and administration.Travel charges to a casting/fabrication yard or batch plant will include the hourly billing rate plus travel expenses as listed in the Caltrans Travel Guide(State rates).Mileage is billed at the current IRS rate(currently$0.70/mile).An allowance for extraordinary charges is included as Other Direct Costs(ODC)in the fee table above.Extraordinary charges above and beyond the estimated ODC allowance will not be billed to the Client unless specifically included in the contract or requested and approved by the Client in writing prior to incurring the additional expense.. Fees for Subconsultant Services: Billed at actual cost,plus 10 percent(10%)to cover overhead and administration. Web-Based Contract Administration:Selected/specified cloud-based service billed at cost plus ten percent(10%). Escalation:As indicated in above rate schedules. Rates beyond the initial 4-year term are subject to adjustment based on experienced regional escalation factors. Drone Photography:$300 per flight,plus labor. Exclusions to Scope and Fee:The following items are specifically excluded: Legal advice t, Specialized software(other than MS Office Suite and MS Project) Services not specifically enumerated in the accompanying proposal / "/ARDURR.A City of Huntington Beach ( 6-13-2025 •6 On-Call Construction Management,Materials Testing,and Inspection Services 599 /\ ARDURR/\ SUBCONSULTANT RATE SHEETS ,,,.„<71,,,„..,...„_ , _____ ,.0,64,-,. .,i4-t,..„,.., ip ik'�' ‘ ,,...."'W "+ a . r ^ am x psi r • 03'{ . , '' . 1.j t ‘ 1 1 F i bN F r. 8 ,* � i Geo-Advantec ENGINEERING SERVICES ENGINEERING AND PROFESSIONAL SERVICES Principal Geotechnical Engineer/Principal Engineering Geologist $ 275.00 Per Hour Senior Hydrogeologist $ 275.00 Per Hour Senior Geotechnical Engineer/Senior Engineering Geologist/Senior Registered Engineer $ 200.00 Per Hour Registered Civil Engineer $ 200.00 Per Hour Project Manager $ 150.00 Per Hour Senior Field Engineer $ 175.00 Per Hour Staff Engineer/Staff Geologist/Field Engineer $ 150.00 Per Hour Laboratory Manager $ 125.00 Per Hour Administration $ 75.00 Per Hour GIS Technician $ 150.00 Per Hour Drafter/CAD Technician $ 90.00 Per Hour Principal Geologist Forensic/Field and Office $ 350.00 Per Hour Principal Geotechnical Engineer Forensic(Field and Office) $ 425.00 Per Hour Senior Engineer Forensic(Field and Office) $ 300.00 Per Hour Field Engineer Forensic $ 225.00 Per Hour Principal Geotechnical Engineer and Geologist Expert Witness and Litigation Tasks $ 425.00 Per Hour Senior Geotechnical Engineer/Senior Registered Engineer Expert Witness and Litigation Tasks $ 350.00 Per Hour GEOTECHNICAL INVESTIGATIVE/PRE-CONSTRUCTION PHASE FIELD DRILLING AND TESTING *Field Testing/Sampling Helper(Technician-Prevailing Wage) $ 150.00 Per Hour *Surcharge of$10 per/hr. for projects under PLA/CWA agreements Drilling-Hollow Stem Auger(6-8"diameter)(subject to adjustment) $ 7075.00 Per Day Drilling-Mud Rotary Wash Drilling(subject to adjustment) $ 7675.00 Per Day Drilling-Cone Penetration Test(subject to adjustment) $ 8250.00 Per Day Coring-Pavement(Crew+Equipment, including rapid set concrete or cold AC patching) $ 300.00 Each Core Saw-Cut-R-value Sampling(Crew+Equipment,including rapid set concrete or cold AC patching) $ 425.00 Each Location Sample Pickup(truck+driver,within a 50-mile radius from GAI's office) $ 175.00 Per Round GPR Survey $ 4125.00 . Per Day Percolation Test(Falling Head Method-Max.depth 15')(Min. 2 tests,$10,600) $ 5300.00 Per Test INSPECTION SERVICES GEOTECHNICAL MONITORING DURING CONSTRUCTION TESTING AND INSPECTION SERVICES *Soil Technician/Field Engineer(Prevailing Wage) $ 150.00 Per Hour *Surcharge of$10 per/hr.for projects under PLA/CWA agreements Soils/Materials Inspector(Regular Wage) $ 100.00 Per Hour Technician/Field Engineer-Pile and Tieback Monitoring&Inspection $ 150.00 Per Hour Deputy Grading Inspector(City of LA) $ 175.00 Per Hour Nuclear Gauge Equipment $ 80.00 Per Day MATERIALS SPECIAL INSPECTION *Inspector/Concrete, Batch Plant Inspection $ 150.00 Per Hour *Inspector/Masonry $ 150.00 Per Hour *Inspector/Welding/Steel/Tagging&Sampling $ 150.00 Per Hour *Inspector/Post-Tension $ 150.00 Per Hour *Inspector/Fireproofing $ 150.00 Per Hour *Inspector/UT $ 175.00 Per Hour *Inspector/Pull Test $ 175.00 Per Hour *Surcharge of$10 per/hr. for projects under PLA/CWA agreements Per Diem Shop Inspection(if the shop is more than 50 miles from the project site) $ TED REPORTS Effective: January 2025-December 2029 Page Al of A6 Proposal No.25-1132 Master Fee Schedule /t/ARDURR f1 City of Huntington Beach j 6-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services 601 G-A Geo-Advantec Soils(Geotechnical/Geohazard Evaluation)Report Vanes-Lump Sum DSA-293 Report $ 875.00 Ea. Cert. DSA-291 Report $ 875.00 Ea. Cert. Final Grading/Compaction Report(Comprehensive-Minimum) $ 3550.00 Each Pad Certificate Report/Letter $ 1775.00 Each Utility Trench Compaction Report-(Length<4000 L.F.) $ 2950.00 Each Wall Backfill Report $ 2950.00 Each Monthly Interim In-Grading Report $ 1775.00 Each Pile/Shoring Monitoring Report(Final) $ Quote Each Plan Review(Grading/Foundation) $ 2950.00 Each Materials Testing Final Verification Letter $ 1175.00 Each Project Laboratory Report Review Letter(Stamped) _ $ 875.00 Each LABORATORY TESTING SOIL AND AGGREGATE CLASSIFICATION&PHYSICAL CHARACTERISTICS ID ASTM CTM T101 D2937 CT212 Unit Weight $ 35.00 Each T102 D4829 Expansion Index $ 160.00 Each T103 C117, D1140 Finer than#200 Wash $ 70.00 Each T104 D422, C136 CT202 Sieve Analysis-Coarse&Fine Including wash $ 200.00 Each T105 D422, C136 CT202 Sieve Analysis-Coarse Aggregate $ 155.00 Each T106 D422, C136 CT202 Sieve Analysis-Fine Including Wash $ 175.00 Each T107 D422 CT203 Particle-Size Distribution - Sieve Analysis + $ 260.00 Each Hydrometer Combined T108 D422 CT203 Hydrometer Analysis only $ 175.00 Each T109 D4318 CT204 Atterberg Limits LL, PL,&PI of Soils $ 160.00 Each T110 D2435 Consolidation(without Time Rate) $ 245.00 Each T111 D2419 CT217 Sand Equivalent Value of Soil and Fine Aggregate $ 145.00 Each Set (Set of Three) T112 C127 CT206 Specific Gravity and Absorption(Coarse Aggregate) $ 115.00 Each T113 C127 CT206 Absorption Only,Coarse Aggregate $ 85.00 Each T114 C128 CT207 Specific Gravity and Absorption(Fine Aggregate) $ 205.00 Each T115 C128 CT207 Absorption Only, Fine Aggregate $ 115.00 Each T116 AASHTO CT209 Specific Gravity (Soil) by Hydrometer (Water $ 185.00 Each T100 Pycnometer) T117 D2216 CT226 Water Moisture Content $ 35.00 Each T118 D3080 Direct Shear(3 Points) $ 345.00 Each T119 D3080 Direct Shear Remolded sample(3 points) $ 390.00 Each T120 D1557 A, B Maximum Density 4 in.Mold Passing No.4 or 3/8 in. $ 200.00 Each Sieve T121 D1557-C Maximum Density 6 in.Mold Passing 3/4 in. Sieve $ 215.00 Each T122 D2166 CT221 Unconfined Compressive Strength of Cohesive Soil $ 185.00 Each T123 D2844 CT301 R-Value, Untreated Material(3 Points) $ 375.00 Each T124 D2844 CT301 R-Value,Treated Material $ 400.00 Each SOIL AND AGGREGATE Effective: January 2025-December 2029 Page A2 of A6 Proposal No.25-1132 Master Fee Schedule /. ARDURRA City of Huntington Beach 16-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services ; 602 G-A Geo-Advantec CLASSIFICATION&PHYSICAL CHARACTERISTICS ID ASTM CTM T125 D4791 CT235 Flat and Elongated Particles $ 290.00 Each T126 D3744 CT229 Durability Index(fine and coarse)in Aggregate $ 290.00 Each T127 D3744 CT229 Durability Index(fine or coarse)in Aggregate $ 185.00 Each T128 C142 Clay Lumps and Friable Particles in Aggregate $ 175.00 Each T129 C40 CT213 Organic Impurities in Fine Aggregates for Concrete $ 100.00 Each T130 D5821 CT205 Percentage of Crushed Particles $ 205.00 Each T131 C131 CT211 Los Angeles Rattler Test, (Abrasion up to 1-1/2") $ 345.00 Each T132 C535 CT211 Los Angeles Rattler Test, (Abrasion Large-up to 2- $ 400.OD Each 1/2") T133 C88 CT214 Sodium/Magnesium Sulfate Soundness of $ 455.00 Each Aggregate,5-cycles T134 CT216 Relative Compaction of Soils & Aggregates using $ 275.00 Each California Impact Apparatus T135 CT227 Cleanness Value of Coarse Aggregate $ 260.00 Each T136 D558 Moisture-Density Relations of Soil-Cement Mixtures $ 200.00 Each T137 D1633 A Compressive Strength of Molded Soil-Cement $ 75 00 Each Cylinders using 4 in.Mold T138 D4546 One-Dimensional Swell or Collapse of Soils $ 175.00 Each T139 Shelby Tube Cutting, Remolding or Trimming $ 35.00 Each Specimens for testing T140 D1883 California Bearing Ratio, Maximum Density test $ Quote Each separate charge T141 D2435 Consolidation(with time rate for 2 loads) $ 320.00 Each T142 AASHTO CT234 Fine Aggregate Angularity $ 255.00 Each T143 D2850 Unconsolidated-Undrained Triaxial Compression $ 190.00 Each CHEMICAL PROPERTIES OF SOILS ID CTM T190 CT643 Resistivity $ 85.00 Each T191 CT643 pH $ 75.00 Each T192 EPA 300.0 Sulfate Content $ 105.00 Each T193 EPA 300.0 Chloride Content $ 105.00 Each CT643 T194 EPA 300.0 Corrosivity Series $ 315.00 Each EPA 300.0 CONCRETE ID ASTM CTM T201 C39 CT521 Compression Tests, 6x12 and/or 4x8 Cylinders, $ 45.00 Each including Holds T202 C495 Compression,Lightweight Insulating Concrete $ 140.00 Each T203 C42,C39 Concrete Cores Compression Test (excludes $ 9fl 00 Each sampling) T204 C42 Drilling Cores from Shotcrete Panel(Lab) $ 145.00 Each T205 C109 C515 Compression,2"x2"x2"Cube Specimen $ 65.00 Each T206 C496 Splitting Tensile Strength 6"x12"Cylinder $ 175.00 Each CONCRETE Effective: January 2025-December 2029 Page A3 of A6 Proposal No.25-1132 Master Fee Schedule r. / '` r ARDURRA City of Huntington Beach j 6-13-2025 *10 On-Call Construction Management,Materials Testing,and Inspection Services 603 G-A Geo-Advantec ID ASTM CTM T207 C78 CT523 Flexural Strength Test(6"x6"x21"Beam) $ 175.00 Each T208 C157 Drying Shrinkage (Set of 3 bars, 4 readings, up to $ 550.00 Each set 90-days) T209 C39 Unit Weight of Concrete Cylinders $ 60.00 Each T210 Review Existing Mix Design $ 115.00 Each T211 Drilling Cores from Shotcrete Panel(Field) $ 230.00 Each MATERIALS TESTING ID ASTM CTM UBC T301 D2216 7-6 Fireproofing Density Test $ 90.00 Each T302 Mechanically Spliced Reinforcing Tensile Test up to $ 370.00 Each size No.11 T303 A416 Pre-Stress Still Strand(7 wire) $ 400.00 Each T304 A615,A706 Reinforcing Tensile or Bend Up to No.8 $ 80.00 Each T305 A615,A706 Reinforcing Tensile or Bend No.9 to 11 $ 100.00 Each T306 A615,A706 Reinforcing Tensile or Bend No.11 to 14 $ 210.00 Each T307 N/A Welding Procedure Review $ 120.00 Each T308 F606 Anchor Bolts,Studs,or Threaded Rods Tensile Test $ 280.00 Each under 100,000 lbf T309 F606, F3125 Bolt A325 or A490 Wedge Tensile and Hardness up to $ 170.00 Each T310 F606, F3125 Bolt A325 or A490 Wedge Tensile up to 1-1/8" in $ 260.00 Each diameter,and Hardness T311 F606, F3125 Bolt A325 or A490 Wedge Tensile up to 1-1/4" in $ 260.00 Each diameter,and Hardness T312 F606,F3125 Bolt A325 or A490 Wedge Tensile up to 1-3/8" in $ 260.00 Each diameter,and Hardness T313 F606,F3125 Bolt A325 or A490 Wedge Tensile up to 1-1/2" in $ 300.00 Each diameter,and Hardness T314 F606,A194 Nut-Hardness and Proof Load under 100,000 lbf $ 70.00 Each T315 F6Q6,A194 Nut- Hardness and Proof Load Test 100,000- $ 90.00 Each 120,000 lbf T316 F436 Washer-Hardness $ 60.00 Each HOT MIX ASPHALT TESTING ID ASTM CTM T401 D1561 CT304 Laboratory Test Maximum Density(LTMD), Hveem $ 320.00 Each T402 D1560 CT304, Stabilometer Value $ 380.00 Each CT366 T403 CT305 Stability-Swell $ Quote Each T404 CT308 Specific Gravity&Density of Core $ 120.00 Each T405 D2041 CT309 Theoretical Maximum Specific Gravity & Density $ 280A0 Each (Rice) T406 CT370 Moisture Content by Microwave Oven $ 90.00 Each T407 D5444 CT202 Sieve Analysis of Extracted Aggregate Sample $ 200.00 Each T408 C136 CT202 Sieve Analysis of Bin Aggregate Sample,each $ 80.00 Each T409 C136 CT202 Sieve Analysis of Combined Aggregate Sample $ 260.00 Each T410 D6307 CT382 Asphalt Content by Ignition Oven(Bitumen Content) $ 280.00 Each T411 D6307 CT382 Asphalt Content by Ignition Oven (Correction $ 400.00 Each Factor) T412 D1188 CT308 Unit Weight-Coated, Molded Specimen or Cores $ 120.00 Each HOT MIX ASPHALT TESTING Effective: January 2025-December 2029 Page A4 of A6 Proposal No.25-1132 Master Fee Schedule // /ARDURR A City of Huntington Beach 16-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services ':_ 604 Geo-Advantec ID ASTM CTM T413 D2726, Compacted Maximum Density—MARSHALL $ 280.00 Each D6926 T414 D2172 Extraction, %Asphalt(Reflux) including wash and $ 450.00 Each solvent charge T415 D2216 CT226 Emulsion Moisture Content by Oven $ 70.00 Each T416 AASHTO T59 CT331 Residue by Evaporation $ 230.00 Each T417 D3910 Wet Track Abrasion Test(WTAT) $ Quote Each MASONRY TESTING ID ASTM UBC T501 C140 Compression Test of CMU Block(gross) $ 115.00 Each T502 C140 Absorption&Moisture Content $ 100.00 Each T503 C426 Linear Shrinkage $ 285.00 Each T504 C140 Unit Weight $ 105.00 Each T505 C140 Dimensional Measurements $ 65.00 Each T506 C140 Compression Test of Masonry Core $ 120.00 Each T507 C39,C780 21-16 Compression Test of 2"x 4"Mortar Cylinder $ 70.00 Each T508 C1314 21-17 Compression Test of Composite Prism $ 300.00 Each T509 C1019 21-18 Compression Test of 3"x 3"x 6"Grout $ 105.00 Each T510 CBC 2105A.4 Shear on Masonry Cores,2 Faces,4"or 6"Cores $ 195.00 Each T511 Saw Cutting Coupons, or trimming from Masonry $ 45.00 Each Unit T512 GPR Scanning for Reinforcement $ Quote Each T513 Masonry Wall Coring $ 330.00 Each T514 Masonry Wall Coring above 5 feet from floor $ Quote Each T515 C482 Veneer Bond Strength Shear Test-Onsite $ Quote Each MINIMUM CHARGES FOR CONSTRUCTION PHASE INSPECTIONS • All technicians and inspectors are based on a minimum of four (4) hours. Over four hours shall be a minimum of eight (8) hours for inspectors or technicians. If an inspector or technician is scheduled to perform a service, shows up at the project site, and no work is performed, a four-hour(4)charge will apply and be referred to as a show-up charge. TRAVEL&MILEAGE • No travel time and mileage costs for engineering staff and materials/special inspection personnel. Per the regulations of Department of Industrial Relations (DIR-Public Works Manual 2016), for soils technicians performing construction inspection and testing carrying a nuclear gauge device travel time will be charged at contractual rate,from GAI's closest office and for round trip drive time (Portal to Portal). • For regular/non-prevailing jobs, a round-trip mileage cost equal to $0.75 per mile, calculated from GAI's office to the project site,will be charged. • The travel time and mileage fee may be subject to change per the negotiation with the client and written approval. SCHEDULING &CANCELLATIONS • A 24-hour notice is required when scheduling an inspection or technician. For same day scheduling and for after 3:00 pm the preceding day, the inspector/technician will be deployed to the site if a technician is available. PREVAILING WAGE • Our rates will increase proportionally every July 1 in accordance with the wage listed by the Department of Industrial Relations which is tied to Operating Engineers Local 12 documented annual increases plus Effective: January 2025-December 2029 Page A5 of A6 Proposal No.25-1132 Master Fee Schedule ARDURRA City of Huntington Beach 16-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services 605 Geo-Advantec corresponding changes in our general administration and overhead expenses. These adjustments shall become agreed upon basis for charges by GAI to Client. LABORATORY TESTING • Material samples will be discarded after testing, unless notification by Client has been made to GAI's laboratory prior to testing. If Client requires samples be retrieved after testing or stored at GAI's laboratory for an extended duration of time, arrangements can be made at no additional cost to the client. TERMS OF PAYMENT • Invoices shall be deemed delinquent if not paid within thirty (30) days from date of invoice and will be subject to an additional charge of 1.5% of the unpaid balance for each month of delay. GAI reserves the right to terminate its services to Client without notice if all invoices are not paid currently. In case of service termination, the entire amount accrued for all services performed shall immediately become due and payable. Client waives any, and all claims against GAI, its subsidiaries, affiliates, servants, and agents, for termination of work pursuant to this paragraph. Effective: January 2025-December 2029 Page A6 of A6 Proposal No.25-1132 Master Fee Schedule ,RDURRA City of Huntington Beach ( 6-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services 606 RATE SCHEDULE Huntington Beach CM Oncall Rate Sheet Enterris Associates, Inc. 1st Year of 2nd Year of 3rd Year of 4th Year of Overtime Other Direct Labor Category(Classification) Contract Term Contract Term Contract Term Contract Term Hourly Cost Cost Hourly Rate' Hourly Rate** Hourly Rate" Hourly Rate" Rate Project Manager $338.00 $348.14 $358.58 $369.34 N/A Mileage per GSA rates Deputy Project Manager $278.00 $286.34 $294.93 $303.78 N/A Construction Manager $338.00 $348.14 $358.58 $369.34 N/A Deputy Construction Manager $278.00 $286.34 $294.93 $303.78 N/A Senior Scheduler $227.00 $233.81 $240.82 $248.05 N/A Scheduler $203.00 $209.09 $215.36 $221.82 N/A Senior Inspector $230.00 $236.90 $244.01 $251.33 N/A Inspector $195,00 $200.85 $206.88 $213.08 N/A *Hourly Rates are determined by Enterris'Audited Overhead Rate and a 10%Fee. **2nd,3rd and 4th Year Hourly Rates based on 3%yearly escalation based off of 1st Year of Contract Term ARDURRA Cityof Huntington Beach i 6-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services 607 ••% " TWINING Schedule Of Fees 2025-2029 NOTE:Rates will be adjusted annually each July 1st to reflect increased costs. Personnel Rates:Per Hour Unless Otherwise Noted Task Task Equipment Usage(Daily unless otherwise Noted), Code Engineering And Consulting Personnel Rate Code Continued Rate 10026 Senior Principal Advisor/Consultant S 411.00 95315 Torque Multiplier $ 50 00 10001 Principal Engineer/Geologist $ 294.00 95321 Air Meter 5 39.00 10017 Metallurgical Engineer $ 411.00 95322 Unit Weight Bucket 5 29.00 70000 Registered Geotechnical Engineer 5 294.00 95323 Field Concrete Scale S 39.00 10010 Technical Advisor S 272.00 95324 2"x 2"x 2"Mold $ 27.00 10011 Material Scientist,Welding/NOT Consultant S 289.00 95343 Nuclear Gauge(Per Hour) $ 13.00 70003 Registered Geologist/Certified Engineering Geologist S 289.00 95319 Sand Cone Density Test Equipment $ 63.00 10903 Senior Engineer/Geologist $ 261.00 95333 Pull Test Equipment S 78.00 10009 Registered Civil Engineer $ 250.00 95348 Concrete/Asphalt Coring Equipment $ 755.00 60003 Roofing/Waterproofing Consultant $ 278.00 95336 Floor Flatness(Dipstick) $ 67.00 10013 Project Engineer/Manager 5 244.00 95330 Schmidt Hammer $ 50.00 30000 Quality Control Manager S 244.00 95341 Vapor Emission Test Kits $ 61.00 10005 Senior Staff Engineer/Geologist $ 228.00 95342 Relative Humidity Probe S 94.00 10007 Staff Engineer/Geologist $ 216.00 95339 UPV(Ultrasonic Pulse Velocity)Meter $ 444.00 10015 Quality Control Administrator $ 216.00 95351 Fireproofing AdhesionlCohesion(Per Test) S 44.00 10019 Metallurgical Technician $ 183.00 95300 A Scan Ultrasonic Equipment And Consumables S 105.00 90001 CADD Operator/Draftsperson S 167.0D 95303 Magnetic Particle Equipment And Consumables $ 56.00 95103 Administrative Support $ 109.00 95306 Liquid Penetrant Consumables 5 50.00 70107 Field Supervisor $ 205.00 95307 Phased Array Ultrasonic Equipment(Per Hour) S 111.00 91030 Safety Supervisor S 205.00 95347 Ground Penetrating Radar 5 422.00 20000 Laboratory Manager 5 189.00 95345 Impact Echo S 427.00 98000 Laboratory Technician $ 161.00 95362 Ultrasonic Tomography S 555.00 90005 Experl Witness Testimony S 666.00 95349 Inertial Profiler(Per Hour) Quotation 91010 Qualified SWPPP Developer $ 22800 95352 Borescope 5 333.00 91000 Qualified SWPPP Practitioner S 216.00 95356 Infrared Camera $ 111.00 30001 Vibration Engineer $ 250.00 95357 Project Dedicated Vehicle $ 200.00 95364 Roller Compacted Concrete Vibrating HammerlTamping Plate 5 89.00 Task 95367 Half-Cell Potential Equipment Set $ 427.00 Code Field Inspection Personnel Rate 95368 Concrete Electrical Resistivity Meter 5 200.00 10101 Concrete/Reinforced Steel Inspector $ 149.00 95369 Field Hardness(Steel) 5 122.00 10103 Prestressed/Post Tensioned Inspector $ 149.00 95370 Coating Thickness Gauge S 122.00 10105 Concrete ICC Inspector $ 149.00 95373 Curing Box(Not Temperature Controlled,One-Time Fee/ $ 833.00 10109 Drilled-In-Anchor Inspector $ 149.00 Per Box) 10111 Gunite/Shotcrete Inspector S 149.00 95371 Temperature Control Curing Box(Per Month) $ 555.00 10113 Masonry Inspector $ 149.00 95372 Temperature Matching Curing Box(Per Mon:h) $ 633.00 10201 Structural SteeVWetding Inspector $ 149.00 10203 AWS Certified Welding Inspector S 149.00 Task 10207 Fireproofing Inspector S 149.00 Code Specimen Pick-Up Rate 10501 Lead Inspector S 152.00 20100 Soil/Aggregate Sample(Each) S 56.00 10115 Firestop Special Inspector-IFC Premier S 172.00 20102 Standard Sample:Concrete Cylinders(Each) 5 36.00 10117 Firestop Special Inspector-10P S 222.00 20101 Standard Sample:Mortar/Grout Cubes And Cores. $ 36.00 70109 L.A.Deputy Grading Inspector S 161.00 Fireproofing,Rebar,And Epoxy Prisms(Each) 75001 Asphalt Field and Plant Inspector/Technician $ 149 00 20103 Oversize Sample-Masonry Prisms And Shotcrele Panels(Each) S 94.00 70103 Pile Driving Inspector 5 149.00 20104 Oversize Sample:Flexural Beams(Each) 70101 Soils Technician S 149.00 20107 Technician For Specimen Pick-Up Not Listed Above $ 161.00 10107 Concrete Quality Control(ACIlCaltrans Technician) S 149.00 (Per Hour,2-Hour Minimum) 10122 Wood Framing Inspector S 149.00 20109 Technician For Specimen Pick-Up Before 5:00 a.m. $ 222.00 60001 Roofing/Waterproofing Inspector $ 161.00 Or After 5:00 p.m.Monday Thru Friday,Or All Day Saturday 10500 Public Works Inspector S 167.00 (Per Hour,2-Hour Minimum Plus Mileage) 10515 Mechanical Inspector $ 178.00 10519 Electncal Inspector S 178.0D Task 10521 Plumbing Inspector 5 178.00 Code Jobsite Trailer,Mobile Or On-site Laboratory Rate 10523 Building Inspector S 178.00 95360 Portable Or Mobile Laboratory Unit Quotation 30002 Vibration Monitoring Technician 5 172.00 95374 Jobsite Trader.Conex,Or Equipment Storage Box Quotation 50003 Field Engineering Technician 5 149.00 Task Task Code Concrete Tests(Field Made Specimens) Rate Code Shop Inspection Personnel Rate 20201 6"x 12"Cylinder Compression Strength(ASTM C39) $ 50.00 10301 Structural Steel Fabrication Inspector 5 149.00 20202 4"x 8"Cylinder Compression Strength(ASTM C39) S 44.00 10309 Batch Plant Quality Control Technician/Inspector S 149.00 20203 Density Of Structural Lightweight Concrete Equilibrium $ 111.00 10325 Glue-Laminated Fabrication Inspector Quotation Oven Dry Method(ASTM C567) 10328 Pre-Cast Concrete/Pipe Fabrication Inspector $ 149,00 20205 Core Compression Including Trimming(ASTfd C42) S 100.00 20207 6"x 6"x 18"Flexural Beams Not Exceeding Referenced $ 139.00 Task Size(ASTM C78,C293 or CTM 523) Code Nondestructive Testing Personnel Rate 20209 Splitting Tensile Strength(ASTM C496) 5 139.00 10401 NDE Ultrasonic Testing Technician 5 155.00 20211 Modulus Of Elasticity Test(ASTM C469) S 361.00 10403 NDE Magnetic Particle Testing Technician $ 155.00 80003 Rapid Chloride Permeability Test:Cylinders Or Cores $ 633.00 10405 NDE Dye Penetrant Testing Technician $ 155.00 (ASTM C1202) 10305 Combination NDE Technician/Welding Inspector 5 155.00 80006 Density,Absorption,And Voids In Hardened Concrete $ 633.00 10409 Radiographic Testing(Crew Of 2) S 422.00 (ASTM C642) 10020 NDE Engineer $ 272.00 40005 Flexural Toughness(ASTM C1609,Formerly ASTM C1018) S 999.00 40006 Double Punch Strength Of Fiber Reinforced Concrete S 666.00 Task 40009 Coefficient Of Thermal Expansion Of Concrete $ 722.00 Code Equipment Usage(Daily Unless Otherwise Noted) Rate (CRD 39,AASHTO T336) 95318 Skidmore $ 53.00 40012 Bulk Electrical Resistivity(One Age Of Testirg,ASTM C1876) $ 178.00 95309 Torque Wrench.Small $ 22.00 80013 Flexural Tensile Strength Of Metallic Fiber Reinforced Concrete $ 999.00 95312 Torque Wrench.Large S 33.00 Beam(EN 14651) /\ A D UR R A City of Huntington Beach (6-13-2025 15 On-Cat Construction Management,Materials Testing,and Inspection Services 608 •• • • " TWINING Task Task Code Concrete Specimen Preparation Rate Code Qualification Of Cements Rate 20151 Seeing Of Specimens(Each) $ 56.00 80100 Chemical Analysis Of Portland Cement Per Standard $ 833.00 20157 Coring Of Specimens In Lab(Each) $ 56.00 Requirements(ASTM C150) 20159 Grinding Of Concrete Below 6000 psi Strength(Each) S 100.00 80103 Physical Testing Of Portland Cement Per Standard 5 833.00 20160 Grinding Of Concrete 6000 psi Strength And Above(Each) S 122.00 Requirements(ASTM C150) 80194 Physical Testing Of Type K Cement,Mortar Expansion $ 633.00 Task Laboratory Trial Batch:Concrete,Cement (ASTM C806) Code And Mortar Rate 80195 Physical Testing And Chemical Analysis Of Portland Cement $ 1,554.00 30216 Compression Test 4"x 8'Cylinders Made And Tested In S 64 0D Per Standard Requirements(ASTM C150) Laboratory(ASTM C192,C35) 80106 Partial Analysis Or Specific Physical Tests Quotation 30217 Compression Test 6"it 12'Cylinders Made And Tested In $ 75.00 80110 Sulfates Resistance Of Hydraulic Cement(ASTM C1012), S 3,330.00 Laboratory(ASTM C192,C35) 6 Months 30219 6'x 6"a 18"Flexural Beams Made And Tested in Laboratory S 155 00 80111 Sulfates Resistance Of Hydraulic Cement(ASTM C1012), 5 3,663.00 (ASTM C192,C78) 12 months 30223 Splitting Tensile Strength Cylinders Made And Tested In S 155.00 80149 Type 1L Cement(ASTM C595;Excludes Special Properties) S 1,554.00 Laboratory(ASTM C192,C496) 80151 Clinker Microscopy,Per Sample S 944.00 30225 Modulus of Elasticity Test Cylinders Made And Tested In 5 377.00 Laboratory(ASTM C192,C469) 30227 Density Of Structural Lightweight Concrete Made In $ 128.00 Task Physical Testing Of Chemical Admixtures For Laboratory,Equilibrium or Oven Dry Method(ASTM C567) Code Concrete Rate 30237 Bulk Electrical Resistivity(ASTM C1876) 5 194.00 80196 Qualification Of Admixture(ASTM C494) Quotation 30201 Laboratory Trial Batch(ASTM C192/Lab Procedure Performance) S 611.00 30203 Concrete Mixture Design For Preconstruction Evaluation And $ 355.00 Task Backup Data Development Code Evaluation Of Pouotans And Slag Cement Rate 30205 Drying Shrinkage Up To 28 Days,Three 3"x 3"Or 4'x 4"Bars, S 577,00 80140 Chemical Analysis Of Fly Ash Per Standard Requirements $ 833.00 Five Readings Up To 28 Dry Days(ASTM C157) (ASTM C618) 30230 Additional Reading,Per Set Of Three Bars $ 67.00 80143 Physical Testing Of Fly Ash Per Standard Requirements S 833.00 30231 Storage Over Ninety(90)Days,Per Set Of 5 56.00 (ASTM C618) Three Bars,Per Month 80146 Partial Analysis Or Specific Physical Tests Quotation 30207 Selling Time Up To 7 Hours(ASTM C403) S 222.00 80147 Chemical Analysis And Physical Testing Of Fly Ash Per $ 1,554.00 30209 Bleeding(ASTM C232) $ 200.00 Standard Requirements(ASTM C1618) 30229 Concrete Restrained Expansion(ASTM C878) S 777.00 80250 Qualification Of Silica Fume Per Standard Requirements $ 1,554.00 30211 Mix,Make and Test Mortar or Grout Specimens for Compressive $ 666.00 (ASTM C1240) Strength'Set of 6(ASTM C878) 80252 Qualification Of Slag Cement Per Standard Requirements S 1,554.00 20263 Non-Shrink Grout Height Change After Final Set(ASTM C1090) S 666.00 (ASTM C989) 20265 Non-Shrink Grout:Height Change At Early Age(ASTM C827) $ 944.00 80254 Effectiveness Of Pozzolans 6 Slag Cement In Mitigating S 1,554.00 30232 Cracking Resistance,Set Of Three Rings,Laboratory Trial S 6,882.00 Expansion Due To ASR(ASTM C441) Belching,Test Until Cracking Or Up To 28 Days(ASTM 1561) 30233 Evaluation Of Pm-Packaged Masonry Mortars(ASTM C270) $ 1,443.00 Task 30234 Creep(ASTM C512)(One Age Of Loading,12 Months $ 9,435.00 Code Mass Concrete•Engineering And Testing Services Rate Duration Of Testing) 80256 Thermal Control Plan(Without Cooling Pipes)Per A Unique S 8,880.00 80198 Laboratory Development of Strength-Maturity Curve Without S 3,552.00 Type Of Placement 01 Similar Group Of Placements,Each Plan Establishing Datum Temperature(Up To 5 Testing Ages, $ - 80258 Thermal Control Plan(With Cooling Pipes),Per A Unique S 10,545.00 ASTM C1074) Type OI Placement Of Similar Group Of Placements.Each Plan 80199 Laboratory Development Of Strength-Maturity Curve With S 5,772.00 80260 Performance Based Maximum Temperature Difference S 3,885.00 Establishing Datum Temperature(Up to 5 Testing Ages, Laboratory 8 Analytical Studies,One Conaele Mixture Design ASTM C1074) Task Rock And Concrete Aggregates-Petrographic Task Code Examination&Special USACE&CRD Tests Rate Code Evaluation of Mixing Water for Concrete Rate 80262 Rock Type Description.Per Sample(Rock Core Or Rock 5 944.00 80246 Evaluation of Mixing Water For Concrete Per The Requirements 5 1,110.00 Chunk) Of ASTM C1602,Table 1(Physical Properties Of Mortar),Per 80263 Rock Type Description+XRD Including Clay Analysis, $ 1,610.00 Sample Per Sample 80248 Evaluation Of Mixing Water For Concrete Per The Requirements $ 1,332.00 80266 Natural Aggregates•Petrographic Examination(Gravel And $ 3,053.00 Of Caltrans,Section 90,Per Sample Natural Sand Consisting Of Single Rock Type ASTM C295) Each,One Sample Task Concrete-Chemical Analysis,Transport Properties, 80268 Crushed Aggregates-Petrographic Examination(Crushed 5 2.498.00 Code Service Life Modeling,Petrographic Examination Rate Rock And Manufactured Sand Consisting Of Single Rock Type 80123 Acid-Soluble Chloride Analysis(ASTM C1152) S 139.00 ASTM C295),Each,One Sample Includes Sample Prep) 80270 Coarse Aggregate Certification For Deleterious Materials Per S 6,549.00 80126 Water-Soluble Chloride Analysis(ASTM C1218) 5 167.00 Specifications Of USACE,Materials Coarser Than 0.75-Inch (Includes Sample Prep) Each,One Sample,200 lb. 80193 Chloride Diffusion Coefficient Of Cementitious Mixtures By S 3,108.00 80272 Coarse Aggregate Certification For Deleterious Materials Per 5 6,105.00 Bulk Diffusion(ASTM C1556) Specifications Of USACE,0.75-Inch And Finer Material.Each. 80159 Bulk Resistivity(ASTM C1876)And Formation Factor S 722.00 One Sample,25 lb. 80204 Chloride Binding Isotherm $ 944.00 80274 Fine Aggregate Certification For Deletenous Materials Per S 2.220 DO 80206 Analytical And Experimental(ASTM C1556)Modeling Of Service S 8,880.00 Specifications Of USACE,Each,One Sample Life Of Concrete Per Life-365 Model,Per Mixture Design 80276 Aggregate,Scratch Hardness(CRD-C 130),Each,One Sample. S 444 00 80208 Analytical And Experimental(NordTest)Modeling Of Service S 8.880.00 25 lb. Life Of Concrete Per FIB Model Code 34,Per Mixture Design 80210 Non-Steady State Chloride Migration Coefficient,NordTest 492 $ 694.00 Task 80212 Petrographic Examination Of Hardened Concrete,Level I $ 1,943.00 Code Soils And Aggregate Tests Rate (ASTM C856)(Excludes Thin Section),Per Sample 30503 Abrasion:LA Rattler(ASTM C131) S 222.00 80129 Petrographic Examination Of Hardened Concrete,Level II S 2,498.00 30505 Abrasion-LA Rattler(ASTM C535) S 233.00 (ASTM C856)Includes Thin Section,Per Sample 70301 Aserberg Limits/Plasticity Index(ASTM D4318,CTM 204) S 178.00 80218 Petrographic Examination Of Hardened Concrete,Level Ill S 3,885.00 70303 California Bearing Ratio Excluding Maximum Density S 644.00 (ASTM C656tC1723)(Thin Section And SEMIEDX),Per Sample (ASTM D1883)Soil 80222 W/CM Determination(NordTest Build 361) 5 1,388.00 70304 California Bearing Ratio Excluding Maximum Density 5 722.00 80224 Examination Of Volumetric Proportions Of Hardened Concrete S 555 00 (ASTM D1883)Cement-Treated Soil (ASTM C457),Per Sample 70344 Cement-Treated Soil/Base Mix Design:Induces Three Trial 5 3.885.00 80228 Air Void Analysis Of Hardened Concrete(ASTM C457), S 666.00 Cement Contents With Three Unconfined Compressive Per Sample Strength Specimens Per Cement Content 80232 Electron Microscopy(ASTM C1723) $ 833.00 70305 Chloride And Sulfate Content(CTM 417,CTM 422) S 194.00 80234 Paste Carbonation Analysis,Per Sample S 278.00 30403 Clay Lumps And Friable Particles(ASTM C142) S 222.00 80238 Insoluble Residue Analysis(ASTM C1324) Quotation 30321 Cleanness Value 1"x#4 (CTM 227) S 194.00 80240 Alkali-Silica-Damage Rating Index(DR!),Per Sample 5 1,388.00 30322 Cleanness Value 1.5'x.75"(CTM 227) 5 305.00 /\ ARDURR A City of Huntington Beach 1 6-13-2025 16 v On-Call Construction Management,Materials Testing,and Inspection Services 609 •P. " TWINING Task Task Code Soils And Aggregate Tests,Continued Rate Code Asphalt Concrete Tests,Continued Rate 70393 Collapse Potential/Index(ASTM D5333) 5 250.00 75040 Emulsion Residue,Evaporation(ASTM D244) S 189.00 70396 Compressive Strength Of Molded Soil-Cement Cylinders 5 117.00 75024 Extraction%Bitumen(ASTM D6307,CTM 382) $ 189.00 (ASTM D1633) 75027 Extraction%Bitumen And Gradation(ASTM D5444,D6307. $ 255.00 70309 Consolidation Test Full Cycle(ASTM 2435,CTM 219) $ 216.00 CTM 202,382) 70311 Consolidation Test Time Rate Per Load Increment 5 50.00 75028 Extraction%Bitumen,Correction Factor(ASTM 06307, $ 416.00 (ASTM 02435,CTM 219) CTM 382) 70313 Corosivity Series Sulfate,CI,pH.Resistivity(CTM 643, S 272.00 75030 Chemical Extraction%Bitumen And Sieve Analysis $ 438.00 417,and 422) (ASTM D2172 Method A or B,ASTM D5444) 70315 Crushed/Fractured Particles(ASTM D5821,CTM 205) S 194.00 75042 Lab Tested Maximum Density Hveem,3 Briquettes $ 255.00 70317 Direct Shear Test Remolded And/Or Residual(ASTM 03080) 5 272.00 (ASTM D1561,D1188,CTM 304,308) 70319 Direct Shear Test Undisturbed-Slow[CD](ASTM D3080) S 250.00 75057 Hveem Stablometer Test,Premixed,3 Briquettes $ 255.00 70321 Direct Shear Test Undisturbed-Fast[CU](ASTM D3080) 5 216.00 (ASTM D1560,D1561,CTM 304,366) 70378 Durability Index Per Method-A.B,C,or D(ASTM D3744, $ 233.00 75048 Lab Tested Maximum Density Marshall,3 Briquettes S 250.00 CTM 229) (ASTM D6926,D2726) 70325 Expansion Index(ASTM D4829,UBC 18-2) $ 189.00 75049 Lab Tested Maximum Density Marshall 6"Specimen, S 255.00 75004 Fine Aggregate Angularity(ASTM C1252,CTM 234, 5 211.00 3 Briquettes(ASTM D5581,D2726) AASHTO T304) 75050 Lab Tested Maximum Density Superpave Gyratory Compacted S 94.00 30507 Flat And Elongated Particle(ASTM D4791) $ 266.00 Briquette,SSD,1 Briquette(ASTM D6925,D2726) 30508 Flat Or Elongated Particle(ASTM D4791) $ 233.00 75052 Lab Tested Maximum Density Superpave Gyratory Compacted S 105.00 70331 Maximum Density Methods A/B/C(ASTM D1557, 5 211.00 Briquette,Paraffin,1 Bnquette(ASTM D1188,D6925) D698,CTM 216) 75051 Maximum Theoretical Specific Gravity(RICE](ASTM D2041. S 189.00 70333 Maximum Density Check Point(ASTM D1557,D698) $ 72.00 CTM 309) 70335 Maximum Density AASHTO C(Modified)(AASHTO T-180) $ 216.00 75066 Marshall Stability And Flow,Cored Sample,Each S 94.00 70336 Maximum Index Density Vibratory Table(ASTM 04253) $ 383.00 ASTM D6927) 70337 Moisture Content(ASTM D2216,CTM 226) S 28.00 75069 Marshall Stability And Flow,Premixed,3 Briquettes $ 272.00 70339 Moisture and Density Ring Sample(ASTM D2937) S 33.00 (ASTM 06926,D6927) 70341 Moisture and Density Shelby Tube Sample(ASTM D2937) S 44.00 75106 Marshall Stability And Flow,Gyratory Compacted Specimen 5 272.00 70340 Moisture-Density Relations Of Soil-Cement Mixtures 5 305 OD Pre-Mixed,3 Briquekes(ASTM D5581,D6925) Premixed In The Field(ASTM D558) 75107 Marshal Stability And Flow 6"Specimen,Premixed, S 272.00 70342 Moisture-Density Relations Of Soil-Cement Mixtures 5 389.00 3 Briquettes(ASTM D5581) Mixed In The Lab(ASTM D558) 75063 Moisture Content(CTM 370) 5 100.00 70328 pH Of Soils(ASTM D4972) S 67.00 75005 Wet Track Abrasion Test(ASTM D3910) S 194.DO 70330 Organic Content Of Soils(ASTM D2974,Method A Only) 5 94.00 75093 Hveem Mix Design(Excluding Aggregate Quality Tests) $ 6,183.00 30401 Organic Impurities(ASTM C40,CTM 213) $ 100,00 75096 Hveem Mix Design,With RAP(Excluding Aggregate Quality 5 6,716.00 70343 Permeability(ASTM D5084) Quotation Tests,RAP Quakfiration) 80001 Potential Reactivity Chemical Method(ASTM C289- S 833 00 75099 Hveem Mix Design,With Lime(Excluding Aggregate Quality S 10,595.00 Discontinued Method) Tests) 70394 Potential Reactivity Mortar Bar Expansion Method, S 1,027.00 75094 Hveem Mix Design Caltrans Untreated Mix(Including 5 7,370.00 14-Day Exposure(ASTM C1260) Aggregate Quality Tests) 70391 Potential Reactivity Mortar Bar Expansion Method. 5 1,082.00 75095 Hveem Mix Design Caltrans Lime Treated Mix(Including S 8,564.00 28-Day Exposure(ASTM C1260) Aggregate Quality Tests) 70398 Potential Reactivity Concrete Bar Expansion Method S 3,108,00 75084 Marshall Mix Design(Excluding Aggregate Quality Tests) $ 6,183.00 (ASTM C1293),12 month 75087 Marshall Mix Design With RAP(Excluding Aggregate Quality S 6,716.00 70399 Potential Reactivity Concrete Bar Expansion Method 5 3,441.00 Tests) (ASTM C1293),24 month 75090 Marshall Mix Design With Lime(Excluding Aggregate Quality S 7,370,00 70397 Potential Reactivity of Aggregate Combination,Non-Standard 5 1,221.00 Tests) Method;14-Day Exposure,Mortar(After ASTM C1567) 75083 Open Grade Asphalt Concrete Mix Design(ASTM D7064. S 3,569.00 70392 Potential Reactivity Of Aggregate Combination,Non-Standard S 1,277.00 CTM 368) Method;28-Day Exposure,Mortar(After ASTM C1567) 75109 Superpave Mix Design(Excluding Aggregate Quality Tests) $ 12,604.00 70345 R-Value Soil(ASTM 2844,CTM 301) S 488.00 75113 Superpave Mix Design,With RAP(Excluding Aggregate $ 13,314.00 70347 R-Value Aggregate Base(ASTM 02844,CTM 301) S 544,00 Quality Tests) 70349 Sand Equivalent(ASTM 02419,CTM 217) $ 139,00 75114 Superpave Mix Design With Rubber(Excluding Aggregate $ 13,314.00 70351 Sieve 1200 Wash Only(ASTM 01140,CTM 202) $ 100.00 Quality Tests) 70353 Sieve With Hydrometer 3/4'Gravel To Clay(ASTM D422, $ 278.00 75115 Superpave Mix Design With Additives(Excluding Aggregate $ 13,675.00 D7928,CTM 203) Quality Tests)70355 Sieve With Hydrometer Sand To Clay(ASTM D422, $ 266.00 75075 Effect Of Moisture On Asphalt Paving Mixtures,Pre-Mixed S 1,188.00 D7928,CTM 203) (ASTM D4867,AASHTO 7283) 70357 Sieve Analysis including Wash(ASTM C136,CTM 202) S 167.00 75111 Hamburg Wheel Track Test,20,000 Passes,4 Bnquetes 5 1,310.00 70359 Sieve Analysis Without Wash(ASTM C136,CTM 202) $ 133.00 (AASHTO T324) 70360 Sieve Analysis Split Sieve(ASTM C136,CTM 202) 5 266.00 75039 Raveling Test Of Cold Mixed Emulsified Asphalt(ASTM 07196) S 239.00 70361 Sieve Analysis Without Wash With Cobbles(ASTM C136, S 261.00 75067 Marshall Stability,Wet Set,3 Replicates(AASHTO T245) 5 416.00 CTM 202) 75068 Marshall Stability,Dry Set,3 Replicates(AASHTO T245) S 355.00 70363 Soundness Sodium Or Magnesium Sulfate,5 Cycles 5 500.00 75070 Cold Recycled Asphalt Mix Design 2 Gradings Each, 5 12,488.00 (ASTM C88) 3 Emulsion Content(Celli-ens LP-8) 70365 Specific Gravity And Absorption Coarse(ASTM C127, S 111.00 CTM 206) Task 70367 Specific Gravity and Absorption Fine(ASTM C128, S 183.00 Code Mortar And Stucco-Petrographic Examination Rate CTM 207) 80282 Stucco,One-Coat(ASTM C856),Includes Thin Section), S 2.498.00 70369 Swell/Settlement Potential One Dimensional(ASTM D4546) S 167.00 Per Sample 70371 Triaxial Quotation 80286 Stucco,Two-Coal(ASTM C856),Includes Thin Section), $ 2,775.00 70373 Unconfined Compression(ASTM D2166,CTM 221) S 211.00 Per Sample 30317 Unit Weight Per Cubic Foot(ASTM C29,CTM 212) 5 139.00 80290 Stucco,Three-Coat(ASTM C856),Includes Thin Section), $ 3,330.00 30319 Voids In Aggregate With Known Specific Gravity(ASTM C29, 5 139.00 Per Sample CTM 212) 80294 Mortar(ASTM C1324,Petrographic Examination And Chemical 5 3,608.00 30411 Lightweight Particles Coarse,with Two Solutions(ASTM C123) $ 555.00 Analysis),Per Sample 30412 Lightweight Particles Fine,with One Solution(ASTM C123) $ 278.00 Task Task Code Brick Masonry Tests,ASTM C67 Rate Code Asphalt Concrete Tests Rate 20301 Modulus Of Rupture Flexural 5 122.00 75031 HMA Mixing And Preparation S 150.00 20303 Compression Strength 5 83.00 75032 HMA Mixing And Preparation With Aggregate Treatment 5 211.00 20305 Absorption 5 Hour or 24 Hour $ 89,00 75033 Bulk Specific Gravity Of Compacted Sample Or Core SSD S 67.00 20307 Absorption(Boil)1,2 Or 5 Hours $ 122.00 (ASTM 02726,CTM 308C) 20309 Initial Rate Of Absorption $ 78.00 75036 Bulk Specific Gravity Of Compacted Sample Or Core Paraffin 5 94.00 20311 Efflorescence S 94.00 Coated(ASTM D1188 and CTM 308A) 20313 Cores Compression $ 100.00 20315 Shear Test On Brick Cores 2 Faces $ 122.00 , A R D UR R A City of Huntington Beach i 6-13-2025 17 On-Call Construction Management,Materials Testing,and Inspection Services 610 00 app • ''' TWINING Task Task Code Concrete Block, ASTM C140 Rate Code Metal and Steel Testing,Continued Rate 20321 Compression $ 105.0D 20619 Hardness Test(ASTM Et8) $ 94.00 20323 Absorption/Moisture Content/Oven Dry Density 5 105.00 20630 Bolt Axial Tensile Test(Up To 7/8"Diameter) S 78.00 20327 Linear Shrinkage(ASTM C426) $ 305.00 20631 Bolt Wedge Tensile Test(Up To 7/8"Diameter) S 94.00 20335 Web And Face Shell Measurements S 61.00 20632 Bolt Axial Tensile Test(Greater Than 7/8"Up To 1"diameter) S 100.00 20329 Tension Test 5 194.00 20633 Bolt Wedge Tensile Test(Greater Than 7/8"Up To 1"Diameter) $ 122.00 20331 Core Compression S 100.00 20634 Bolt Axial Tensile Test(Greater Than 1"Diameter) S 144.00 20333 Shear Test Of Masonry Cores 2 Faces S 122.00 20635 Bolt Wedge Tensile Test(Greater Than 1"Diameter) 5 155.00 20339 Efflorescence Tests 5 94.00 20636 Bolt Proof Load Test(Up To 7/8") S 105.00 20637 Bolt Proof Load Test(Greater Than 718"Up To 1"Diameter) S 128.00 Task 20638 Bolt Proof Load Test(Greater Than 1") S 150.00 Code Masonry Prisms,ASTM C1314 Rate 20639 Nut Proof Load Test(Up To 7/8") $ 83.00 20341 Compression Test,Composite Masonry Prisms Up To 8"x 16" $ 228.00 20640 Nut Proof Load Test(Greater Than 7/8"Up To 1"Diameter) $ 105.00 20343 Compression Test,Composite Masonry Prisms>8"x 16" $ 305.00 20641 Nut Proof Load Test(Greater Than 1") $ 117.00 20346 Prism Cord Modulus of Elasticity S 722.00 20347 Prism Cord Modulus Of Elasticity With Transverse Strain $ 788.00 Task (For Double-Wythe Specimen) Code Chemical Testing Of Metal And Steel Rate 80170 Steel Chemical Analysis Quotation Task 80173 Weight Of Galvanized Coating(ASTM A90) $ 100.00 Code Mortar And Grout Rate 80176 Epoxy Coating Thickness S 111.00 20351 Compression 2"x 4"Mortar Cylinders(ASTM C780) $ 67.00 80177 Coating Thickness 5 105.00 20353 Compression 3"x 3"x 6"Grout Prisms, Includes Trimming S 50.00 (ASTM C1019) Task Machining And Preparation Of Tensile And Bend 20355 Compression 2'Cubes(ASTM C109) 5 67.00 Code Sample:Carbon Steel Rate 20357 Compression Cores Includes Trimming(ASTM C42) $ 100.00 20751 Machinist Initial Preparation From Mock-Up,Etc.(Per Hour) 5 161.00 20753 Sawcul To Overall Width(Per 0.5'Thickness Or Fraction $ 72.00 Task Thereof) Code Masonry Specimen Preparation Rate 20755 Machine To Test Configuration Milled Specimens S 105.00 20155 Cutting Of Cubes Or Prisms $ 100.00 20757 Machine To Test Configuration Turned Specimens(Per 0.5" $ 189.00 Thickness Or Fraction Thereof) Task 20759 Prepare Subsize Specimens(Per 0.5"Thickness Or Fraction S 128.00 Code Fireproofing Tests Rate Thereof) 20401 Oven Dry Density(ASTM E605) $ 83.00 Task Task Code Charpy Impact Rate Code Gunite And Shotcrete Tests Rate 20621 Charpy Impact Ambient Temperature $ 117.00 20361 Core Compression Including Trimming(ASTM C42) $ 10000 20623 Charpy Impact Reduced Temperature $ 155.00 20365 Compression Cubes(Includes Saw Cutting) $ 117.00 Task Task Concrete Roof Fill:Gypsum,Vermiculite,Perlite, Code Machining Of Charpy Samples:Carbon Steel Rate Code Lightweight Insulating Concrete,Etc. Rate 20780 Culling And Milling(Per 0.5"Or Fraction Thereof) 5 105.00 20371 Compression Test(ASTM C495 and C472) 5 83.00 20783 Final Machining To Sample Configuration $ 128.00 20373 Air Dry Density(ASTM C472) S 72.00 20379 Oven Dry Density(ASTM C495) S 100.00 Task Code Prestressing Wires And Tendons, (ASTM A416) Rate Task 20701 Stress-Strain Analysis Wire Or Strands(Including Chart And 5 283.00 Code Reinforcing Steel,ASTM A615,A706 Rate Percent Offset) 20501 Tensile Test#11 Or Smaller 5 83.00 20703 Tensile Test Only $ 211.00 20503 Bend Test#11 Or Smaller 5 78.00 20705 Tendons Quotation 20504 Bend Test#14 Or#18 5 444.00 20505 Tensile Test#14 5 333.00 Task 20507 Tensile Test#18 $ 433.00 Code Polymer Matrix Composite Materials(Fiberwrap) Rate 20706 Tensile Strength-Set of 5 Specimens/Batch/Direction $ 1,554.00 Task (ASTM D3039) Code Reinforcing Steel-Welded Or Coupled Specimens Rate 20707 Tensile Strength-Additional Specimens(ASTM D3039) $ 300.00 20521 Tensile Test Welded/Coupled#11 And Smaller S 94.00 (ASTM D3039) 20523 Tensile Test Welded/Coupled#14 5 322.00 20708 Heating Chamber Time-Per 24 Hr.Period S 111.00 20525 Tensile Test Welded/Coupled#18 $ 455.00 20529 Weld Macroetch 5 105.00 Task 20531 Slippage Test-Cattrans(CTM 670) $ 244.00 Code Calibration Services And Universal Machine Usage Rate 20532 Tensile Test Welded Hoops#11 And Smaller S 189.00 20801 Calibration/Verification Services Quotation 20803 Universal Test Machine Usage(Per Hour) 5 527.00 Task Code Metal and Steel Testing Rate Specialty Testing 20601 Tensile Strength Up To 100K Pounds(Each) 5 9400 -Cylic And Fatigue Testing Programs On Special Products/Pans 20603 Tensile Strength Up To 200K Pounds(Each) $ 105.00 -Engineering And Technical Supports/Design Of Prototypes And Special Test Set-Up 20605 Tensile Strength Up To 300K Pounds(Each) 5 133.00 -Fastener/Coupling Full Testing Program Per New Regulations:Tension,Tension/Bend, 20607 Tensile Strength Up To 400K Pounds(Each) S 194.00 Shear,Double Shear,8 Compressions 20609 Tensile Strength 400K To 600K Pounds(Each) 5 444.0D -Fiberglass/Composite Materials Field Testing Program(ASTM D1143 01242, 20611 Tensile Strength Stress-Strain Percent Offset S 278.00 D2584,D4065,D4476,04923,D7901,D7921,and D732) 20545 Weld Macroetch 5 105.00 -Field Testing Of Structures And Structural Elements 20547 Weld Fracture S 56.00 -In-Place Shear Testing 20615 Bend Test $ 89.0D -Materials And/Or Product Evaluation Per Specifications 20617 Flattening Test $ 89.00 -Structural Dynastic Testing And Durability Analysis General Conditions NOTE Field inspection work conditions are established by contract with Operating Engineers,Local 12. NOTE:A minimum of 24 hours notice is required for testing and inspection services. NOTE For projects subject to a Project Labor Agreement(PLA).if the terms and conditions of the PIA are more restrictive than those listed below,PLA terms and conditions will apply. NOTE Rates will be adjusted annually each July 1st to reflect increased costs. Administrative Fees All administrative fees,except as noted below,including report distribution and Twining Construction Hive system are billed at the following percentage of the monthly invoice total: 4% /t'AR DUR R A City of Huntington Beach 6-13-2025 On-Call Construction Management,Materials Testing,and Inspection Services 611 •..s o. '" TWINING General Conditions, Continued Note that hard copies of reports will be sent only to governing jurisdictions that mandate them.All other parties will receive reports electronically.The administrative fee above will receive reports electronically.The administrative fee above will be increased by 1%if additional hard copies of reports are requested.Submittal of project specific forms or resumes will be billed hourly at the Administrative Support Rale. Minimum Charges(Inspection and Technician Personnel Only-Other Personnel Charged on Portal to Portal Basis) 2-Hour Minimum:Inspector arrives al jobsite,no work to perform 4-Hour Minimum:1 to 4 hours of inspection 8-Hour Minimum:Over 4 to 8 hours of inspection Regular Time(All Types of Inspection and also All Non-Exempt Employees) The first 8 hours worked Monday through Friday between 5:00 a.m.and 5:00 p.m.except as noted otherwise below. Time and One-Half(All Types of Inspection and also All Non-Exempt Employees) All shifts will be billed based on the time and date of their start.Any increment past 8 hours through 12 hours worked Monday through Friday and the first 12 hours on Saturday.Time and one-half will also be charged for the first four hours before 5:00 a.m.and after 5:00 p.m. Double Time(All Types of Inspection and also All Non-Exempt Employees) All shifts will be billed based on the time and dale of their start.After the first 12 hours worked Monday through Saturday,all day Sunday, and holidays.After the first four hours worked before 5:00 a.m.and after 5:00 p.m.Holidays are New Years Day,President's Day,Memorial Day,Independence Day,Labor Day,Veterans Day,Thanksgiving,the day after Thanksgiving, Christmas Day,and Local 12 general meeting days(First Saturday in June,First Saturday in December). Meal Period When personnel are required by their duties to work more than five consecutive hours without a one-half hour uninterrupted meal period,one halt hour at double time rate will be charged in addition to any applicable overtime for actual hours worked. Shift Differential(Applies to Regularly Scheduled Shifts Only) A$1.00 per hour shift differential premium will be charged for all inspection hours that fall outside of the 5:00 a.m.to 5:00 p.m.time period.Twining will require 48-hour notice along with the General Contractors approved shift letter prior to beginning a shift that will include hours falling outside this time period.Should this notice not be provided,all work performed on that shift will be billed at the applicable overtime or double time rate. If three shifts per day are required,the first shift will be billed at the standard rate.The second shift shall be billed in accordance with the previous paragraph.The third shift shag be billed at 8 hours for the first 6 1/2 hours worked and appropriate overtime or double time for all hours thereafter. Travel Time and Mileage For projects outside a 50-rule radius from the nearest Twining lacility,per excess mile to and from the project will be charged for inspectors and technicians.Other than small tools. whenever project related equipment is required to be transported to and from the project site,time and mileage for inspectors and field technicians will be billed on a portal to portal basis. For ail projects,current IRS mileage rate per mile and applicable travel time will be charged portal to portal for engineers,consultants,supervisors,and laboratory technicians from the laboratory to the project site and return. • For work locations located 100 miles or more from Twining,travel time will be charged al the relevant rate for inspectors and technicians in addition to a subsistence allowance as detailed below. Weekend Sample Pick-Ups In order to be in strict conformance with testing standards,it may be required that weekend pick-ups be performed(e.g.concrete specimens cast on Friday must be picked up on weekend in order to be in conformance with ASTM C31 requiring specimens to be moved to their final curing location within 48 hours of casting.)Applicable charges for weekend work will apply when this is required.Should these charges not be authorized,Twining will not be liable for any negative consequences. Reimbursable Expenses Parking,air fare,car rental,food,lodging and project specific software/applications(e.g PlanGrid.Procore,etc)will be charged at cost plus 20%per processed invoice,unless provided by client. Project Specific Documents Costs presented assume that client will provide project specific documents(plans,specifications,submittals,RFIs,etc.)for all inspection personnel.Should project specific documents be provided electronically through a"for fee"service,the client will be responsible for providing access and paying any fees for the service. Project Site Facilities Prices quoted assume that initial curing facilities for test samples that comply with relevant test standards and project requirements are provided by others. In addition,prices quoted assume that work/desk space for inspection staff are provided by others Additional costs,provided by quotation,will apply should Twining be required to provide such facilities. Subsistence Subsistence on remote jobs will be charged per quotation. Laboratory Testing Hours and Expedited Testing Please note that laboratory testing will be billed on an hourly basis for non-standard tests. If testing is required to be performed on Saturdays,Sundays,holidays,or before 5:30 a.m.or after 4:00 p.m.on weekdays,an additional hourly charge,at the applicable regular,overtime or double time rate,with a minimum of one hour will be applied for the laboratory technician.For rush testing a 50%surcharge in addition to the regular test rate will apply. Charges for Subcontracted Services Material sent to outside laboratory for testing: Cost plus 20% Material sent to outside fabricator or machine shop: Cost plus 20% Glu-Lam beam inspection: Cost plus 20% Other subcontractors: Cost plus 20% Project exclusive equipment purchase: Cost plus 20% Limit of Liability Client agrees to limit Twining's aggregate liability to all entities for alleged or actual errors and omissions in the performance of its professional services under this agreement to$50,000.00 or the fees actually paid to Twining,whichever amount is greater.Higher limits may be available by quotation. Additional Insurance Coverage Any requirements for additional insurance policies or coverage beyond our normal policies/limits(e.g.SML coverage)may be provided at an additional fee and will be quoted on a per project requirements basis. Certified Payroll Certified payroll will be provided,upon request,al an additional charge of$150.0olmonth. Fee applies to every month that certified payroll must be submitted regardless of whether or not /sservices were provided for any given month. • 4` A R D U R R A City of Huntington Beach ( 6-13-2025 19 On-Cat Construction Management,Materials Testing,and Inspection Services 612 P. " TWINING General Conditions, Continued Final Reports Required by Jurisdiction If a final report or affidavit is required,we must first review all inspection and testing reports and clear up any unresolved issues on these reports.These issues will typically require approval by the engineer or architect of record.This process can take several weeks or just a day,depending on the number and complexity of the issues.Cost for final reports will be billed hourly. Terms of Payment Fees charged are for professional and technical services and are due upon presentation.If not paid within 30 days from date of invoice,they are considered past due and the maximum legal finance charge will be added to the unpaid balance. In addition,should the client require that invoices be submitted through a web based or electronic system,the client wit be responsible for all costs associated with the use of the system. A 1%fee will be applied for payments processed by credit card. All invoice errors or necessary corrections shall be brought to the attention of Twining within 15 days of receipt of invoice.Thereafter,customer acknowledges invoices are correct and valid. Twining reserves the right to terminate its services to a customer without notice if all invoices are not current. Upon such termination of services,the entire amount accrued for all services performed shall immediately become due and payable.Customer waives any and all claims against Twining,its subsidiaries,affiliates,servants,and agents for termination of work on account of these terms. In the event of any litigation arising from or related to any agreement to provide services whether verbal or written,the prevailing party shalt be entitled to recover from the non-prevailing party all reasonable costs incurred,including staff time,court costs,attomey's fees and all other related expenses in such litigation.Additionally,in the event of a non-adjudicative settlement of litigation between the parties or a resolution of dispute by arbitration,that same process shall determine the prevailing party. Hold Specimens At"hold"specimens are charged at the applicable test rate whether tested or not. Specimen Sampling and Disposal Twining samples malenats used in construction in accordance with standard practices,methods,codes,and relevant project requirements.Representativeness of sampling and same accuracy of testing are subject to the same probabilistic and precision(imitations as governing standards,codes and project technical provisions. Should samples be provided by others Twining cannot warrant or guarantee that material is representative of material that is or will be used in actual construction of the project. Specimens will be discarded after testing unless Twining has been notified prior to testing that the customer wishes to retrieve the specimens or storage arrangements are made.Costs for storage will be by quotation. Oversize Specimens An extra charge will be made when test specimens require more than one person to handle because of size or weight. Elevated Work Platforms In the event an elevated work platform is required to safely complete our work,the client must provide safe access for Twining personnel for all required inspection,testing,sampling,etc. including a trained and certified operator or qualified inspector as applicable.Twining wit not be responsible for signing waivers associated with providing such access.Should Twining be required to supply an elevated work platform,we will contract with a qualified vendor and the markups shown above will apply. A R DUR R A City of Huntington Beach 6-13-2025 20 On-Call Construction Management,Materials Testing,and Inspection Services 613 ARDURRA-01 KMCGUFFIN .re►coRU CERTIFICATE OF LIABILITY INSURANCE DATE(M5YY) L..•-� 4/28/2022025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ACT Ames&Gough PHONE O No,Eel): 703 827-2277 FAX 703 827-2279 8300 Greensboro Drive I ( ) �(AIC,No):( ) Suite 980 ET4AIL admin ames ou h.com McLean,VA 22102 � HESS: @ g INSURER(S)AFFORDING COVERAGE NAIL A INSURERA:Charter Oak Fire Insurance Company A++(XV) 25615 _ INSURED INSURER B:Phoenix Insurance Company A++,XV 25623 — Ardurra Group,Inc. INSURER C:Travelers Property Casualty Company of America,A++,XV 25674 1000 N.W.57th Court,Suite 800 INSURER D:National Fire&Marine Insurance Company A++X 20079 Miami,FL 33126 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSO WVD1MMIDD/YYYY1 IMM/DDJYYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 630-5X487435 1/1/2025 1/1/2026 DAMAGETORENTED 1,000,000 Contractual Llab. PFT3LMlSES(€EQc'/clense) $ 15,000 XMED EXP(My one person) S PERSONAL&ADV INJURY $ 1'000'000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY X JECT LOC PRODUCTS-COMP/OP AGO $ 2,000,000 OTHER: $ COMBINED SINGLE LIMIT 1,000,000 B AUTOMOBILE LIABILITY /Ea accident)___, $ X ANY AUTO 810.5X558309 111/2025 1/112026 BODILY INJURY(Per son $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ A�R N o PROPERTY DAMAGE UTOS ONLY AUTOS ONLY (Per accident) $ S C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 15,000,000 EXCESS LIAB CLAIMS-MADE CUP-5X642114 1/1/2025 1/1/2026 AGGREGATE $ 15,000,000 DED X RETENTION$ 10,000 $ C WORKERS COMPENSATION X SEA UTE I OTH AND EMPLOYERS'LIABILITY YIN UB-5X489557 1/1/2025 1/1/2026 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT OFFICER/MEMBER EXCLUDED? r N J N/A 1,000,000 'Mandatory in NN) EL.DISEASE-EA EMPLOYEE $ Eyes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ D Professional Llab. 42-EPP-306878-07 1/1/2025 1/112026 Per Claim/Aggregate 10,000,000 APPROVED A5 TO FORM By: DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES ItACORO 101,Additional Rornarks Schedule,may he attached If more space Is"giViftlittEL J.V1GLIOTTA RE:On-Call Development Review Engineering&Professional Consulting Services 2025 CITY ATTORNEY The City of Huntington Beach,CA,its officers,elected or appointed officials,employees,agents and votuntaMeoFITpl i lt ecittt igiwqO tl d with respect to General Liability,Automobile Liability,and Umbrella Liability when required by written contract.General Liability includes Additional coverage for On-Going&Completed Operations as required by written contract.General Liability,Automobile Liability,and Umbrella Liability are primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and when required by written contract. General Liability,Automobile Liability,Workers Compensation,and Umbrella Liability policies include a waiver of subrogation in favor of the additional SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Huntington Beach,CA THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach,CA 92648 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:ARDURRA-01 KMCGUFFIN LOC#: 2 ACGPREYADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Ames&GoU h Ardurra Group,Inc. g 1000 N.W.57th Court,Suite 800 — _POLICY NUMBER Miami,FL 33126 SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of OperationslLocationsNehicles: insureds where permissible by state law and when required by written contract.Umbrella Liability coverage sits excess over General Liability,Automobile Liability and Employers'Liability coverage.30-day Notice of Cancellation will be issued for the General Liability,Automobile Liability,Umbrella Liability,Workers Compensation and Professional Liability policies in accordance with policy terms and conditions. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Switzer, Donna From: Switzer, Donna Sent: Thursday, December 11, 2025 7:28 PM To: 'ddemilia@ardurra.com' Cc: Pinel, Joseph Subject: City of Huntington Beach - 11/18/25 On-Call Const. Mgt, Materials & Inspection Srvcs Prof. Services Contract Attachments: 11.18.25 Ardurra Group, Inc. PSC.pdf Dear Mr. D'Emilia, Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Ardurra Group, Inc. 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 o n n a.Switze rCa s u rfc ity-h b.o rg 2000 Main Street,Huntington Beach,CA 92648 1 poor lora. it\ -CIN Professional Servic *u ,,*- p 0 % Atos, Contracts for On -- - 1 % Construction Man ment, . Materials Testi/4, t cowl � • -.: : 141 Inspection Services • Department of Public Works 44ft-4. e • November 18, 2025 ► 46..s:7, i t9Oc, .4• .4k44, v % - SUPPLEMENTAL C` 00 ��sos�►'�'�` > 0,01 COMMUNICATION law U t T� A Meeting Date: 11/18/25 �V 1 '"r''"1 'AP` ''e Agenda Item No. 21 (25-881) BACKGROU N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services. The RFQ covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFQ Selection. , ii t 1. .1", itfir+ 4/ Itith, 4, ,( �'0ptFOfigrF•y k *1 Sx $•r Rk ate .��1 ii.6.C'd-: "/ ?. • '�, .. UNTY if NEED/WHY/ BENEFITS CIP includes various infrastructure projects and programs that require construction management support. Many of these projects involve design work or specialized studies that City staff are unable to complete internally. Additional responsibilities beyond staff capacity include construction management, performing inspections and testing, and ensuring compliance with federal and state regulations. WT I N G T 04/ 4 -s. •. %.• 9-4n- 17 ,:r • CUNT`t CP"� 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. �Ir � �• ti�RP0.4ATFQ'.•r <5vv •% ' \� _'•}. sal± =• `'i CQUNTY °; ,"� i r arm. 5 :„ y .8 . . \ Mz' ,fir Viz^ rt �� ';: ,; �r " 'k $. 4 r I 9, p isi ..,,,,,,i„,,,,L,,:,,7';',.::::11it.t.;-'4-,-.P'kz-""'‘.!:.''•'' .; ,'-kitg ft:t2D •- . . , ...-'".'.i.::,-,1 .4,7! -•::...... %, • .., , i,,L.,ft,/ ,.:ii:]:' iligtZNA / eta r. r 6 M v ". ` q i%,• = 1f_ r� 1 " � 1. w • r r oilismismiiim ww ..ty" ,,»/' � �" 111111111111110101 .r�.E% S."/%3„'.', C%• UI) 0 •MIME Illimil UI) CD iiif ...... T IN Professional Services I1 ""b• \\ ssssese• 0 Mk,•••.;c,0 RPOR ••••• \, Contracts for On -Call ,,,„.• \ o.._ _______ •, Construction Management, -- ---- - •• T� Materials Testing , and - ' ';''' _ ___ ) ,,,,t • S Inspection Services ______ _ __ _ _ ___ • N _ - -- �- -- _--�- Department of Public Works - ''� • • t November 18, 2025 -- . 4;k. $ �••• ,cFB = ~ - • •• Q 1 ,� •••s• , 19 0 •••- CC) 1) ,#r V 41 0 ll N �[T 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 (DP). 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. e ,' NTING �= 1. T e;: : " A 1 �" 1 4 • tYy `��. ' O`�';NOORPORgT�•O.•�'(/ a ..ter ,, -- _ _ __, ,,,,c e."..,;,,\6 lio(( if - c-__—,i -40410216b. ;c;) �. . . � a Snx. ,N , a f. _ . _..., __......._ . , _ _. __ . . c„ ..__,..,__>_;__;..m.. z_.,___, : . E. (' �• �••• J/�• ...-„z6.- —0...?. ck- ._, ...._,., . t , - ... r ' _„ , >. (.RUNTY 0v 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. ,7 'l i - , ii _ Jo 7 , ...... , , ..„ . it, P"4.0 r - , ' ''' Air 11! kfi-:' . -. - i ip ° • .1 1 101 vvco.........,HWIPPI :ZrA • CoUNT`I �# RECOMMENDATION Approve and authorize the Mayor and City Clerk to execute Professional Services Contracts between the City of Huntington Beach and the nineteen (19) firms (listed below) for On-Call Construction Management, Materials Testing, and Inspection Services. Accenture Infrastructure and Capital Projects, LLC; Ardurra Group, Inc.; Berg & Associates, Inc.; Cannon Corporation; Certerra RMA Group; Dudek; FCG Consultants Inc.; GHD Inc.; GMU Engineers and Geologists, Inc; Griffin Structures, Inc.; Harris & Associates, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; PSOMAS; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; TRANSTECH Engineers, Inc.; and Willdan Engineering. The City does not guarantee any amount of work to awarded vendors as these services are ��NTI•NG104/ an "as-need" basis. O`�•��NCDRPORgIFQ•b, ' • 'LINTY CO CD ipliiii., (/) O 0 ■') .„.,..,. — „. •ie. • i.: . ...., ,.. ,.. .- . „,. ,. ‘,.... ,,. ...... . ., 4:• , . . , ,,,' 'i -,Vt. T .1 y ~ .1 -f w' ' - : --- ,-ii4Z;; i: ; i •, r ,_.; ., , .. „-it •,.. , • •! i .5- ' I/ ,,.(1 1,...„,,,. ' ,,,1 .-- -, I.:, „t.; . , -, ...., . .I-3'-;-i.t-i,-.., ItiH•, la d'"S , ,l 1 "i �``iw. Is 'a 't ?a rtY" .'' 1 i, 1 ." 12 2. jii 'i r. �i s' '" t' 4i ..„1..•."i, ///11�+ C 1 { 1t. r,t q`''0 S L i ss:..‘ 4' r i .fit'' !tx ` ; r Y,0 ,_ 1.r—'yam Fy r,+�', 1. !, 4;. ,