Loading...
HomeMy WebLinkAboutCannon Corporation - 2025-12-16 �N1�NGT 2000 Main Street, �=' Huntington Beeach,CA o�r • City of Huntington Beach APPROVED 6-0-1 \-Nu V,' (TWINING-ABSENT) File #: 25-929 MEETING DATE: 12/16/2025 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 Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers Inc. 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). To meet this need, the Department advertised a Request for Proposal (RFP) for these services and recommends awarding on-call Construction Management, Materials Testing and Inspection 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 $2,500,000 Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Construction Management, Materials Testing and Inspection Services: and B) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and FCG Consultants Inc. for On-Call City of Huntington Beach Page 1 of 5 Printed on 12/10/2025 /���! / p � /:� powered by Legistar �]I[,GJ� e--), (TC�i ,/�^/7 597 File #: 25-929 MEETING DATE: 12/16/2025 Construction Management, Materials Testing and Inspection Services; and C) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Griffin Structures, Inc. for On-Call Construction Management 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 Interwest Consulting Group, Inc. 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 MCK Americas, Inc. for On-Call Construction Management and Inspection Services; and F) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Southstar Engineering & Consulting, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and G) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and SYRUSA Engineering, Inc for On-Call Construction Management, Materials Testing and Inspection Services; and H) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Totum Corp for On-Call Construction Management and Inspection Services; and At I) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services n TRANSTECH Engineers, Inc for On-Call Contract between the City of Huntington Beach and g , Construction Management, Materials Testing 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 5 Printed on 12/10/2025 i , t ,zwi fi� powered by LegistarT" 2� 598 File #: 25-929 MEETING DATE: 12/16/2025 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, these contracts also cover inspection duties for the Development Section. These duties include inspecting utility permits and larger development projects funded through developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Proposal (RFP) on June 13, 2025, seeking firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFP covered a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), governing 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- composed of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The request for Council action associated with the June 13, 2025 RFP for On-Call Construction Management, Materials Testing, and Inspection Services was presented in two phases. The first group of nine qualified consultants-consisting of firms currently providing active on-call services for City construction projects-was approved at the November 18, 2025 Council meeting. The remaining nine consultants represent newly selected on-call firms. The Public Works Department consistently attracts highly qualified firms for such RFPs, resulting in a competitive and robust selection process. Based on evaluation results, staff recommends awarding nine (9) on-call contracts to provide additional support for the City's capital improvement program. The nine firms listed would help reduce potential interruptions in construction services. Additionally, approval of the firms listed would provide a total of eighteen firms, enabling competitive proposals and greater availability of specialized construction services. Recommended Firms The current recommended firms are: Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum City of Huntington Beach Page 3 of 5 Printed on 12/10/2025 powered by LegistarTM 599 File #: 25-929 MEETING DATE: 12/16/2025 Corp; and TRANSTECH Engineers, Inc. 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-materials basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant 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 have a three-year term and a not-to-exceed amount, with no guaranteed 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. Request for Proposals (RFP) 2. Cannon Corporation Contract Summary 3. Professional Services Contract with Cannon Corporation 4. FCG Consultants Inc. Contract Summary 5. Professional Services Contract with FCG Consultants Inc. 6. Griffin Structures, Inc. Contract Summary 7. Professional Services Contract with Griffin Structures, Inc. 8. Interwest Consulting Group, Inc. Contract Summary 9. Professional Services Contract with Interwest Consulting Group, Inc 10. MCK Americas, Inc. Contract Summary 11. Professional Services Contract with MCK Americas, Inc. City of Huntington Beach Page 4 of 5 Printed on 12/10/2025 powered by Legistarr" 600 File #: 25-929 MEETING DATE: 12/16/2025 12. Southstar Engineering & Consulting, Inc. Contract Summary 13. Professional Services Contract with Southstar Engineering & Consulting, Inc. 14. SYRUSA Engineering, Inc. Contract Summary 15. Professional Services Contract with SYRUSA Engineering, Inc. 16. Totum Corp Contract Summary 17. Professional Services Contract with Totum Corp 18. TRANSTECH Engineers, Inc. Contract Summary 19. Professional Services Contract with TRANSTECH Engineers, Inc. 20. PowerPoint Presentation City of Huntington Beach Page 5 of 5 Printed on 12/10/2025 powered by LegistarTM' 601 jlf UNTINGT,67 • COUNTY tray" f�rs/fi1' 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 602 REQUEST FOR PROPOSAL(RFP) 1. BACKGROUND The City of Huntington Beach ("City") Public Works Depaitiuent 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, 603 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. 604 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 depai tiuents. 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 605 pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City. Review and evaluate contractor's request for changes.Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains "As-Built"project schedule. 25. Review pay requests and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy of the project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff. 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout- Consultant shall provide the following project closeout services: • Administer and coordinate fmal inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents, plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment,labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out,require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 606 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. P 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 607 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 materialtypes as theyare 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. 608 • 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 609 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 610 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 proj ects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying,the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.corn/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 611 awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview, if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Firm Qualifications - Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. Staffing - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points). After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration (5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. http s://cros3.revize.coin/revize/huntingtonbeachca/Docurents/Business/Licenses%20Permits%20& %20Code/Business%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. 612 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. 613 EXHIBIT A Pre-Qualification Form 614 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: 615 APPENDIX A Vendor Application Form 616 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 ID SOLE PROPRIETORSHIP [PARTNERSHIP ❑UNINCORPORATED ASSOCIATION 617 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: 618 APPENDIX B Agreement as Drafted 619 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/surfiiebprofessionalsvcs mayor 5/19-204082 620 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 621 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 anyand all claims,damages,losses,expenses,demands and defense costs(including, without ggP ( g 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 622 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/surfnetdprofessional svcs mayor 5/19-204082 623 CONSULTANT will make everyeffort to maintain similar insurance duringthe 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 624 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/surfireUprofessional svcs mayor 5/19-204082 625 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 626 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 627 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/surthet/professional svcs mayor 5/19-204082 628 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 629 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/PresidentNice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney agree/surfnet/professional svcs mayor 5/19-204082 630 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: 631 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. 632 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. 633 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. 634 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 11 635 - -- APPENDIX C City's Insurance Requirements 636 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. • Vendor Type 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 1 637 / !„VARINGT-� CITY OF HUNTINGTON BEACH RCA Contract -. Agreement Summary welati -00 J'OONTY ' I' GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT December 16, 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 Cannon Corporation 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. HE) CITY OF HUNTINGTON BEACH 638 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND CANNON CORPORATION. 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, CANNON CORPORATION, a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management,materials testing and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES, CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Josh Knoefler who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/393151 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 /2//40, 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" ' i or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/393151 2 of 12 compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion,whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful at itssole cost and expense misconduct of CITY. CONSULTANT will conduct all defense p and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall 25-17168/393151 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. 25-17168/393151 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 25-17168/393151 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 aid 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. 25-17168/393151 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. COP YRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 25-17168/393151 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 Cannon Corporation ATTN: Director of Public Works ATTN: Josh Knoefler 2000 Main Street 16842 Von Karman Avenue, Suite 150 Huntington Beach,CA 92648 Irvine, CA 92606 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. } 25-17168/393151 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 25-17168/393151 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. 25-17168/393151 10 of 12 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not,in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 25-17168/393151 11 of 12 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Attorney. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, O TION a municipal corporation of the State of California Y: Mi ael F. Cannon City Manager print name� IT'S; (cir a one)ChairnQan/President/ /1 a President INITIATED AN PPR V D: AND die/= Director of Public Works BY: APPROVED AS TO FORM: Lawrence P. Kraemer ri i ame ITS: (circle o « ief Financial Officer/Asst. Secretary—Treasure City Attorney Date t1D1 Zt/'L`"Z f RECEIVE AND FILE: rn� Cityil/J-"eai.416 lerk Date //q/24' 25-17168/393151 12 of 12 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) CONSULTANT shall provide consulting services on an"as-needed"basis for projects to be determined during the term of the agreement. During the term of the agreement,CITY may elect to solicit proposals from CONSULTANT. CITY shall issue task order for each project based upon the scope of services,work schedule,and fee proposal submitted to CITY for its review and approval. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: CONSULTANT'S duties and responsibilities shall be per CONSULTANT'S State of Qualification(Exhibit A),consistent with the City of Huntington Beach's Request for Qualifications for On-Call Construction Management, Inspection and Material Testing. Upon award,and the contract period,the CONSULTANT can choose to assign different personnel to the project, CONSULTANT must submit the names and qualifications of these staff to CITY for approval before commencing work. C. CITY'S DUTIES AND RESPONSIBILITIES: I. Furnish scope of work request for each project. 2. Furnish construction plans and specifications to the CONSULTANT 3. City shall issue a task order for each project based upon scope of services, work schedule, and fee proposal submitted. D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by CITY. EXHIBIT A a U --. .a.Cy ©f EXHIB 0 1 . 0 r 1 ° 0h , 0 ,... ,..... 4'.E- i.: i Cu . -3\11tVic -,I.Jang, TOGS 1 G 0 [T i ICE _ _ ©© TL ......:1 ,... . .....„....,_ _ _ © Cá L- o,. c_;, ..... •=-4; ; ' _ a . V1 � . ..... _ ©s_ ti _ . - -C FhsDQti ® ra �Te tinis 'd irtiffor,i,p , , ', IIII, ,, ,,, ) , , , l, p,,, IN S . • . _ ,_._,,,....„_.:.. ..... . ,r.0 ce s , . , ___: , .: ,,,,., ..„ ,. _ ---,--7—,' '"....--=',--,-,---7"' ate.-- - , ,. -:-; :-- . - _ ---_--_7-W._.-.''4:•=_:" • --... -• 1A161 -- I .' NRp t ...- _ ma`s_ -- .Y-_. -_ 5*.y - - Y • ..�. .r _-.....`= _-^ �i. -� +ray - - races--� - - _ -'-�-*---�__ - ,�-'.�'s._ � ,►�.a,,,.".�"'�.- - _- 41 --- — -• - ,.n ....Y. ems.., 1 ..4 -.c y E i s l� y - �,,,I. r _ ^"iirr -�, ram• �+w"'"' a n n o n :+t 4 Reliable Responsive Solutions . . . ,. 652 Table of Contents A: Cover Letter 1 B: Vendor Application Form# C: Pre-Qualification Form# D: Service Category 2 Firm Qualifications 2 • Sub-consultants • Organization Chart • Licenses and Certifications References and Project Experience 7 Design-Build Experience 9 Understanding and Approach 11 E: Rate Sheets Submitted Separately via PlanetBids Appendix Resumes Certification Copies ix Rate Sheets xi Cannon 653 Cover Letter Jessica Castro June 13, 2025 City of Huntington Beach -Public Works 2000 Main Street Huntington Beach, CA 92648 Subject: On-Call Construction Management, Materials Testing, and Inspection Services Dear Ms.Castro: The City of Huntington Beach (City) needs a dependable and qualified construction management team that can provide on-call construction management,construction inspection, and material testing services for a variety of public works infrastructure projects such as wells,pump stations, lift stations, curb and gutter,sidewalks, pipelines,traffic signals, structures, road rehabilitation, and bridge retrofits;and upgrades to City facilities, including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries,and city hall facilities.This construction management and inspection services agreement is a great opportunity for the City to strengthen its resources in anticipation of completing its future goals in a timely and efficient manner. During the past 49 years, Cannon's staff has had many opportunities to work in an on-call capacity, providing construction management, construction inspection, engineering, and surveying services for municipalities throughout Southern California.An abbreviated list of clients who have selected Cannon to provide on-call construction management and inspection services in the last five years can be found of page 3. Characteristics of a qualified construction management and inspection team include reliability,responsiveness, and availability. Our highly qualified team will operate as a seamless and scalable extension of the City, respond proactively to concerns, and comply with the City's standards, guidelines,and construction inspection methods. Proof of these characteristics can be seen through the quality of the finished product, Cannon's schedule and cost control abilities, and our diligence in documenting the project.The following proposal demonstrates our ability to provide the necessary characteristics. If Cannon is selected, we will provide the items of work listed in Patrick Riddell, PE, CPU, QSD/P, who will this proposal within the time period requested. I am available serve as Principal-in-Charge and Project to answer any questions through the contact methods provided Manager, was born and raised in Huntington below, or to further discuss this proposal.We look forward to Beach, giving him a personal connection working with the City of Huntington Beach. to the City and a vested interest in its continued growth and success. Sincerely, Patrick Riddell,* PE,CPII, QSD/P J•. Kno er, PE Director, Construction Management Division enior Construction Manager 16842 Von Karman Ave.,Suite 150, Irvine, CA 92606 16842 Von Karman Ave.,Suite 150 `id` 805.503.4586 ® 805.235.0576 E 805.503.4446 Irvine,CA 92606 PatR@CannonCorp.us a3 949.668.1686 ® 949.796.2654 *Authorized to bind firm. f J joshk@cannoncorp.us Cannon 654 Vendor Application Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ONEW 1 k URRENT VENDOR Legal Contractual Name of Corporation: Cannon Corporation Contact Person for Agreement: Patrick Riddell,PE,CPII,QSD/P Corporate Mailing Address: 16842 Von Karman Ave.,Ste 150 City,State and Zip Code: Irvine,CA 92606 E-Mail Address: PatROCannoncorp.us Phone: 805.503.4586 Fax: 949.753.0775 Contact Person for Proposals: Josh, K nofa er,PE Title:Regional Constiuct ion Manager E-Mail Address: JoshK@Cannoncorp.us Business Telephone: 949.668.1686 Business Fax: 949.751°775 Is your business:(check one) ONON PROFIT CORPORATION 2FOR PROFIT CORPORATION Is your business:(check one) V(ORPORATION I LIMITED LIABILITY PARTNERSHIP INDIVIDUAL -'SOLE PROPRIETORSHIP PARTNERSHIP 'UNINCORPORATED ASSOCIATION On-Call Construction Management, Materials Testing, and Inspection Services Cannon 655 Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Michael Cannon President and CEO 805.544.7407 Secretary I Director, Larry Kraemer Public Infrastructure 805,544.7407 Karen Morris COO 805.503.4524 Bob Stets Legal Council 805.459.2014 Patrick Riddell Director,Construction Management 805.544.7407 Federal Tax Identification Number: 77-02462249 City of Huntington Beach Business License Number: A310856 (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 7/31/2025 On-Call Construction Management, Materials Testing, and Inspection Services Cannon 656 •'""'` '°^ CITY OF HUNTINGTON BEACH •11f1)' ,may:), / 1 BUSINESS LICENSE �`' I P.O.Box 140 Huntington Beach.CA 92648-2702 .,.w,, (714)536-5267 Snow Han Chief Financial Officer INYo729A a000000411 4oe/1 _F,. 111111111111I1111I11111'1111111n111r11l11111,IIU11I91111111I11 CANNON CORPORATION 1050 SOUTHWOOD DRIVE MIT: SAN LUIS OBISPO CA 93401-5813 Dear Business Owner: Thank you for your payment. Attached is your City of Huntington Beach Business License certificate. Please note that approximately one month prior to the license expiration date,you will be mailed a renewal notice for the upcoming year.If for any reason your renewal notice does not arrive,you are still responsible for renewing and paying your business license prior to the expiration date. Penalties will be incurred if the payment is not received by the expiration date. Please post the business license in public view If you do not transact business from a fixed location within the City,you must carry this license with you al all times. If a vehicle license plate number is displayed on the Business License certificate below,you must carry a copy of the certificate in that vehicle. Please contact the Business License office if there are any changes to:ownership, address, business name, business vehicle,or type of business conducted Additionally, please notify our office if you discontinue your business. The Gender Tax Repeal Act of 1995(Act)prohibits a business from discriminating based on a person's gender for prices of similar or like-kind goods and services. However, the Act does not prohibit price differences based on the amount of lime,difficulty,or cost of providing the services. In addition to prohibiting discrimination based on a person's gender, the Act requires certain businesses to clearly and conspicuously disclose to customers in writing the pricing for each standard service provided.The posting requirement applies to barbers and hair salons,tailors or businesses providing aftermarket clothing alterations,dry cleaners,and laundries providing services to individuals.To access the Department of Consumer Affairs publication,please use the following webpage: https://www.barbercosmo.ca.gov/consumers/gender_policy.pdf. To access the publication in Korean,Spanish,Vietnamese, Traditional Chinese,Simplified Chinese,or Tagalog,please use the following webpage: htlps://www.dca_ca gov/publications/index.shtmi There are many resources available to our business owners. Listed below are a few that might be of interest and assistance to you. Office of Business Development -(714)536-5582 Service Corps of Retired Executives-(714)550-7369 Huntington Beach Chamber of Commerce-(714)536-8888 Fictitious Business Name Information-(714)834-2889 CA Department of Tax and Fee Administration-(949)440-3473 Community Development-(714)536-5271 If you have any questions, please call a Business License representative al(714)536-5267. City of Huntington Beach Business License License Number Business Name/Service Address POST IN PUBLIC VIEW A310856 CANNON CORPORATION }1 r I, , Effective Date `-- ,1, ,l 8/1/2024 Owner/Corporation y' C�l Expiration Date CANNON CORPORATION 7/31/2025 11 Y :may,- .l License Type i I Amount Paid CONTRACTOR � r4 c ;✓7 $110.80 THIS LICENSE IS ONLY FOR THE BUSINESS AND TYPE SHOWN. IT IS FOR THE PERSON TO WHOM ISSUED AND 15 NON-TRANSFERABLE. RENEWAL IS DUE ON OR BEFORE THE EXPIRATION DATE. On-Call Construction Management, Materials Testing, and Inspection Services Cannon 657 Pre-Qualification Form PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?Y/N (circle) A. Construction Management Inn 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: Cannon Corporation Firm Address: 16842 Von Karman Avenue,Suite 150, Irvine,CA 92606 Signature:-- Date: 6/13/2025 On-Call Construction Management, Materials Testing, and Inspection Services Cannon 658 Service Category Cannon Corporation-Providing Reliable Responsive Solutions since 1976 Firm Profile Project Manager As a full-service construction management and inspection, engineering design, and surveying firm, Patrick Riddell, PE, CPU, QSD/P, Iii Cannon takes pride in the ability to offer clients has provided construction and designi �- a complete range of services. Our commitment services for public and private industry to providing clients Reliable Responsive Solutions, projects for more than 25 years. He whether the project scope is expansive or more offers in-depth knowledge of the Caltrans Construction Manual, ; specialized, spans 49 years. Local Assistance Procedures,and During that time, we have worked with many cities, Standard Plans and Specifications. counties, and agencies to maintain secure and dependable water systems; make streets safer and Construction more pedestrian and bicycle-friendly; and construct Manager buildings and facilities that are structurally sound. Josh Knoefler, PE, has These characteristics have been an integral part of p provided construction and the infrastructure improvement projects we have design services for public and completed throughout California. private industry projects for 41:�\\C\I''v� � ; , z more than 26 years. He will Our multidisciplinary team of 150 professionals i Ott1�tr oversee the construction t 3 x�"it3�� t,. includes the following: A\I" , �t ' i , �,i > ji y£, management team assigned to • APWA Certified Public Infrastructure Inspectors y;ja�lF n' `tltLtk.-• this agreement. • Caltrans Trained Resident Engineers and LAPM Specialists Local Office • Registered Civil,Structural, Mechanical, and Services for the City will be provided primarily from our Electrical Engineers Irvine office; less than 11 miles from the City's office. • Licensed Land Surveyors and Survey Technicians • Instrumentation and Controls (SCADA) Specialists Irvine • County-, State-, and Federal-Level Funding 16842 Von Kalman Ave. Administration Managers Suite 150 Irvine, CA 92606 Key Team Member Experience m 949.753.8111 The successful construction of a project is almost always directly related to the experience of the a cannon Construction Management and Inspection team. Our skilled Construction Management Inspection team includes construction managers, construction . o inspectors, resident engineers, office engineers and funding administrators. Cannon has over 100 cumulative years of on-call contract experience. On-Call Construction Management, Materials Testing, and Inspection Services Cannon 2 659 49 100+ 200+ 40 + years in cumulative years combined years of professional businessexperience of on-call contractengineers exp-:_tenc- �. Pat Riddell, PE, Project Manager and Principal-in-Charge is highly regarded for his effective project management,accurate record-keeping,and reliable schedule and cost control abilities. Assisting Mr. Riddel will be Josh Knoefler, PE, Construction Manager; Michael Petrovich, PE, Resident Engineer; Mossad Rizkalla and Jameson Farr, CPII, Construction Inspectors; Christine Kahn, PE,Scheduler; and Pete Maskal, PE, Principal Construction Engineer/Design-Build Lead. At Cannon,we have been managing the construction of public infrastructure projects for decades. We offer extensive experience in each of the following areas of service: • Federally-Funded Projects • Municipal Facilities (Building) Improvement •State-Funded Projects Projects • Water Infrastructure Projects • Park Improvement/Reconstruction Projects • Sewer Infrastructure Projects • Stormwater Improvement Projects (Low Impact Development, Green Streets, Regional,etc.) • Storm Drain Infrastructure Improvement Projects • Project Labor Agreement • Street Reconstruction Projects • Pavement Rehabilitation Projects Experience Working with Public Agencies / Authorities Cannon has been committed to providing consulting services since 1976. Our reputation is a direct result of our consistent attention to our clients' needs.A majority of our firm's business is from repeat clients who trust in our integrity, as well as our professional competence. The following abbreviated list presents a summary of some of the municipal entities with whom we have worked: • City of Huntington Beach • City of Lynwood • City of Glendora • City of Manhattan Beach • City of Whittier • City of Fullerton • Port of Long Beach • City of Pico Rivera • City of Chino • City of El Monte • City of Vernon • City of Pomona • City of Santa Ana • City of Bell • County of Orange • City of Huntington Park • City of Chino • Santa Clarita Valley Water • City of Los Angeles • City of Diamond Bar Agency • County of Los Angeles • City of Lake Forest • Las Virgenes Municipal Water District • City of Norwalk • City of Glendale • Crescenta Valley Water District • City of Santa Monica • City of Gardena • Golden State Water Company • City of Beverly Hills • City of South Pasadena • Monte Vista Water District • City of Monterey Park • City of Santa Fe Springs On-Call Construction Management, Materials Testing, and Inspection Services Cannon 660 California Coastal Experience Cannon has provided professional construction management, engineering, and surveying services to more than 20 coastal communities throughout Central and Southern California. As a result, we understand the conditions and environment and what is necessary for long term improvements. A sample of our coastal experience is illustrated in the following figure: .idinbrie 'Paso +4 I ,Waco •Hidgecrest Robles a a ,Atascadero on Coastal communities served by San Cannon Team Members Obispo at a California t City Santa w., .MariaEdwards , „,. CO3 Pained National forest Lancaster I�ys) �� ' asespe h Palmdale Victorvil Condor a plan Santa Sanctuary Santa �--�, WetBarbara t lartta._ _ Hespe . me San Gabriel Ventures Moorpark — Mountain Thousand Oxnard #Oaks Monument '.`4 4 ■ Glendale`' San Bemardi . rt . - a ‘ :Los_Angeles Chandei ..- - East Los Riverside talands_- _ _ Angeles al P. , i' Fullerton _ t Torrance,- rig-- • _ -� • *Santa Ana Huntington Some of our projects for California coastal cities include the following: • Water Main Replacement, Manhattan Beach • Pavement Rehabilitation, Goleta • Manhattan Beach Boulevard Improvements, • Nipomo Community Services District Palms Lift Redondo Beach Station Rehabilitation • Lift Station No. 136, Port of Long Beach • Nipomo Community Services District Woodgreen • Pier A Pump Station 28, Port of Long Beach Lift Station Rehabilitation • Pier B West Expansion Sewerlines and Lift Station, • CDGB Waterline Distribution, Grover Beach Port of Long Beach • Wastewater Treatment Plant, Avila Beach • 4th Street Phase II Construction Management,Santa • Phase I Wastewater Treatment Plant Upgrade, Monica County of Santa Barbara • Olympic Water Transmission Main,Santa Monica • Lift Station No 1. Forcemain, Morro Bay • Seaside Transfer Station Force Main,Ventura • Morro Bay to Cayucos Connector, County of San Luis • Pavement Resurfacing, County of Ventura Obispo On-Call Construction Management, Materials Testing, and Inspection Services Cannon 4 661 Sub-consultants The following table shows the Cannon team of sub-consultants and identifies their office location and services to be provided for this on-call contract. We have selected each of these sub-consultants based on our long history of completing projects on time and on budget. Firm t Role Why Selected for Our Team Projects AVANT Avant-Garde has successfully provided grant research,grant writing, fund administration, compliance management, and community outreach for over twenty years. Our understanding Avant-Garde of federal and state requirements, funding administration, Labor and the complex diversity of Southern California make AVANT- • 57/60 Confluence Compliance GARDE uniquely qualified to: perform extensive research to Support q y Project, Industry, CA identify and secure grants as an "on-call" consultant; deliver a • Whither Blvd. variety of grants in the fields of park development, recreation, Revitalization, infrastructure, public safety, public health, planning and Montebello, CA community development, historic preservation, visual and • Kauffman and Dorothy performing arts,education,and outreach;deliver reports Avenue Street Widening, and documents to see projects through from inception to South Gate, CA conclusion or termination;and administer Federal,State and • County of Los Angeles regional required submittals and reporting. Flood Control District, CA Avant-Garde is a certified minority business enterprise,women business enterprise,disadvantaged business enterprise and small business enterprise(MBE, WBE, DBE,SBE). Converse has provided Construction Management and Inspection Services for nearly 80 years for a wide variety of capital improvement projects.Converse will work with Cannon Converse to lend its expertise and help to confirm that work complies Consultants with building codes and specifications while also maintaining Materials a high standard of accuracy and professionalism. Like Cannon, • On-Call Geotechnical Testing Converse prioritizes quality,safety,and compliance while and Environmental fostering a positive and collaborative relationship between Consulting Services, City all stakeholders on the project. Key aspects of the project will of Los Angeles, CA include on-site continuous inspection, proper certification,and • On-Call Geotechnical adherence to ethical principles. Consulting and Materials Testing, City of Pasadena, The firm has over 50 professional and technical staff available CA to service your projects,including in-house geotechnical • As-Needed Materials engineers,engineering geologists,environmental scientists, Testing, Pavement Mix special inspectors,laboratory and field technicians,drafting/ Design and Inspection CAD specialists. Converse's full-service laboratories can perform Services,County of all geotechnical and materials tests that may be required for Los Angeles your projects.Their laboratories are approved by various certifying agencies, including Caltrans, DSA, CCRL and AASHTO, and supervised by a registered civil engineer to ensure quality control.All equipment is calibrated regularly and laboratory services are available 24 hours a day. On-Call Construction Management, Materials Testing, and Inspection Services Cannon 5 662 Organizational Chart Cannon is structured with an organizational framework that emphasizes both efficiency and consistency,while maintaining the flexibility required to undertake projects of varying magnitudes, large or small. In response to the unique demands of each assignment received from the City, Cannon stands prepared to promptly mobilize additional resources as necessary. Possessing extensive experience and a robust array of resources,Cannon is fully equipped to meet the City's project timelines, objectives, and funding commitments. Key personnel resumes and copies of certifications are provided in the Appendix. City of //un iluitrn Beath Key Personnel Project Manager/ Principal-in-Charge Pat Riddell, PE,CPII, QSD/P Construction Manager/ Main Point-of-Contact P Josh I<noefler, PE Resident Engineers (as needed) Michael Petrovich, PE Harold Vance, PE,QSD Scheduler Principal Public Works/ SUBCONSULTANTS Construction Facility Inspectors Christine Kahn, PE Engineer/ Materials Testing Design-Build Lead ,A Jameson Farr,CPII Converse Consultants Pete Maskal, PE Mossad Rizkalla 4' Dean Stanphill, PE,GE Bud Nance Siva Sivathasan,PE,GE Colin Campbell Hashmi Quazi, PE, GE Robert Estrada, CPII Ron Tegland,CPII Labor Compliance Matt Natividad, CPII Support Craig Fraki Avant-Garde Lisette Montoya f Summer Mann Local Team and Leadership We have been located on the Southern and Central Coast for more than 49 years, providing a range of project support services from concept,to design,to construction management and inspection for tri county municipalities. We can offer the City immediate service and response time to address project needs as they arise and help meet schedule and budget requirements. On-Call Construction Management, Materials Testing, and Inspection Services Cannon 6 663 Key Personnel Experience, Licensing, and Role Name YExps Licensing /Certifications Job Role Professional Civil Engineer, CA No. 68420 Pat Riddell, PE, CPU,QSD/P ;' 25 Certified Public Infrastructure Inspector(CPII) Project Qualified SWPPP Developer/Practitioner No. 23466 Manager/PIC Josh Knoefler, PE , 26 Professional Civil Engineer,CA No. 66577 Construction Manager Michael Petrovich, PE 11 Professional Civil Engineer, CA No. 93847 Resident Qualified SWPPP Developer/Practitioner No. 93847 Engineer Jameson Farr, CPII .p' 11 Certified Public Infrastructure Inspector(CPU) Construction Inspector ICC—Master of Special Inspection; Reinforced/ PT Mossad Rizkalla , ' 35 Concrete;Structural Masonry;Structural Bolting; Construction Structural Welding; Spray-applied Fire Proofing Inspector ACI—Field Test Technician Pete Maskal, PE .' 19 Professional Civil Engineer, CA No. 78139 Design-Build Christine Kahn, PE 34 Professional Civil Engineer,CA No. 1877 Scheduler OSHA-Confined Space Entry, No. 132326 Professional Civil Engineer, CA No. 43612 Materials Dean Stanphill, PE,GE .'- 35 Professional Geotechnical Engineer, CA No. 2271 Testing ICC-Certified References and Project Experience Construction Management and Inspection Projects Well 29 and Site Rehabilitation Improvements Project Santa Ana, California Well 29 is a 2500 gpm well located at the southeast corner of Flower Street and First Street in Santa Ana. 1 .-. I I The well and well site needed complete rehabilitation. A; ill f : _ — Improvements included mechanical system upgrades, t, �,1,11,ii`I t..a -_ , I 1 :, new well house building construction,water service 1 �_ ! _ and pipelines including upgraded connection to ' \ - the Metropolitan Water District, pump and motor 1 or., I improvements, irrigation and landscaping, electrical 3,1T.y 1� "° , system upgrades, Motor Control Center cabinet . b replacement,system controls and instrumentation, t. = '.-, V ' . r public frontage and on-site improvements, paving, concrete sidewalk, traffic signal loop replacements, and bus shelter and site furnishing upgrades.Cannon provided construction management, inspection, Construction Cost: $518,321 and construction administration for the new Start/Finish:January 2022- In Process improvements and rehabilitation. Key Project Team Members: Reference:Sean Thomas, PE Principal Civil Engineer • Josh Knoefler, PE Project Manager City of Santa Ana, Public Works Agency • Patrick Riddell, PE, CPII, QSD/P Principal-In-Charge 20 Civic Center Plaza,Santa Ana, CA 92701 • Michael Petrovich Assistant Resident Engineer n 714.647.5655 SThomas5@santa-ana.org • Jameson Farr, CPII Construction Inspector On-Call Construction Management, Materials Testing, and Inspection Services Cannon 7 664 Parking Lot Rehabilitation Garden Grove, California The City of Garden Grove acquired a multilevel �� -_ :• — —•� building adjacent to City Hall with a parking lot in `= - severe disrepair. Overgrown trees and invasive roots - ��� had damaged the pavement, and years of neglect left �-� � ---:'''*".. the lot nearlyunusable.The Cityidentified the lot \ c restoration as a key Capital Improvement Plan project. The high-profile location next to City Hall required `' -. careful planning to minimize disruptions, particularly 1 during City meetings and site tours. Cannon provided full-time construction inspection and coordination :- between the City,contractor, and material testing teams. We worked closely with City staff to confirm ' '` . timely decision-making and maintain project progress `" on an expedited schedule. N N. The project involved tree and root system removal, concrete curb and gutter replacement, and various s. asphalt pavement repairs. Work included a 2.5-inch grind and overlayacross the entire parkingarea and �' full-depth 8-inch dig-outs, replacing compromised a li� • 9� j :�-'Yw ,' I `r materials with Class 2 Aggregate Base and 4 inches of , , 1_4. ! . , ,..., • , . 51 Hot Mix Asphalt.The project was completed with low- , 'i t, • '°_ impact trees, irrigation, and fresh stripint. tifi;g. 1T' , I. P g P g \ �� , Additionally, Cannon provided construction inspection • \\\ ;A, . services for other phases of the Garden Grove project. i \ C 4447'--41111101 - -_ The work included catch basin repairs, sewer manhole Al.-..:.-..-..... _ adjustments, automatic retractable screens for storm I \ \\4 ;.. drains water meter box replacements upgrades, and Construction Cost: $171,668 new CCTV camera installations. Start/Finish: December 2024-January 2025 Key Project Team Members Reference: Mark Uphus, PE Project Manager •Josh Knoefler PE Project Manager City of Garden Grove • Patrick Riddell, PE, CPII, QSD/P Principal-in-Charge 11222 Acacia Parkway, Garden Grove, CA 92840 • Jameson Farr CPII Construction Inspector 714.741.5191 EJ marku@ggcity.org • Mossad Rizkalla Construction Inspector On-Call Construction tv1anagernent, Materials Testing, and Inspection Services Cannon 8 665 Monterey Pass Road Transmission Main Replacement Monterey Park, California The project involved replacement of an existing 12-inch ,, water transmission main and installation of two new, ..,�l;. „ � , /J. A .,,t r-• parallel transmission water mains in a single trenchline. : ' � ' - !'` ' i Due to numerous breaks within the previous year, �, . t:•`" ` I o` ' r - _ ` ';— this was an emergency project and was being fast- - Ili . tracked to mitigate the loss of water and manpower 1 .1. =' ' -- needed to make recurring repairs to the existing water -;"" transmission main. Cannon to provide construction r management and inspection services.The project ,-. - , : ;. included approx. 4,800 LF of existing 12-inch pipelines =:' .. with approx.4,800 LF of two new 12-inch waterlines, v involved connecting the new pipelines to the existing - water system while maintaining water service, + ' -• _ '- n and connectingthem to installing new fire hydrants, ,,. the new distribution water main. Cannon notified A 144 utility companies for the as-built plans and contacted suppliers to determine the availability of pipe material, `' fittings,and valves; coordinated with the City and Construction Cost: $392,076 contractor; and prepared base maps for the project. Start/Finish: March 2023 -January 2024 Reference:Ziad Mazboudi Project Manager Key Project Team Members: City of Monterey Park • Patrick Riddell, PE, CPII, QSD/P Project Manager 320 West Newmark Avenue, Monterey Park, CA 91754 • Michael Petrovich Assistant Resident Engineer n 626.307.1320 ! zmazboudi@MontereyPark.ca.gov • Jameson Farr, CPII Construction Inspector Design-Build Experience Cannon has 49 years of experience acting as owner's representative with design-build teams on high-profile projects. Our team members are experienced in managing, leading, and advising on a variety of design-build projects.Josh Knoefler,construction manager, has held multiple roles on industrial,gas,electric,and other energy generation design-build projects.Additionally,Pete Maskal, PE, design-build lead, has over 19 years of experience in vertical construction and facility projects. Representative projects include: • Cal Poly Engineering IV Building, Engineering/ • Hawthorne Woods Residential Subdivision Design- Architecture Renovation and Replacement Build Land Development • Cal Poly Center for Science and Mathematics Services included construction management, inspection, conceptual design,grading and drainage plans,on- and off-site improvements, utility planning, environmental permitting and coordination, and surveying. We remain engaged from the start of the project through construction close-out, working closely with the design- build team to define goals,manage risks, and identify cost-saving opportunities.We establish communication procedures to support efficient coordination. CONSTRUCTION MANAGER'S ROLE IN DESIGN-BUILD: In a design-build delivery,the construction manager represents the owner's interests across all phases of the project. Our role includes independent oversight of the design-build team, schedule and cost monitoring,constructability review, document coordination, and on-site observation.We help guide early decisions, identify risks, support quality control, and maintain clear communication between all parties to promote accountability and alignment with project goals. LESSONS LEARNED: Early involvement and consistent collaboration help align project goals and streamline decision-making. Defined communication procedures and upfront identification of risks and savings opportunities contribute to efficient delivery and successful outcomes. On-Call Construction Management, Materials Testing, and Inspection Services Cannon 9 666 Project Experience Summary The following table summarizes some of our previous and on-going project experience providing relevant task categories. E 1 • a 0 a GG rs • roal n c c Project Experience au CC CC U C c a o GJ • E a c a.' 2 Q. 1- "a" w North Depot Street and Hwy 166 and Blosser Road Right Turn Lane Traffic Signals and Street V V Improvements,City of Santa Maria Huasna Townsite Road Bridge,County of San Luis Obispo V V Construction Management Services for Arterials 2023,City of San Luis Obispo V V Tank Farm and Orcutt Roundabout,City of San Luis Obispo V V Golden Hill and Union Road Intersection Improvements,City of Paso Robles V V Salinas River Segment of the Paso Robles Recycled Water Distribution System,City of Paso Robles V V Airport Area Infrastructure Improvements,City of Paso Robles V V Main West Tank and Ductile Iron Pipeline Installation,City of Paso Robles V V Sherwood Acres Backyard Sewer Replacements,City of Paso Robles V V • 2020-2021 Pavement Rehabilitation Project,Goleta,California,City of Goleta V V 2022-2023 Pavement Rehabilitation Project,Goleta,California,City of Goleta V V Design and Construction Management for Measure K-14 Street Repair and Rehabilitation Program V V Projects,City of Grover Beach Train Station Expansion Project,City of Grover Beach V V 2022 Paving Project,City of Pismo Beach V V Ocean Boulevard Seawall Improvements,City of Pismo Beach V V Pismo Pier and Plaza Rehabilitation,City of Pismo Beach,California V V Pismo Streetscape Shell Beach Road Improvements,City of Pismo Beach V V FEMA Emergency Repairs for Alisal Road at Various Locations,County of Santa Barbara V V Village Square Los Alamos Storm Drain,County of Santa Barbara V V V Groves Booster Pump Station,Golden State Water Company,Orcutt,California V V Construction Management and Inspection for Street Reconstruction,City of Huntington Park V V Calleguas-Las Virgenes Water District Interconnection Project,City of West Lake Village V V Highway 46 Water Pipeline Relocation and Horizontal Directional Drilling,City of Lost Hills V V Mission Village—KB Homes Improvements,Santa Clarita Valley Water Agency.City of Valencia V V Construction Management and Inspection Services for Street Improvements,City of Gardena V V Van Ness Avenue and 139th Street Improvements Project,City of Gardena V V 178th Street Sewer Pump Station Renovation Project,City of Gardena V V Wastewater Treatment Plant 48-inch Interceptor Sewer Main,City of Delano V V On-Call Construction Management, Materials Testing, and Inspection Services Cannon 10 667 Understanding and Approach The City of Huntington Beach(City) is anticipating the Delivery of Services commencement of a variety of construction projects in the near future and is seeking a consultant that has demonstrated familiarity and experience with Tailored Project Approach construction management and inspection services. Since no two projects are exactly alike, we The City anticipates a steady amount of construction believe that a tailored approach is necessary to activity in the next three years for various public meet the City's needs and budget, as well as the works infrastructure projects, and consistent requirements of each project.The specific approach construction activity on City facilities. will depend on the nature of the project. The City will evaluate consultants for their experience and ability to provide construction management for Forward Thinking variously funded projects. We are aware that the City Being able to proactively work with the intends to contract with multiple consultants with the contractor and anticipate project challenges before goal of obtaining services in a timely manner. they impact the critical path schedule separates Cannon is prepared to serve as an extension of the a "good"resident engineer from one that simply City's staff in providing construction management "observes and reacts."The right resident engineer services, including, but not limited to,the following: for the City will have a thorough understanding of project phasing and design to confirm that items • Constructability Review (such as existing utilities) are properly marked and • Oversight of construction surveying and material discrepancies identified before construction begins; testing underground work is completed in advance;and • Pre-job coordination and administration activities coordination with utility providers is established. • Understanding of standard details and specifications from: Caltrans, Greenbook, APWA, AWWA Information & Participation from City Staff • Experience in documentation of activities through Since each project is distinct,the specific Daily Inspection Logs information required from City Staff will be • Construction Safety Orders determined at the onset of each project. In general, • Labor Compliance for each project Cannon is requested to provide • Public Outreach services,we will facilitate a kick-off meeting with • Design Build City staff.At that time,specific information and/or participation of City staff will be further developed. • Best Management Practices • Inspection: • Traffic Control 1 Communication Strategy • Storm Water Prevention Measures As is true with most projects, communication • General Street Construction is essential in successfully avoiding or resolving • Underground Utility Construction problems that may be encountered during the course • Traffic Signal Installation of a project. Understanding our role in relation to the • Landscaping and Irrigation Installation roles of the City's Director of Public Works,design engineer, and contractor is paramount. On-site staff • Street Striping are responsible for keeping parties informed as to • Ability to work with utilities and public agencies in the progress of the project.We recommend clear and adjacent to the City of Huntington Beach • Understanding of environmental regulations relevant to construction activities On-Call Construction Management, Materials Testing, and Inspection Services Cannon 11 668 project work. Confirming that information is available Interagency/ Project Team Coordination to the construction team in the shortest possible time Working closely with project stakeholders is essential. from beginning to end on City projects is very important.Stakeholders include City Staff, the In collaboration with the City, Senior Construction design team, local and regional government agencies Manager, Joshua Knoefler, PE, will establish involved with the project, residences and businesses, procedures for recording and distributing the local community, tourists, and patrons from correspondence, meeting minutes, reports, and surrounding communities. It is imperative that the other conversations to promote open channels of resident engineer stay attuned to the impacts of the communication on a construction project. Standards project on each of these stakeholders and be able to for recording, maintaining, and distributing this communicate effectively(verbally and in writing) in correspondence will be established at the onset of the event adjustments are necessary. the project. We recommend these standards be maintained throughout the course of the project. In line with communication is record keeping.The Public Convenience more complete the documentation, the more Construction activities are often scheduled effective Cannon will be in resolving problems. to occur through the high tourist season and have In addition, this information can be used to avoid potential to impact nearby businesses and residences. claims if the evidence is sufficient and clear. Written In an effort to reduce disruption on a project, our correspondence and notes are of the highest proposed resident engineer will be responsible for importance. Communications in meetings, with overseeing that the project contractor provides a the contractor, and/or over the telephone should clean and safe project site, and provides effective be summarized in writing. We will coordinate with communication with the nearby businesses, should the City and project contractor for things related to the need arise,to discuss potential inconvenience payment estimates, change orders, project meetings, during the duration of construction. submittals, RFI's, and as-built drawings. The assigned construction manager is typically responsible for project coordination and Funding Requirements communication with project stakeholders. He State and Federally-funded projects form a implements record keeping procedures, construction distinct subset of transportation projects that must administration systems, and is responsible for project comply with specific rules and laws in addition to management. He keeps the City representative those of the California Public Contracts Code, and updated on a project's status to maintain proper other regulations. In California,Caltrans has been quality control. given the authority to oversee the administration of projects that include State and Federal funding sources. 5 Communication and Documentation Timely, detailed, and accurate documentation Traffic Control and Public Safety of the implementation and progress of the work A key component to understanding most is paramount. Done well,written documentation construction projects is having a solid foundation of tells the "story" of the project and brings issues to knowledge in MUTCD and Caltrans requirements. the forefront for early and quick resolution.Weekly Disruption to the flow of traffic must be reduced to progress meetings, schedule reviews, processing of avoid public discontent and complaints. We have RFI's, submittals, and change orders help to facilitate recent experience with Caltrans highway projects open and complete communications throughout involving signal and curb ramp replacements and projects. understand the importance of these public safety requirements. In fact,we have recently completed On-Call Construction Management, Materials Testing, and Inspection Services Cannon 12 669 several signal projects, including the Five Cities Drive Lessons Learned and Highway 101 on/off ramp intersection in Pismo From countless interviews we have conducted with Beach,and the intersection of Highway 101 on/off agency staff, as well as our experience serving as an ramp and 17th Street in Paso Robles. In addition, we extension of municipalities' staff(during which we have have worked with the Caltrans Lane Closure System encountered successes and challenges alike),we have and Caltrans Right-of-Way(ROW) and permitting learned several lessons. We have compiled a few of staff, and we understand the methods and processes these challenges,along with our established solutions, required should there be a need for lane closures in the following table: within State highway ROW for City projects. Challenges Lesson Learned 1 0 • Construction Schedule and Budget Especially during on call To prevent confusion, A properly managed schedule is projects, challenges can Cannon establishes instrumental in maintaining project progress and arise from a consultant's a culture of clear, establishing a common basis on which time and lack of knowledge of a mutual communication cost issues or disputes may be negotiated.To keep a municipality or agency's from the beginning project on schedule and budget, the City must select internal decision-making of each project. As a an experienced and proven management team. As hierarchy. result, Cannon and the implemented successfully on similar projects, we will municipality or agency use a systematic process for keeping construction will know what to records, procedures,and materials sampling and expect from each other. testing in service at times for the duration of a Consultants,such as As a result of the project. engineers, surveyors, and clear and appropriate Likewise,the firm selected should be well established construction managers, procedural decision- in the community with a strong local presence and are often required to making protocols we readily available resources to support the efforts make decisions in the have instituted, our required for City projects. field.Too often,these engineers, surveyors, decisions are made and construction based on misinformation, managers can make the 11 ADA Compliance resulting in delays, necessary decisions in Compliance with the Americans with unnecessary expenses, the field with confidence Disability Act (ADA) is critical to the successful and even claims and based on a proven set of completion of most street improvement projects, litigation. principles. New concrete ramps, sidewalks, and islands will require grades and slopes to be verified to confirm Delays and additional Cannon institutes and, minimum ADA requirements are being met. In costs can result from a just as importantly, addition, the location of new signal poles and signal project straying from the follows a strict critical features such as pedestrian push buttons(PPB) also required schedule. path for each of our fall under requirements of ADA for clearance, reach, projects,saving both and height requirements.We have successfully time and money. provided construction management and inspection on transportation projects with these compliance Cost Savings Strategies requirements. Having worked with numerous local and regional ; , - 1 r }i►4 public agencies, we clearly understand the need to ' , i ., / work within available budgets while providing value P . h _ on projects. We understand that the immediate and long-term value may not be represented by the lowest ,,4' .._, Agit , , '' ,. :. .,; , fee estimate. We have developed effective cost-saving t .1� � strategies thathave been successful for ourprivate u r' _ --: industry and public clients. On-Call Construction Management, Materials Testing, and Inspection Services Cannon 13 670 These strategies may include the following: Approach to Management and • Invite experienced staff to review projects and Quality Assurance identify key factors that helped increase efficient Project Management project delivery for similar projects in the past. We understand the importance of meeting project • Provide research using Cannon's Project Database schedules and deliverable deadlines.To assist in this System to identify existing surveying and other area, we use Deltek Vision Management System as site data for the project. our accounting and project management database. • Provide Cost Benefit Analysis and Value With this system,we have detailed records of labor, Engineering Reviews. subconsultant, and other direct costs and breakdowns • Review projects for possible use of alternative by task and project milestones.The records are technologies or innovative approaches. organized by project. Early, clear, and concise communication with This software allows Cannon's project managers to impacted private property owners, utility providers, employ an Earned Value Analysis (EVA) program for or Caltrans facilities on anticipated projects will pay many of our more complex projects(see sample in dividends in delivering projects on time. At the on-set Figure 1). Budgets and progress are reviewed monthly, of the project, we recommend making these types and EVAs are provided as required by the project of determinations to reduce project schedule risks. schedule: monthly, bi-weekly, or weekly. EVA is a Assigning team roles with the City,other consultants, method for managing projects based on the regular 1 and in-house staff to overcome these obstacles will comparison of actual project costs to planned costs be critical for each project. Whether small or large, and to completed work.The phrase "earned value" implementation of third-party rights can take a comes from the concept that when a deliverable is simple, short scheduled project and make it into a completed, its value has been earned. complex and difficult project. Figure 1. Earned Value Analysis (EVA) Chart Technical Management Money Record Keeping - VPM / Procore Project documents, drawings,contract change 441444 . ,,...........:..., orders,contractor submittals, shop drawing and St11,,"kVo,,,,m,(WI `"""" 11Mq,l I correspondence will be maintained in electronic <----y' i ,,,,„.,, form and hard copy.The City is migrating over to '''""'""' VPM. Cannon will use the City's VPM platform for _ ,l.u..al.,.-v.WI Document Control Management.Cannon also has a subscription for Procore,a cloud-based project ,y management software, and can use Procore for submittal, RFI and other document management Time if desired. Procore is especially useful when the ti tz Engineer of Record needs to review and provide input on a large percentage of submittals and RFI's. Many of We will conduct weekly or bi-weekly conference our clients also appreciate the ease with which they call meetings with the appropriate City personnel to can view and access project documents with Procore. facilitate clear communication on upcoming tasks, We will maintain an "as current" basis, a record copy and to make sure the project remains on schedule and of contracts, drawings, specifications, addenda, and within budget. We will prepare, update, and provide change orders in good order. City staff with an agenda prior to each meeting. On-Call Construction Management, Materials Testing, and Inspection Services Cannon 14 671 The results of the systems and processes described Overview of Cannon's Quality Assurance/ above are collected and incorporated into our Quality Control Programs: performance appraisal (PA) system. Feedback to our staff members is largely based on these metrics. Review WPR Design Checklist The results of the performance system are used to determine profit sharing, performance modification, and career advancement opportunities. This closes Prepare Draft Work Product the "accountability loop" and, along with an innate desire to meet our clients' needs, motivates our professionals to remain focused on adherence to Team Review of Draft Work quality,schedule,budget,and accurate assessment of Product Using WPR Checklist problems and successes. • Quality Assurance and Control Team Returns Work Procedures Product to PM • We are prepared to provide our clients services for each phase of their project, from bid support r _ _ _ Prepare Final Work Product through preconstruction preparations,construction, 1 and project close-out. As the first order of work 1 on a project,we develop a unique Construction I Review Team Checks Final Management Plan which is customized to the type of I Work Product Using WPR work, the plans and specifications,and contractual I Checklist and Comments requirements of the project (see sample in Figure 2). I I So that we can assign sufficient staff for your projects, I 1 this checklist will be used in collaboration with the I i City during scoping meetings to determine which L if not complete... If complete... specific tasks are needed for each project. Figure 2.Sample Construction Management Plan Provide to Client/Agency Checklist for Approval Construction Management Plan Checklist Design Phase: 1. Provide design stall with conslructabillty reviews of draft plans and specifications during design ❑ phase. CPA Responsibilities Prior to Construction: 1. Review project plans and contract documents 0 2. Review questions with City's project manager and project engineer/architect 0 3. Review pay quantities for awareness 0 or the past five months of construction progress, the project has been going smooth with no major issues due to [Cannon's] well coordinated efforts.. Ziad Mazboudi, PE, Capital Improvement Project Manager City of Monterey Park On-Call Construction Management, Materials Testing, and Inspection Services Cannon 15 672 Example of General Work Plan The following example scope of services demonstrates Task 1.3— Staff Reports Cannon's approach to completing tasks that may be After the lowest responsive bidder has been needed by the City for construction management and confirmed, we will prepare a staff report for the inspection. As an optional additional service, Cannon recommendation of contract award to the City. can provide the following services through various Additionally, if requested, we will coordinate with the qualified subconsultants:Converse Consultants will City to determine funding sources, publication dates, provide materials testing and Avant-Garde will provide environmental and fiscal impact, and schedule of labor compliance. We look forward to working with award to meet the City's deadlines. the City to identify and develop a specific scope to Task 1.4— Constructability Review meet project and scheduling needs. The Project Manager will assist the City and design Phase 1 - Preconstruction Services engineer in a review to determine the constructability Task 1.1 —Project Management of the proposed project. We will give attention to We will assign a Project Manager to the project and potential construction schedules,activity sequences, will represent the City throughout the project's life and duration,while considering long lead time items. cycle.The Project Manager will have over five years We will provide feedback to the City and design of experience and possess relevant certifications and engineer on likely construction timelines of proposed credentials. All inspectors and administrators will projects. have relevant construction management experience, Task 1.5 — Preconstruction Conference certifications, and references that demonstrate their We will conduct a pre-construction conference and experience. site tour with the City, involved agencies, utilities, Task 1.2 — Bid Analysis and the contractor's team as they prepare to mobilize We will attend the pre-bid conference and the bid for the project.The Project Manager and support opening as part of the bidding process if requested staff will review plans and specifications with the or required. The Project Manager will assist the City contractor to facilitate the contractor's understanding and design engineer in evaluating and reviewing bid of the project. In addition,we will do the following: proposals, subcontractors, suppliers, and requests for • Review the contractor's construction schedule substitute materials and equipment. We will examine, for the project, including equipment, labor, and organize, and inventory bid documents(certificates supervision planning. of insurance, bonds, and "New Vendor Packet") • Review appropriate protocols and procedures submitted by bidders and determine the lowest detailed in the construction documentation. responsible bidder. • Apprise the contractor of contract requirements regarding security matters such as fences, lighting, and posting of signs. • Prepare the meeting minutes for the pre- construction meeting. h n c * • ; i' 11.\ rp . On-Call Construction Management, Materials Testing, and Inspection Services Cannon 16 673 Task 1.6— Preconstruction Documents • In conjunction with the City, negotiate schedule Upon award of the contract,we will review the adjustments with the contractor, which may be contractor's surety bonds,certificates of insurance, required due to weather, change orders, or other preliminary schedules, building permits,special impacts requiring schedule adjustments. permits,and other documents required prior to • We will prepare and issue Weekly Statement of construction for general compliance with the contract Work Day reports. documents and authorities with jurisdiction. We will provide the City with recommendations based on the Task 2.2—Progress Meetings findings of the pre-construction documents review. We will conduct weekly progress meetings with the contractor and the City representatives.These Task 1.7— Community Outreach Assistance meetings will include the following tasks: We will co-lead community outreach efforts with the • Review progress and quality of work. City,coordinate with the City's community liaison, and incorporate community messaging into our day-to • Review submittal and RFI logs. day activities. We will wield our extensive experience • Notify the attendees of construction deficiencies. working on highly visible projects to keep messaging • Discuss labor, material, and equipment related to clear, current, concise, and correct. We will review upcoming work. temporary message boards,traffic signs, and public •Address team coordination matters. notifications with the City's input, and communicate with the contractor(in advance) so the community • Review maintenance of "as built" drawings stays well informed. throughout construction. • Conduct each meeting according to a published Our team is well-versed in interacting with the public agenda and prepare and promptly distribute during construction.We will be the first line of contact meeting summaries. Meeting summaries will in addressing community concerns and complaints. detail action items, the discussions that ensued, Our goal is that safety and public convenience be and announce the time and date of the next addressed at each location. We will meet that goal g meeting. through our systematic construction management Task 2.3 —Special Meetings program and effective communication in partnership We will attend and conduct up to ten meetings with with the City. the project team and contractor to address special Phase 2 - Construction Services issues such as pre submittals, mobilization of major subcontractors, change order negotiations, and Task 2.1 — Scheduling startup. We will review the contractor's schedule to confirm the project is in accordance with the contract Task 2.4 — Project File Database document requirements. We will complete the We will create and maintain project files per Local following tasks associated with the overall schedule: Assistance Procedures Manual and City filing structure • Review the contractor's schedule to determine (VPM).The development and implementation of the that it is properly prepared, that the milestones document system will include the following: • system to support project schedule,and that there • Design of the document dates meet the overallPP are no major conflicts. file database. • Review progress against the approved schedule • Administration of the project database throughout to adequately record work-in-place, detect the project's lifespan. potential delays, and review the contractor's plan for implementation of remedial measures,when appropriate, to recover or maintain progress. On-Call Construction Management, Materials Testing, and Inspection Services Cannon 17 674 Documents to be tracked in the system include the submittals the design engineer would typically not following: review,such as stormwater pollution prevention • Project drawings plans (SWPPP), traffic control plans, contractor safety programs, and other work plans. • Project specifications • Drawings and specification addenda Task 2.6 — Construction Observation We will implement observation guidelines for • Correspondence monitoring the quality of the contractor's work. • Submittals/shop drawings We will conduct field observation and prepare • Requests for information (RFI) documentation,in the form of daily reports, of • Change orders and change order requests construction tasks including but not limited to construction staging, utility coordination, mechanical • Meeting agendas and meeting summaries and electrical equipment, instrumentation,vehicular • Daily reports and pedestrian access, drainage, NPDES requirements, • Daily photos concrete,grading, building construction, paving, • Inspection reports lighting, and landscaping and irrigation. •Testing reports Should materials,installation processes, or levels • Project schedules of quality not comply with construction contract • Weekly Statement of Working Day Reports documents, Cannon will first discuss with the City, then issue a non-conformance report notifying • Progress payments the contractor of deviation and inquire about the • Permits contractor's proposed corrective action.We will • Warranties forward copies to the City. Task 2.5 — Submittal Management The contractor has sole responsibility for compliance Cannon will provide timely coordination with the with safety requirements on the construction City's designated design engineer for submittals of contract.Cannon's staff will monitor the contractor's materials not supplied by the City, operations and general compliance with its safety program and advise maintenance manuals, and shop drawings. In addition, the City of observed deficiencies.We will take the we will conduct the following tasks associated with necessary steps to confirm the jobsite conditions are the management of project submittals: compliant with OSHA regulations. • Verify that the contractor's look ahead schedules We will obtain and manage delivery slips for checking contain critical submittal dates. payment requests, maintain a photographic log of • Confirm that submittals are reviewed in construction activities,and provide the City copies accordance with the contract documents. of significant photographs.We have assumed 75%of • Update submittal logs on a regular basis. the time to be on-site observation during an assumed • Confirm that shop drawings have been reviewed 12-month construction phase. and returned before associated work has begun. Task 2.7— Safety Program and Traffic Control • Maintain a copy of completed submittals in the Plan project records. We will work closely with the contractor to confirm traffic control requirements are met and necessary After submittal review is complete, we will return traffic control for work within the City right-of-way the submittal to the contractor and forward a copy is maintained in a safe and effective manner.We will to the City for record. While most submittals will review and approve, if sufficient,the contractor's be transmitted to the design engineer for an official traffic control plans.We will monitor the contractor's response, Cannon will also review submittals and on-site safety program and compliance with provide feedback to the City/design engineer, as the approved traffic control plan and Cal-OSHA applicable, prior to returning to the contractor. Construction Safety Orders. We can review and provide an official response to On-Call Construction Management, Materials Testing, and Inspection Services Cannon 18 675 Task 2.8— Construction Surveys and Staking • Confirm the contractor's price proposals are Coordination reasonable and accurate for construction We will observe and review the contractor's surveys quantities, rates and unit prices, and time and and staking, and coordinate with the contractor schedule. and their licensed surveyor to quantify and confirm • Maintain a change order log to track change quantities of work provided by the contractor. order proposals through the review and approval Task 2.9— Stormwater Pollution Prevention process. Plan (SWPPP) Task 2.12— Claims Assistance We will review the SWPPP submitted by the We will coordinate with City consultant on claim contractor and will monitor and document the matters.Claims submitted by the contractor must contractor's general conformance with the SWPPP. We adhere to the Public Contract Code Section 10240 assume that the City will file the SWPPP with the State and 20104. Documentation must be provided and re- Water Resources Control Board SMARTS System. viewed to support a claim. We will review claims and Task 2.10— Request for Information (RFI) provide an evaluation to the City and coordinate the We will maintain a log of contractor's Requests for resolution of each claim with the project team. Information (RFI), and will review,coordinate, and Task 2.13 — Progress Pay Estimates respond to RFIs. When appropriate,we will provide We will review the contractor's monthly progress recommendations,suggestions and alternatives to the payment requests, construction contract records, contractor and/or the City. and reports for general compliance with contract Task 2.11 — Change Orders documents. We will maintain an estimate of overall We will investigate proposed change orders submitted construction cost based on contractor's bid and by the contractor or requested by the City. Change earned value of completed work, and compile and order submittals will include supporting records. forward recommendations for contractor payment to Our investigation will include the impacts on the the City. project schedule and budget and will include a Phase 3 - Specialty Services recommendation for approval or disapproval. We will complete the following tasks associated with change Task 3.1— Materials Testing and Special Inspection orders: We have teamed with a geotechnical subconsultant, • Assemble documentation to include,such as Converse Consultants,to provide materials testing and inspection reports,test reports, drawings, special inspections during construction.The materials sketches,photographs,and other materials,as testing and special inspections will be conducted required. in accordance with the City approved frequencies • Prepare change order cost estimates conforming and procedures,the construction contract plans to the City's procedures and forms; assess and specifications,and applicable materials testing the impacts of the proposed change on the manuals. We will review the results of materials contractor's schedule and operations; and testing and quality inspections, and will recommend prepare a written report summarizing the impact acceptance of work in general compliance with the of the proposed change on cost, schedule, and contract documents or remedial actions required to contractor's obligations.g correct unacceptable portions of the contractor's work. Cannon's Construction Management team played an integral role in the delivery of the Avila Beach CSD WWTP Improvements Project... The Cannon CM team was instrumental in fostering collaboration between the MBR vendor,the design engineer and construction contractor, while ensuring that the CSD's interests were at the forefront... Brad Hagemann, PE General Manager/District Engineer Avila Beach Community Services District On-Call Construction Management, Materials Testing, and Inspection Services Cannon 19 676 Task 3.2— Labor Compliance • Review the contractor's operational testing plan We have teamed with a subconsultant,Avant- and acceptance plan, and advise the City as to Garde, for labor compliance. We will provide a labor status of the scheduled tasks. compliance program to monitor the contractor's labor • Coordinate up to six contractor/client meetings to compliance,which includes the following: review start-up status. • Pre-Job Conference: Conduct a pre-job Phase 4 - Post Construction Services conference with the contractor and subcontractors listed in the bid before Task 4.1— Final Inspection and Punch List commencing work. We will discuss labor We will evaluate the substantially complete facilities compliance requirements and furnish copies to confirm general compliance and/or identify of the suggested reporting forms.We will keep discrepancies and deficiencies in the work completed records of the conferences on file. by the contractor. We will compile a punch list, transmit to the contractor, and monitor completion • Monthly Audit of contractor Certified Payroll: of the punch list items. We will report to the City Review certified payrolls submitted by the upon the completion of the project, and make contractor and subcontractors to confirm recommendations regarding project acceptance, compliance with the requirements of prevailing wage. Monitor that apprenticeship requirements retention of funds, and final payment to the are met. contractor. • Monthly On-Site Interview:Conduct random Task 4.2 —Project Close-out on-site contractor employee interviews monthly, We will coordinate project close-out negotiations as required by the labor compliance program. with the City and contractor.We will provide recommendations to the City addressing payment, • Violation Enforcement and Recommendations: lien releases, and final change orders. Communicate potential violations to the City and provide recommended action. Task 4.3— Final Report • Annual Reporting to the Department of Industrial We will prepare and submit a final construction Relations (DIR):Compile and submit a summary report,including the following: report to the DIR. We will submit the report • Operations manuals for equipment furnished by annually during construction and at the conclusion the contractor of the project. • Testing records Task 3.3— Start-up and Commissioning Coordination Task 4.4 — Processing of Record Drawings We will serve as the start-up and commissioning We will maintain a hard copy file of the construction liaison coordinating with the contractor to develop drawings at the on-site office for the purpose of and implement a start-up and commissioning plan. documenting field changes,as-built conditions,and We will observe, monitor,and accept the operational approved changes.We will provide the City with testing of various components,and will conduct the monthly as-built updates as part of progress payment following tasks: packages.After receiving the contractor's mark-ups of • Coordinate contractors'start-up and changes and as-built conditions, we will transmit the commissioning activities, and compare to final as-builts to the design engineer for processing of contract document requirements, operations record drawings. plan, and acceptance plan, and advise the City of — — nonconformance issues. • Coordinate with the City staff,contractor(s), � systems integrator, and construction management °, team start-up specialists. On-Call Construction Management, Materials Testing, and Inspection Services Cannon 20 677 Appendix Resumes Certification Copies Rate Sheets Resumes Patrick Riddell, PE, CPU, QSP/D Project Manager/ Principal-in-Charge As Project Manager, Mr. Riddell provides direct support to Cannon's construction management staff,including direct supervision of the overall project construction administration,pre-construction meetings,shop drawing review, inspections, processing of pay requests,assessing and resolving unforeseen conditions during construction, monitoring of schedules and budgets,overseeing equipment and materials testing, reviewing record drawings and certifications for accuracy, and confirming that work is in conformance with the contract documents and permit conditions before final acceptance. He also participates in conferences and meetings; coordinates activities with community and regulatory agencies; reviews and/ Professional Registration or recommends acceptance of pay requisitions submitted by contractors; • Civil Engineer, California, investigates and provides recommendations on contractor claims,change No. 72034 orders,etc.;and works with the Resident Engineer in the resolution of issues if • Certified Public encountered. Infrastructure Inspector (CPII), American Public City of Santa Ana Well No.29,Santa Ana, California: Well 29 is a 2500 Works Association gpm well located at the southeast corner of Flower Street and First Street • Qualified SWPPP in Santa Ana.The well and well site needed a complete rehabilitation. Developer/Practitioner Cannon provided construction management, inspection, and construction (QSD/QSP), No. 72034 administration for the new improvements and rehabilitation. • Excavation Safety Training for Competent Persons Improvements included mechanical system upgrades, new well house building (CPT), United Academy, ID: construction, water service and pipelines including upgraded connection to 1544359 the Metropolitan Water District, pump and motor improvements, irrigation Education and landscaping,electrical system upgrades, Motor Control Center(MCC) • Bachelor of Science, cabinet replacement, system controls and instrumentation, public frontage Environmental Engineering, and on-site improvements, paving,concrete sidewalk,traffic signal loop California Polytechnic State replacements,and bus shelter and site furnishing upgrades. Mr. Riddell served University,San Luis Obispo, as Project Manager. California • Caltrans Resident Engineer Select Project Experience Summary Academy Mr. Riddell has served as Principal-in-Charge or Project Manager on the Certification following projects: • Lane Closure System, • On-Call Encroachment Permits,Various Locations, El Monte, California Caltrans • CDBG Street Reconstruction Project FY 21/22, Huntington Park, California Software • Suburban Water Systems Plant 209, Covina, California • ProCore • Yorba Linda Lakeview Ave Widening from Bastanchury Rd to Lemon Drive Professional Affiliations Street Improvement,Yorba Linda, California • American Society of Civil • Budlong/Halldale Street Improvements Project, Gardena, California Engineers • Van Ness Avenue and 139th Street Improvements Project, Gardena, • American Public Works California Association • 178th Street Sewer Pump Station Renovation Project, Gardena, California Years Experience:25 On-Call Construction Management, Materials Testing, and Inspection Services Cannon 679 Josh Knoefler, PE Construction Manager Mr. Knoefler brings over 26 years of experience in construction management including contract management services for lump sum turnkey projects. Specializing in large public and private infrastructure as well as real estate development,he is proficient across a multitude of industrial sectors including ,;. '° public highways and bridge projects, energy generation design-build projects, ' ~ ` underground wet and dry utilities, heavy manufacturing, electric and gas transmission/distribution, and master planned communities. He has worked /� +',�fjjl/', It with numerous agencies and municipalities throughout Southern California tr f tj � i "' jJfJ . across Los Angeles,Orange,Riverside,San Diego,and Imperial Counties;and is s:!' 'Iu '.rlr r:.i,r t�?tr = J familiar with how to navigate across a variety of public agency landscapes. Professional Registration • Civil Engineer, California, City of Santa Ana Well 29 Rehabilitation,Santa Ana,California: Performed a No. 66577 variety of construction management duties overseeing installation of a brand Education new pumping system on a compact site in between existing tennis courts at a • Master of Business public high school. Infrastructure consisted of managing compliance with Green Administration, Book, project specifications, and all construction documentation. Mr. Knoefler University of Southern served as Resident Engineer and Construction Inspector. California, Los Angeles, California Hawthorne Woods Residential Subdivision Design-Build Land Development, • Bachelor of Science, Terre Haute, Indiana:This Subdivision is a 40-acre design-build land Civil Engineering, Rose- development project situated within a master-planned community.Serving Hulman Institute of as the owner's representative and project manager, Mr. Knoefler provided Technology,Terre Haute, oversight of engineering and construction activities His responsibilities included Indiana coordinating engineering consultants, development and management of project Certifications specifications,facilitating the bidding process, and comprehensive construction • OSHA-10 management. He successfully led the execution of project closeout activities, met development goals on time and within budget,while maintaining the • Real Estate Development, quality and standards required for a community-scale residential project. University of Southern California TE-TO Power Plant Combined Cycle Cogeneration Project, Zagreb, Croatia: •Software Skills The TE-TO Project is a 320MW dual-fuel fired facility.The $120 million project • Procore involved the construction and commissioning of a high-efficiency power • Primavera generation plant designed to provide both electricity and thermal energy. • Contract Management Mr. Knoefler provided project controls management oversight, confirming alignment of project cost and schedule objectives. Responsibilities included Years Experience:26 schedule analysis using Primavera, monthly cost reporting encompassing budgets,variances,and change tracking. Mr. Knoefler led the development and negotiation of project claims,focusing on critical milestones,delays related to shop drawing gaps for materials and equipment, and broader schedule impacts. Select Project Experience Summary Mr.Knoefler has served as Construction Manager Lead or Senior Resident Engineer on the following projects: • City of Garden Grove Micro-Resurfacing Streets/Parking Lot Project,Garden Grove California • Barakah Nuclear Power Plant Project, Barakah-Abu Dhabi-United Arab Emirates • SCE Tehachapi Renewable Transmission Project, Los, Angeles, California On-Call Construction Management, Materials Testing, and Inspection Services Cannon 680 Michael Petrovich, PE Resident Engineer Mr.Petrovich brings 11 years of experience in the design and construction of infrastructure projects such as street and transportation projects, landfill expansions, and parks and recreation facilities.Specializing in capital improvements, field engineering, and construction; his experience includes mass grading, paving operations, concrete placement, utilities installation, landscaping, landfill infrastructure improvements, and landfill liner expansion. , ,', Mr. Petrovich's responsibilities include project and construction management, inspection services, and constructability review. He has worked with numerous agencies and municipalities throughout Southern California, such as Orange County Waste and Recycling and the City of Ontario. Professional Registration • Civil Engineer, California, No. 93847 CIP CDBG Street Reconstruction Project, Huntington Park, California:The City of Huntington Park(City)was awarded a grant from the Community • Qualified SWPPP Development Block Grant Program (CDBG) to upgrade and replace various Developer/Practitioner components of the City's infrastructure system. Improvements included (QSDJQSP), No.93847 pedestrian safety and mobility enhancements, ADA-compliant pedestrian Education ramp upgrades, striping, and removal and replacement of existing water and • Bachelor of Science, Civil sewer service laterals. Engineering,Texas Tech University, Lubbock,TX Cannon provided construction management and inspection services and Certification monitored compliance with Greenbook standards, public contracting code, • Halliburton Cementing and procurement requirements. Mr. Peterovich served as Assistant Resident for Engineers 2014 Engineer. Software Skills • AutoCAD Select Project Experience Summary • Civil 3D Mr. Petrovich has served as Assistant Resident Engineer on the following • Microsoft Office projects: • ArcGIS • Well 29 Rehabilitation Improvements Project, Santa Ana, California • Budlong and Halldale Street Improvements,Gardena,California • HEC RAS • SWMM • Monterey Pass Road Transmission Main Replacement,Monterey Park, California • EPA NET • South Bay X Right-of-Way Inspections for Southern California Edison • MATLAB Undergrounding,Gardena, California • iCem (WWHM) • Port of Long Beach Pier A West Container Support Facility CEQA Support Years Experience: 11 Services, Long Beach, California • Coyote Canyon Landfill Access Road and Repower, Newport Beach, California • City of Ontario Park Place Development,Ontario, California • County of Ventura Pavement Resurfacing, California • City of Goleta 2022-2023, Pavement Rehabilitation Project,Goleta, California • City of San Luis Obispo 2023 Arterials, San Luis Obispo, California • 2023 Measure F-14 Pavement Rehabilitation,Atascadero, California On-Call Construction Management, Materials Testing, and Inspection Services Cannon ii 681 Mossad Rizkalla Construction Inspector Mr. Rizkalla is a bilingual senior public works and construction special inspector with 19 years of experience in construction management and inspection. His past projects have consisted of both residential and commercial structures with reinforced concrete, post-tensioned concrete, structural masonry, structural bolting, spray-applied fire proofing, and { structural welding inspection. / � Select Project Experience Summary e,t , Mr. Rizkalla has served as Construction and/or Public Works Inspector on the following projects: Education • On-call Inspection for SCE Permit Work, City of El Monte, California • Bachelor of Science, Telecommunication • Downtown Public Parking Improvement Project, City of El Monte, Engineering, Helwan California University, Cairo, Egypt • CDBG Street Reconstruction Project FY 21/22, Huntington Park, California • Certified-Construction • 2-Mile Water Main Replacement for Hill Street and Cudahy Street, City of Project Management, Huntington Park,California California State • Long Beach Blvd., Phase I and Phase II, Lynwood, California University, Dominguez Hills, California • Frankel Avenue and 16th Street S Improvements (FY 2015-2016), Montebello, California Years Experience:19 • South Bay X Right-of-Way Inspections for Southern California Edison Relocation Work from Overhead to Underground, Gardena, California Jameson Farr, CPU Construction Inspector Mr. Farr brings 10 years of experience in materials testing and construction inspection. His experience includes testing and construction inspection for Federal Emergency Management Agency(FEMA) flood repair, roadway and shoulder improvements, guardrail installation, and pedestrian paths. He is well-versed in the Caltrans and Green Book for Public Works specifications. Select Project Experience Summary Mr. Farr has served as Construction Inspector on the following projects: • On-call Inspection for SCE Permit Work, City of El Monte, California . Certifications • On-Call Encroachment Permits,Various Locations, El Monte, California • Certified Public • Well 29 Rehabilitation Improvements Project, Santa Ana, California Infrastructure Inspector, • CDBG Street Reconstruction Project FY 21/22, Huntington Park, California American Public Works • Monterey Pass Road Transmission Main Replacement, Monterey Park, Association California • OSHA- Certified Confined • Budlong/Halldale Street Improvements Project, Gardena, California Space Entry, No. 130815 • American Concrete • Van Ness Avenue and 139th Street Improvements Project,Gardena, Institute No. 01383421 California • Nuclear Gauge Operator, • Modjeska Park Underground Stormwater Detention and Infiltration No. 17943 System,Anaheim, California • Magic Mountain Pipeline Phase 4, 5 and 6A Project,Santa Clarita Valley Years Experience:10 Water Agency, Santa Clarita, California •Vista Canyon Recycles Water Main Extension,Santa Clarita,California • 2022-2023, Pavement Rehabilitation Project, Goleta, California On-Call Construction Management, Materials Testing, and Inspection Services Cannon iv 682 PE Principal Construction Engineer/ Design-Build Maskal, P 9 Lead Since 2006, Mr. Maskal has provided design, analysis, utility planning, fi project management,and construction support for improvements in public t infrastructure, energy facilities, utility infrastructure, educational facilities, '' residential development projects, and civil engineering forensics. His responsibilities include project management, development of construction 4114 1 documents,agency and utility coordination,and construction administration. He specializes in grading and drainage, site layout and multi-disciplinary coordination for complex sites in environmentally sensitive areas, site development for remediation and hazard mitigation, design-build delivery,Just In Time Engineering, and construction administration. Mr. Maskal served as Professional Registration Project Engineer or Project Manager on the following projects: • Civil Engineer, California, No. 78139 Cal Poly yak?itvutvu Residential Community Design Build Project,San Luis Obispo,California: Cannon provided civil engineering and surveying for the Education design and construction of a 1,475-bed student housing facility.The civil design • Bachelor of Science, included the preparation of grading plans, a site demolition plan,Stormwater Civil Engineering, Pollution Prevention Plan, design data for the stormwater quantity and quality California Polytechnic LEED points, and on-site utility plans for water, fire water,sewer,natural gas, State University, San Luis Obispo, California and storm drains.Mr.Maskal served as Project Engineer. Profesional Affiliations Cal Poly Master Utility Plan, California Polytechnic University, San Luis • American Society of Civil Obispo, California:As part of updates for the 2035 master plan for the Cal Engineers Poly campus, the University needed to analyze and plan for improvements to and expansion of aging utility infrastructure.The University needed a utility Years Experience:19 master plan (UMP) to sustainably support an additional 7,200 beds of student and faculty housing and an additional 5,000 students/faculty. Cannon teamed with Affiliated Engineers, Inc. and was selected to provide civil engineering services in development of the UMP for sanitary sewer, domestic water, storm drain,and natural gas utilities.The master plan evaluated the current utility condition and capacity, identify risks and deficiencies, incorporate sustainability and efficiency components,and provided recommendations for future growth. Mr. Maskal coordinated field assessments(survey,flow monitoring,and CCTV), developed modeling scenarios, compiled master plan, and coordinated civil project engineering assessment. Cal Poly John Madden Football Project Early/Enabling Civil Works,San Luis Obispo,California:Cannon developed the southwest campus utility program, including the proposed WRF lift station LS-10.The project involved coordination and oversight of utility locating and approximately 70 potholes. We developed options for mitigation of storm drain capacity and flood issues at the east bleacher as well as options to vary the extents of utility improvements to meet project budgets.The scope included detail design of backbone storm drain, sewer, water,and natural gas mains. Design-Build Experience Summary • Cal Poly Engineering IV Building, • Allied Health/Math/Science Building, Engineering/Architecture Renovation Learning Resources Center,and Trades and Replacement &Technology Center at Cuesta College • Cal Poly Center for Science and • Remediation and restoration of the Mathematics Former Guadalupe Oil Field On-Call Construction Management, Materials Testing, and Inspection Services Cannon v 683 Christine Kahn, PE Scheduler Ms. Kahn is an experienced project manager, project engineer, and construction inspector with 34 years of experience in the public infrastructure field. She offers expertise in constructability reviews, preliminary site planning 1410and permitting, and funding assistance.Throughout the course of her career, she has honed her abilities as an astute problem-solver capable of designing, managing, and inspecting transportation projects with proficiency. As a Transportation Engineer for Caltrans,she was the lead engineer in the development of various complex transportation projects on the State Highway System. Ms. Kahn also managed a team of engineers to prepare technical Professional Registration documents that required extensive coordination with several functional units • Civil Engineer, California, within the district, region, headquarters and outside regulatory agencies. She No. 41877 followed many of her projects into construction to oversee field personnel to • OSHA-Confined Space confirm the cost effective and timely delivery of the project. Entry, No. 132326 Train Station Expansion Project,Grover Beach, California:The City of Grover • Asphalt 101 for Civil and Beach successfully secured Federal funds from a Congestion Management Air Geotechnical Engineers Quality Grant for the City of Grover Beach Train Station Expansion Project. —Asphalt Pavement Additionally,the City received an allocation of grant funds for construction Alliance from State Proposition 1B and from the Regional Surface Transportation Education Program.The City selected Cannon to provide Construction Management and • Bachelor of Science, Construction Inspection,and Materials Engineering,Sampling and Testing for Civil Engineering, this project.Materials installed on the project and specific documentation and California Polytechnic required reporting adhered to Caltrans Local Assistance Procedures Manual State University,San Luis (LAPM) standards. Ms. Kahn provided Construction Management services. Obispo, California Profesional Affiliations • American Society of Civil Select Project Experience Summary Engineers; Past President, Ms. kahn has served as Construction Inspector or Scheduler on the following SLO Branch projects: •American Public Works • Blosser Road Right Turn Lane at W. Main Street,Santa Maria, California Association, Member, • Morro Bay to Cayucos Connector, County of San Luis Obispo California Central Coast Chapter • Avila Beach Roundabout,County of San Luis Obispo,California Years Experience:34 • Countywide Surface Treatment, County of San Luis Obispo, California • 2021 Pavement Inspection Services, Guadalupe, California • Measure K-14 CIP Pavement Rehabililtation,Grover Beach, California • County of San Luis Obispo, Huasna Townsite Road Bridge Rehabilitation, Oak Shores, California • Huasna Townsite Road Rehabilitation,San Luis Obispo, California • County of SLO 2023 Storm Damage Repair Work, San Luis Obispo, California • Pismo Pier and Plaza Rehabilitation, City of Pismo Beach, California • 4th Street Phase 2, Santa Monica, California • CDBG-Funded Community Center and Leroy Park Guadalupe, California •Vintage Ranch Development Project Inspection Services, Orcutt, California On Call Construction Management, Materials Testing, and Inspection Services Cannon ti'' 684 Dean Stanphill, PE, GE, ICC-Certified Materials Testing Mr. Stanphill has over 35 years of experience providing geotechnical engineering services for a wide variety of projects, including transportation, education, commercial, landfill,and public agency projects. He also has ipi. over 10 years of experience with regards to methane monitoring and biogas collection system design. His experience includes expert witness work regarding methane migration issues on several projects in both the United States and in Australia. Industrial Warehouse,City of Industry, California. Principal-in-charge of an approximate 900,000 square foot concrete tilt-up warehouse in the City Professional Registration of Industry. Mr.Stanphill worked closely with the contractor as well as the • Civil Engineer, California, owner's construction team to verify that all components of the project were No.43612 constructed in accordance with project plans and specifications.The scope • Geotechnical Engineer, of work included grading observation and testing as well as in inspection of California No. 2271 concrete and structural steel. Education Mammoth Lakes Middle School, High School, and Elementary School • MBA, California State University,San Additions, Mammoth Lakes,California. Principal-in-charge of services Bernardino provided for the expansion of schools.Work was performed included grading observation and testing, concrete,structural steel,and masonry.Work • Bachelor of Science, Civil was performed in strict accordance with the California Division of the State Engineering,San Diego Architect Requirements. State University,San Diego, California Vans Corporate Headquarters Expansion, Laguna Beach, California. Certification Principal-in-charge for the construction of a major addition at the Vans • Nuclear Density Corporate Headquarters. Work included grading observations as well as Gauge Structural Steel inspection of concrete and structural steel. Other services included inspection and Welding—ICC; of firestopping and other building envelope components. P g Fire roofin —ICC; PP g Masonry- ICC Mariners Church Expansion, Newport Beach,California. Principal-in-charge • California, Environmental for a major expansion project at Mariners Church in Newport Beach.Work Assessor, No. 07476 primarily consisted of structural steel and fireproofing inspection.The project • California, Qualified included not only interior remodeling and re-purposing of spaces but the i Stormwater Practitioner/ construction of an outdoor worship center. Developer, No. 22010 • California, Qualified San Jose State University Spartan Shops at MacQuarrie Hall,San Jose, Industrial Stormwater California. Engineer of Record during the material testing and inspection Practitioner services provided to the new Spartan Shops.This project was the relocation of the Spartan Shops. Profesional Affiliations • American Council of 1 Engineering Companies • American Public Works Association • American Society of Civil Engineers Years Experience:35 On-Call Construction Management, Materials Testing, and Inspection Services Cannon vii 685 Lissette Montoya Labor Compliance Support r Ms. Montoya has more than 20 years of experience in project management, OOP 1 ,, analysis, funding management, grant administration, and community outreach L 1 t programs. Her expertise includes identifying federal and state fund allocation balances, programming funds, and administering long-and-short range , t,.` • -0 programs consistent with the economic capabilities of the City. Ms. Montoya directs the Program Management team to ensure that projects are developed :� in accordance with policy and procedural requirements, and she assists in determining eligible projects for various funding sources. She also manages development and capital improvement programs/projects from conception Education to completion, conducts a variety of analyses and studies to identify State • Master of Business and Federal funding options.Additionally, she has experience in grant writing, Administration,California State Polytechnic project monitoring, labor compliance, and funding administration services. University Pomona Her team has successfully monitored federal and state funding for municipal California agencies throughout Southern California and has secured over$555.4 million • Bachelor of Science, in funding for government agencies. Business Management,California State Project Experience Polytechnic University Ms. Montoya is experienced in strategic budget planning specifically with Pomona, California Capital Improvement Programs. Her team has effectively managed labor Years Experience:20 compliance for over 291 construction projects,totaling$1.1 billion in value. Summer Mann Labor Compliance / Sr. Program Coordinator , '• + Ms. Mann has more than six years of experience in providing labor compliance services.She collaborates with project managers to act as a liaison and offer �, E t support on various labor compliance projects.She enforces labor compliance �.. I" regulations by conducting on-site interviews of employees,calculating i 'v ,,. - prevailing wages for job classifications and duties in line with State or Federal tip labor laws. Ms. Mann also works closely with project contractors to ensure timely delivery of all required documents. Moreover, she monitors contracts rit to ensure adherence to all applicable DBE and labor compliance requirements, Certifications prepares correspondence,conducts desk audits of compliance documents and • CA LTAP Certificate of contractor submittals, prepares management reports, issues non-compliance Completion—Labor notices to ensure contractor compliance, and prepares close-out reports. Compliance Course Additionally, she assists in bid evaluations and participates in pre-bid and • CA Prevailing Wage/ pre-construction conferences and meetings as needed to review contractor Public Works Compliance compliance obligations. Training—Center for Contract Compliance Project Experience • 2021 Section 3 Final Rule Relevant City Experience includes: San Luis Obispo, Lynwood, Pico Rivera, El Training Monte,La Canada Flintridge, Norwalk, Rialto, Hawaiian Gardens, Industry, La • Davis-Bacon Labor Mirada, Commerce, Cudahy, Monterey Park,South El Monte,Temple City, Standards West Covina, Ojai,and many more. • Rail Safety and Wayside Worker Program Certified A full list of labor compliance projects can be provided upon request. —METRO Years Experience:6 On-Call Construction Management, Materials Testing, and Inspection Services Cannon viii 686 Certification Copies • Name Licensing RIDDELL.PATRICK RYAN LICENSE NUMBER:72034 LICENSE TYPE:CIVIL ENGINEER LICENSE STATUS:CLEAR O EXPIRATION DATE:JUNE 30,2026 A ,� SECONDARY STATUS:NIA A CITY:CAYUCOS STATE:CALIFORNIA COUNTY:SAN LUIS OBISPO ZIP:93430 Mr. Patrick R. Riddell,PE,CPII CERTIFIED PUBLIC INFRASTRUCTURE INSPECTOR(CPII) Pat Riddell, PE, CPII, QSD/P .41. •�.0 01............1.........t .�K �v...weEI.�.,nih�G 10•,....4y �,.a"..11..],...1>_. 9./11r.. aaetc neulm: o. *I 11 we Cw00110.11: Weber 1111. CBPELSO.GOD .....r w..ree..aw1.1«.a1 eMN110: __ _ Sw11Ao.ExxoNill is Cori Nor Bp i .—i I, v.,. I I _ 11111611 AUI.e SESIC.y+a1CAI... -1210.1 Cr2011 big KNOEFLER,JOSHUA WAYNE LICENSE NUMBER:66577 LICENSE TYPE:CIVIL ENGINEER Josh Knoefl er, PE Y LICENSE STATUS:CLEAR 0 EXPIRATION DATE:JUNE 30,2026 I� ii, SECONDARY STATUS:FAA ailCITY:INGLE1Y00D STATE:CALIFORNIA COUNTY:LOS ANGELES ZIP:90301 01111/111/1111 PETROVICH,MICHAEL ROBERT LICENSE NUMBER:93847 LICENSE TYPE:CIVIL ENGINEER 0404 ik LICENSE STATUS:CLEAR 0 EXPIRATION DATE:SEPTEI.IBER 30,2026 <9 t SECONDARY STATUS:N,A "' CITY:PASADENA STATE:CALIFORNIA COUNTY:LOS ANGELES ZIP:91107 111111 Michael Petrovich, PE 1e.1110a,e/r1411r1(WA.11.1110 COWL UQr1IILQl0/Q9 swag nrara/I.11ra.0 M.Ile 10I1.010 101/L.0.1.1111,00 110111111,41111 GIrIU14 rtMWI C93847 Michael Petrovich 06/06/2025 BOAS,NIKOLAS LICENSE NUMBER:80636 LICENSE TYPE:CIVIL ENGINEER Nik Boas, PE ) LICENSE STATUS:CLEAR 0 EXPIRATION DATE:MARCH 31,2027 ii ,aiV SECONDARY STATUS:N/A + CITY:VENTURA STATE:CALIFORNIA COUNTY:VENTURA ZIP:93004 11111111111/111111/8 Jameson D. Farr, CPII N OF 4.G1.11.0.4(1. Jameson Farr CPII CERTIFIED PUBLIC INFRASTRUCTURE INSPECTOR(CPII) ! .,1144010 vslto(0110(0w..J0101.{40ao tort 0..l(1,10.41.1., ,00.0001..1101. ...Woo,Iw1�11 nor1.(0017,11rvG 10:Ai*KW.n0 H IIDI0fM11.10.41I:A('n. &Oa 001.0 Sr,01.1aIX.9(011PY 1.1.'O MerUul,Kt 0..111.410.0.1 D.R 01 CEnInIr: December 10,2024 CeII1TIod p.m: December9,2029 711.04. +we. 0/f/L.E 14oa- On-Call Construction Management, Materials Testing, and Inspection Services Cannon ix 687 Name Licensing MASKAL,KRISTOPHER LICENSE NUMBER:78139 LICENSE TYPE:CIVIL ENGINEER Pete Maska I, PE Akio LICENSE STATUS:CLEAR 0 EXPIRATION DATE:SEPTEMBER 30,2025 SECONDARY STATUS:NIA MII CITY:ATASCADERO STATE:CALIFORNIA COUNTY:SAN LUIS OBISPO ZIP:93422 KAHN,CHRISTINE CARRUTH LICENSE NUMBER:41877 LICENSE TYPE:CIVIL ENGINEER ttsLICENSE STATUS:CLEAR 0 EXPIRATION DATE:MARCH 31,2026 , "'-`,I. SECONDARY STATUS:N/A .r"I CI TY SAN I HIS OSISPO STATE:CALIFORNIA COUNTY:SAN LUIS OBISPO ZIP:93401 Christine Kahn, PE <4 Christine Kahn • . 'iT ho*nccircd mining for successfully com7Ichnp OSHA Permit-Required Confined Space Entry I ' 0 0.3114 79 CFR I910.146-?Ilnevr r @ Novcmbcr 06,2019 C'crtirrculc Number:132326 1 STANPHILL,DEAN RAY LICENSE NUMBER:43612 LICENSE TYPE:CIVIL ENGINEER LICENSE STATUS:CLEAR 0 EXPIRATION GATE:DECEIABER 31,2026 01 t SECONDARY STATUS:N/A MINI �'' CITY:FOOTHILL RANCH STATE:CALIFORNIA COUNTY:ORANGE ZIP:92610 ill Dean Stanphill, PE, GE STANPHILL,DEAN RAY LICENSE NUMBER:2271 LICENSE TYPE:GEOTECHNICAL ENGINEER LICENSE STATUS CLEAR 0 EXPIRATION GATE:DECEMBER 31,2026 ASECONDARY STATUS:N/A rr , LAI CITY.rOOTHILL RANCH STATE:CALIFORNIA COUNTY:ORANGE ZIP:92610 IIII A! tit .-41 is I ' ,iti liar gal r . Cannon . ;u i. I, ....r t� I - — i , ,ls, __ lir < , R 4 s, '',d . P. • In , FFj .... , h X '' ' rr. , — , - - - .6, .,-,:„..41r7d 1+9 � '40 7 ti r� R:� '4.' � _��w.. ..4t'�•�y�._---5-. _r +a r,s�..u'•a'i cOgiF l 4 ..,, `r _ + On-Call Construction Management, Materials Testing, and Inspection Services Cannon x 688 Rate Sheets 2025-2029 Fee Schedule Cannon Role 2025-2026 2026-2027 2027-2028 2028-2029 Construction Manager $ 207 $ 215 $ 224 $ 233 Director,Construction Management $ 247 $ 257 $ 267 $ 278 Principal Construction Manager $ 247 $ 257 $ 267 $ 278 Principal Construction Engineer $ 235 $ 245 $ 255 $ 265 Sr.Construction Manager $ 233 $ 243 $ 252 $ 262 Senior Resident Engineer $ 239 $ 248 $ 258 $ 268 Resident Engineer $ 223 $ 232 $ 241 $ 250 Assistant Resident Engineer $ 186 $ 193 $ 201 $ 209 Office Engineer/Doc Control $ 156 $ 162 $ 169 $ 175 Construction Coordinator $ 137 $ 142 $ 148 $ 154 Engineering Assistant $ 133 $ 138 $ 143 $ 149 Construction Inspector(Non PW) $ 161 $ 168 $ 174 $ 181 Prevailing Wage(PW)Construction Inspection $ 176 $ 183 $ 191 $ 198 If the client requests,or the client's schedule requires work to be done on an overtime basis, a multiplier of 1.5 will be applied to the stated rates for weekdays for daily hours in excess of 8 as well as weekends, and a multiplier of 2.0 for daily hours in excess of 12 and holidays. if the client requests field services to be provided outside of normal working hours, a multiplier of 1.5 will be applied to the stated rates.For prevailing wage projects, if the client requests field services to be provided on any given Sunday,a multiplier of 2.0 will be applied to the stated rates;on or around an observed holiday,other rates may be applied. Rates shown are subject to 4%increase July 1st of each year. On-Call Construction Management, Materials Testing, and Inspection Services Cannon xi 689 CONVERSE CONSULTANTS Schedule of Fees-Materials Laboratory Testing Compensation for laboratory testing services will be based on rates in accordance with this fee schedule which includes test report(s) and engineering time. Costs of tests not on this schedule will be by quote and/or in accordance with our current hourly fee schedule. AGGREGATES MOISTURE EMISSION TEST Moisture Content,ASTM D2216 30.00 Moisture Emission Test Kit 95.00 Particle Size Analysis ASPHALTIC CONCRETE Coarse,ASTM C136,each 130.00 Stability,Flow,and Unit Weight,ASTM D6927 500.00 Coarse and Fine,ASTM C136&C137),each 190.00 Marshall ASTM D1559,ASTM D2726 450.00 SpecificGravity&Absorption Coarse Aggregate,ASTM C127 115.00 Measured Maximum Specific Gravity of Mix,ASTM D2041, Fine Aggregate,ASTM C128 175.00 Rice Method,each 350.00 Unit Weight per Cubic Foot,ASTM C29... 75.00 Void Analysis of Cores or Marshall Specimens, Soundness,Sodium or Magnesium,ASTM C88,each 550.00 Calculations Only,ASTM D3203,set of 2 or 3 60.00 Potential Alkali Reactivity,ASTM D289 700.00 Laboratory Mixing of Asphalt&Concrete,per sample 75.00 Freeze Thaw Soundness . 175.00 Complete Asphalt Concrete Mix Design Los Angeles Abrasion,per class,ASTM C131,C535 375.00 Hveem or Marshall By Quote Sand Equivalent,ASTM D2419 180.00 Extraction of Asphalt and Gradation,ASTM D2172,Method B, Lightweight Particles,ASTM C123,each. 300.00 or California 310,including ash correction,each 455.00 Clay Lumps&Friable Particles,ASTM C142,each 290.00 Extraction of Rubberized Asphalt&Gradation,each 350.00 Stripping Test,ASTM D1664,each 85.00 Specific Gravity,ASTM D2726 or ASTM D1188 Organic Impurities,ASTM C40 140.00 Uncoated 95.00 Durability By Quote Coated 125.00 Immersion-Compression . . 650.00 CONCRETE TESTS Particle Coating,ASTM D2489 95.00 Laboratory Trial Batch,ASTM C192.............._..........,.......By Quote Stripping,ASTM D1664 85 00 Laboratory Mix Design, Historical Data By Quote Moisture or Volatile Distillates in Paving Mixtures,or Compression Test,6'x12"Cylinder,ASTM C39,each 55.00 Materials Containing Petroleum Products or Lightweight Concrete By-Products 350.00 Compression 55.00 Retained Strength,ASTM D1074/D1075,6 specimens By Quote Unit Weight 55.00 Retained Stability, Mil,Std,520A,Method 104, Specimen Preparation,Trimming or Coring,each 75.00 6 specimens By Quote Bond Strength,ASTM C321 CBR,ASTM D1883,including M/D Curve,1 point 400.00 Prepared by Converse 250.00 Asphalt Temperature.. 25.00 Prepared by Others 150.00 Core Compression Test,ASTM C12,each 120.00 STRUCTURAL STEEL Flexure Test,6"x6"Beams,ASTM C78,each 130.00 Tensile Test#9 Bar or Smaller,each 65.00 Modulus of Elasticity,Static,ASTM C469,each 275.00 Bend Test#9 Bar or Smaller,each 65.00 Length Change,ASTM C157,3 bars,5 readings each, Tensile Test#10 Bar or Greater,each ... 300.00 up to 26 days 550.00 Tensile Test#14 Bar,each 330.00 Splitting Tensile,6"x12"Cylinders,each 110.00 Rebar Coupler Tensile Test 160.00 Field Concrete Control(sampling,slump,temperature, Tensile Test,Welded#9 Bar or Smaller,each 160.00 cast 4 cylinders,molds,cylinder pick-up,within 10 miles Tensile Test,Welded#10 Bar or Greater,each 300.00 of office,stand-by extra),ASTM/UBC,hourly rate Tensile Test,Welded#14 Bar,each 330.00 schedule,or each cylinder 95.00 Tensile Test,Mechanically Spliced,#9 Bar or Smaller, Field Concrete Control(same as above plus air content test), each 210.00 ASTM/UBC,each cylinder 95.00 Tensile Test,Mechanically Spliced,#10 Bar or Greater, Hold Cylinder... . .. 10.00 each 350.00 Cylinder Mold,sent to job site but not cast by Converse or HIGH STRENGTH BOLT,NUT,AND WASHER TESTING returned to Converse 5.00 Wedge Tensile Test,A490 Bolts MASONRY(ASTM C140, E447,UBC STANDARD 24-22) Under 100,000 lbs.,each 140.00 Moisture Content,as received,each 105.00 Over 100,000 lbs.,each 150 00 Absorption,each 85.00 Wedge Tensile Test,A325 Bolls Compression,each 85.00 Under 100,000 lbs.,each 160.00 Shrinkage,ASTM C426,each 250.00 Tensile Test,Anchor Bolts,tested with displacement Net Area and Volume,each 30.00 transducers,each 300.00 Masonry Blocks,per set of 9 1,500.00 Nut Hardness,Proof&Cone Proof Load Test,each 65.00 Masonry Core Compression,each 125.00 Washer Hardness,each 55.00 Masonry Core Shear,each 245.00 A325 or A490,Bolt Hardness Only,each 55.00 Masonry Core Trimming,each 150.00 Bolt A325 or A490 Wedge Tensile Compression Test,grouted prisms,8"x8"x16",each..... 300.00 Under 100,000 lbs.&Hardness,each 240.00 Compression Test,grouted prisms, 12'x16"x16",each 425.00 Over 100,000 lbs.&Hardness,each 280.00 Compression Test Bolt,Nut&Washer,all tests per set with bolts 2"x4"Mortar Cylinder,each 55.00 Under 100,000 lbs. 400.00 3"x6'Grout Prisms,each 55.00 Over 100,000 lbs 500 0D 2'Cubes,ASTM C109,each 55.00 See Schedule of Fees-Geotechnical Laboratory Testing for soil Cast by Others 55.00 testing. Hourly rates are available upon request. Field Laboratory Mortar or Grout Mix Designs By Quote rates are available upon request.Listed unit rates are based upon FIREPROOFING TESTS the assumption that samples will be delivered to our laboratory al no Oven Dry Density,per sample 90.00 cost to Converse. On-Call Construction Management, Materials Testing, and Inspection Services Cannon xii 690 CONVERSE CONSULTANTS Schedule of Fees-Geotechnical Laboratory Testing Compensation for laboratory testing services will be made in accordance with this fee schedule which includes test report(s) and engineering time.Costs of tests not on this schedule will be by quote and/or in accordance with our current hourly fee schedule.The rates are based on non-contaminated soil.A surcharge will be charged for handling contaminated material,which will be determined based on the project. IDENTIFICATION AND INDEX PROPERTIES TESTS Single Load Swell,ASTM D4546 Visual Classification,ASTM 02488 20.00 Ring Sample,Field Moisture 95.00 Engineering Classification,ASTM D2487 25.00 Ring Sample,Air Dried 95.00 Moisture Content and Dry(bulk)Density, Remolded Sample 70.00 ASTM D2216 and D2937 25.00 Expansion Index Test,UBC 29-2/ASTM D4829 135.00 Moisture Content,ASTM D2216 20.00 Shrinkage Limit,ASTM D4943 85.00 HYDRAULIC CONDUCTIVITY TESTS Atterberg Limits,ASTM D4318 Constant Head,ASTM D2434 250.00 Several points 150.00 Falling Head Flexible Wall,ASTM D5084 300.00 One Point 50.00 Triaxial Permeability,EPA 9100 350.00 Particle Size Analysis,ASTM D6913 Remolded Specimen 65.00 Fine Sieve,from+#200 to#4 100.00 Coarse and Fine Sieve,from#200 to 3 in 190.00 CHEMICAL TESTS Hydrometer 130.00 Corrosivity(pH,resistivity,sulfates,chlorides) 230.00 Percent Passing#200 Sieve,ASTM 01140 80.00 Organic Content,ASTM D2974 110.00 Specific Gravity Fine,passing#4 sieve,ASTM D854 100.00 Conditions: Unit rates presented on this fee schedule are for routinely Coarse,retained on#4 sieve,ASTM C127 100.00 performed geolechnical Laboratory tests Numerous other earth material Sand Equivalent Test,ASTM D2419 130.00 physical tests can be performed in our geotechnical laboratories, Including q rock core,soil cement and soil lime mixture tests. Tests not listed can be Double Hydrometer Dispersion,ASTM 04221 150.00 quoted upon request. This fee schedule is valid through December 31,2028. COMPACTION AND BEARING STRENGTH Prices are based on the assumption that samples are uncontaminated and do Standard Proctor Compaction,ASTM D698 or ASTM D1557 not contain heavy metals,acids,carcinogens and/or volatile organics which Method A or B 210.00 can be measured by an organic vapor analyzer or photoionizatlon detector with a concentration greater than 50 parts-per-million(ppm). Quoted testing Method C,6"mold 220.00 fees are based on the assumption that no protective clothing will be required California Impact Method,Caltrans 216 220.00 to handle samples. If Level D protective clothing will be required during R-value,ASTM D2844 and CTM301 280.00 handling of samples(as defined in Federal CFR Part 1910.120),then a 40% California Bearing Ratio(CBR),ASTM D1883 Increase in fees presented in this schedule will be applied. Level C protective 1 Point 530.00 clothing will be a 60%increase in fees.Converse will not handle samples that require either Level B or Level A protection In our geotechnical laboratories. 3 Points 750.00 Contaminated samples will be returned to the client.Uncontaminated samples Relative Density will be disposed of 30 days alter presentation of lest results. The client must 0.1 Cubic Foot Mold 200.00 disclose the source of samples. Samples imported from out of stale will be 0.5 Cubic Foot Mold 300.00 incinerated after testing In accordance with requirements of the United States Department of Agriculture. Soil samples obtained within the State of California currently designated quarantine areas will also be incinerated in accordance SHEAR STRENGTH with the requirement of the State of Calilomia, Department of Food and Torvane/Pocket Penetrometer 25.00 Agriculture,Division of Plant Industry,Pest Exclusion. A$5.00 incineration Direct Shear fee will be added to each sample that Is required to be incinerated in Quick Test 75.00 accordance withState and Federal law. Consolidated,Drained,granular soil, Test results requiring plots will be presented in a publishable formal generated ASTM D3080 230.00 from computer programs. Otherwise,raw test numbers will be presented. A Consolidated,Drained,fine grained soil, minimum laboratory fee of$50.00 will be charged to present and mail test ASTM D3080 270.00 results. Beyond the standard U.S.Mail delivery,specialized transmittal will be Consolidated,Undrained,fine grained soil 230.00 charged at additional cost(e.g.,Federal Express,UPS,etc.). Geotechnical testing does not include engineering and/or geologic review and analysis. Residual Strength,per cycle 75.00 Typical turnaround for geotechnical laboratory testing is two weeks(or roughly Remolded Specimens 75.00 len working days). To expedite test turnaround to five working days,a 50% Increase in the lees in this schedule will be applied. Many geotechnical tests STATIC UNIAXIAL AND TRIAXIAL STRENGTH TESTS require at least one week to perform in accordance with ASTM or other (PER POINT) standard specifications. Fees presented in this schedule for relatively Unconfined Compression,ASTM D2166 150.00 undisturbed direct shear,consolidation or expansion pressure tests are based P on the assumption that 2.416-inch inside diameter brass ring samples will be Unconsolidated,Undrained,ASTM D2850 160.00 provided to the geotechnical laboratory for testing. Remolded specimens will Consolidated,Undrained,per point 700.00 be compacted in standard 2.5-Inch outside diameter brass rings for direct Consolidated,Drained,per point 700.00 shear,consolidation and expansion pressure tests. All lees presented in this With Pore Pressure Measurement,per load 150.00 schedule are based on the assumption that the client will deliver samples to our laboratory at no additional cost to Converse. Remolded Specimen 90.00 Invoices will be issued monthly and are payable on receipt unless otherwise CONSOLIDATION (ASTM2435) AND SWELL COLLAPSE agreed upon. Interest of 1.5%per month(but not exceeding the maximum (ASTM D4546)TESTS allowed by law)will be payable on any amount not paid within thirty days; 8 Load Increments 250.00 payment thereafter to be applied first to accrued interest and then to the Additional Load Increment 50.00 principle unpaid amount. The Client shall pay any attorneys'fees or other costs Incurred In collecting any delinquent amounts. Time-Ratio,per load increment 90.00 Single Point,collapse test 90.00 On-Call Construction Management, Materials Testing, and Inspection Services Cannon xii, 691 CONVERSE CONSULTANTS Prevailing Wage Schedule of Fees Introduction It is the objective of Converse Consultants to provide its clients with quality professional and technical services and a continuing source of professional advice and opinions. Services will be performed in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. Hourly Charges for Personnel Staff assignments will depend on personnel availability,job complexity,project site location, and experience level required to satisfy the technical requirements of the project and to meet the prevailing standard of professional care. Field Technical Services (hourly rate including vehicle and equipment) Construction Inspector—ACl/ICC and/or AWS/CWI certified(concrete,post-tension,masonry, structural steel,fireproofing;includes concrete batch plant and local steel fabrication inspections) $160 DSA Masonry Inspector 160 Non-Destructive Testing Inspector(ultrasonic,magnetic particle,dye penetrant,skidmore,pull testing, torque testing,Schmidt hammer,and pachometer) 165 Coating Inspector/Coring Technician 165 Soils Technician(soil,base,asphalt concrete,and moisture emission testing) 160 Sample Pick-Up 75 Professional Services(consultation for field and office,if requested) Staff Professional $160 Senior Staff Professional 170 Project Professional 180 Project Manager 190 Senior Professional 190 Principal Professional 230 Principal Consultant 240 Laboratory Testing Laboratory Technician Per Test (see Geotechnical Laboratory Testing and Materials Testing Services fee schedules.) Laboratory Supervisor $100 Office Support Clerical/Word Processing $100 Drafting 100 CAD Operator/Drafting Manager 110 Overtime and special shift rates for Field Services personnel are determined in accordance with Prevailing Wage law.Travel time to and from the job site will be charged at the hourly rates for the appropriate personnel. Expenses 1. Exploration expenses(drilling,trenching,etc.)are charged at cost plus fifteen percent. 2. Travel and subsistence expenses(transportation,room and board, etc.)for individuals on projects requiring travel and/or living 50 miles away from the project site are charged at cost plus fifteen percent. 3. Automobile and truck expenses are charged at cost plus fifteen percent (rentals) or at the current IRS milage rate per mile for company-owned vehicles traveling between principal office and project. 4. Other out-of-pocket direct project expenses(aerial photos,long-distance telephone calls,permits,bonds,outside printing services, tests,etc.)are charged at cost plus fifteen percent. Invoices 1. Invoices will be submitted to the Client on a monthly basis,and a final bill will be submitted upon completion of services. 2. Payment is due upon presentation of invoice and is past-due thirty days from invoice date. In the event Client fails to make any payment to Converse when due,Converse may immediately cease work hereunderuntil said payment,together with a service charge at the rate of eighteen percent per annum(but not exceeding the maximum allowed by law)from the due date,has been received. Further,Converse may at its sole option and discretion refuse to perform any further work irrespective of payment from Client in the event Client fails to pay Converse for services when said payments are due. 3. Client shall pay attorneys'fees or other costs incurred in collecting any delinquent amount. General Conditions The terms and provisions of the Converse General Conditions are incorporated into this fee schedule as though set forth in full.If a copy of the General Conditions does not accompany this fee schedule,Client should request a copy from this office. Converse Consultants On-Call Construction Management, Materials Testing, and Inspection Services Cannon xiv 692 AVANT GARDE ON-CALL CONSTRUCTION MANAGMENT,MATERIALS TESTING,and INSPECTIONSERVICES Agency: Advanced Avant-Garde Corporation Task: Labor Compliance Services Year 1 Year 2 Year 3 Year 4 Program Director $150 $150 $158 $158 Program Manager $135 $135 $142 $142 Sr.Program Coordinator $125 $125 $131 $131 Program Coordinator $110 $110 $115 $115 Program Assistant $100 $100 $105 $105 On-Call Construction Management, Materials Testing, and Inspection Services Cannon xv 693 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. 694 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. 695 EXHIBIT B Rate Sheets 2025-2029 Fee Schedule Cannon Rote 2025-2026 2026-2027 2027-2028 2028-2029 Construction Manager $ 207 $ 215 $ 224 $ 233 Director,Construction Management $ 247 $ 257 $ 267 $ 278 Principal Construction Manager $ 247 $ 257 $ 267 $ 278 Principal Construction Engineer $ 235 $ 245 $ 255 $ 265 Sr.Construction Manager $ 233 $ 243 $ 252 $ 262 Senior Resident Engineer $ 239 $ 248 $ 258 $ 268 Resident Engineer $ 223 $ 232 $ 241 $ 250 Assistant Resident Engineer $ 186 $ 193 $ 201 $ 209 Office Engineer/Doc Control $ 156 $ 162 $ 169 $ 175 Construction Coordinator $ 137 $ 142 $ 148 $ 154 Engineering Assistant $ 133 $ 138 $ 143 $ 149 Construction Inspector(Non PW) $ 161 $ 168 $ 174 $ 181 Prevailing Wage(PW)Construction Inspection $ 176 $ 183 $ 191 $ 198 If the client requests,or the client's schedule requires work to be done on an overtime basis,a multiplier of 1.5 will be applied to the stated rates for weekdays for daily hours in excess of 8 as well as weekends, and a multiplier of 2.0 for daily hours in excess of 12 and holidays.if the client requests field services to be provided outside of normal working hours,a multiplier of 1.5 will be applied to the stated rates.For prevailing wage projects,if the client requests field services to be provided on any given Sunday,a multiplier of 2.0 will be applied to the stated rates;on or around an observed holiday,other rates maybe applied. Rates shown are subject to 4%increase July 1st of each year. • • On Call Construction Management, Materials Testing,:arid Inspection.Services Cannon '_ -.xi ' 696 • V CONVERSE CONSULTANTS �+ Schedule of Fees-Materials Laboratory Testing Compensation for laboratory testing services will be based on rates in accordance'with this fee schedule which includes lest report(s) and engineering time. Costs of tests not on this schedule will be by quote and/or in accordance with our current hourly fee schedule. AGGREGATES MOISTURE EMISSION TEST Moisture Content,ASTM D2216 30.00 Moisture Emission Test Kit 95.00 Particle Size Analysis ASPHALTIC CONCRETE Coarse and Finee,,AS Coarse,ASTM ASTM C136&C137j,each 190.00 36,each 130.00 Stability,Flow,and Unit Weight,ASTM D6927 500.00 Specific Gravity&Absorption Marshall ASTM D1559,ASTM D2726 450.00 Coarse Aggregate,ASTM C127 115.00 Measured Maximum Specific Gravity of Mix,ASTM D2041, Fine Aggregate,ASTM C128 175.00 Rice Method,each 350.00 Unit Weight per Cubic Foot,ASTM C29 75.00 Void Analysis of Cores or Marshall Specimens, Soundness,Sodium or Magnesium,ASTM C88,each.....550.00 Calculations Only,ASTM D3203,set of 2 or 3 60.00 Potential Alkali Reactivity,ASTM D289 700.00 Laboratory Mixing of Asphalt&Concrete,per sample 75.00 Freeze Thaw Soundness 175:00 Complete Asphalt Concrete Mix Design Los Angeles Abrasion,per class,ASTM C131,C535.. 375.00 Hveem or Marshall By Quote Sand Equivalent,ASTM D2419 180.00 Extraction of Asphalt and Gradation,ASTM D2172,Method B, Lightweight Particles,ASTM C123,each 300.00 or California 310,including ash correction,each 455.00 Clay Lumps&Friable Particles,ASTM C142,each 290.00 Extraction of Rubberized Asphalt&Gradation,each 350.00 Stripping Test,ASTM D1664,each 85.00 Specific Gravity,ASTM D2726 or ASTM D1188 Organic Impurities,ASTM C40 140.00 Uncoated 95.00 Durability By Quote Coated 125.00 Immersion-Compression 650.00 CONCRETE TESTS Particle Coating,ASTM D2489 95.00 Laboratory Trial Batch,ASTM C192 By Quote Stripping,ASTM 01664 85.00 Laboratory Mix Design,Historical Data ,By Quote Moisture or Volatile Distillates in Paving Mixtures,or Compression Test,6°x12'Cylinder,ASTM C39,each 55.00 Materials Containing Petroleum Products or Lightweight Concrete By-Products 350.00 Compression 55.00 Retained Strength,ASTM D1074/D1075,6 specimens By Quote Unit Weight 55.00 Retained Stability,Mil,Std,520A,Method 104, Specimen Preparation,Trimming or Coring,each 75.00 6 specimens By Quote Bond Strength,ASTM C321 CBR,ASTM D1883,including M/D Curve,1 point 400.00 Prepared by Converse 250.00 Asphalt Temperature 25.00 Prepared by Others 150.00 Core Compression Test,ASTM C12,each 120.00 STRUCTURAL STEEL Flexure Test,6"x6"Beams,ASTM C78,each 130.00 Tensile Test#9 Bar or Smaller,each 65.00 Modulus of Elasticity,Static,ASTM C469,each 275.00 Bend Test#9 Bar or Smaller,each 65.00 Length Change,ASTM C157,3.bars,:5 readings each, Tensile Test#10 Bar or Greater,each 300.00 up to 26 days 550.00 Tensile Test#14 Bar,each 330.00 Splitting Tensile,6'x12"Cylinders,each • 110.00 Reber Coupler Tensile Test 160.00 Field Concrete Control(sampling,slump,temperature, Tensile Test,Welded#9 Bar or Smaller,each 160.00 cast 4 cylinders,molds,;cylinder pick-up,within 10 miles Tensile Test,Welded#10 Bar or Greater,each 300.00 of office,stand-by extra),ASTM/UBC,hourly rate Tensile Test,Welded#14 Bar,each 330.00 schedule,or each cylinder 95.00 Tensile Test,Mechanically Spliced,#9 Bar or Smaller, Field Concrete Control(same as above plus air content test), each 210.00 ASTM/UBC,each cylinder 95.00 Tensile Test,Mechanically Spliced,#10 Bar or Greater, Hold Cylinder 10.00 each 350.00 Cylinder Mold,sent to job site but'not cast by Converse or HIGH STRENGTH BOLT,NUT,AND WASHER TESTING returned to Converse'. 5.00 Wedge Tensile Test,A490 Bolts MASONRY(ASTM C140,E447,UBC STANDARD 24-22) Under 100,000 lbs.,each 140.00 Moisture Content,as received,each _ 105.0D Over 100,000 lbs.,each 150.00 Absorption,each 85.00 Wedge Tensile Test,A325 Bolts Compression;each 85.00 Under 100,000 lbs.,each 160.00 Shrinkage,ASTM C426,each 250.00 Tensile Test,Anchor Bolts,tested with displacement Net Area and Volume,each 30.00 transducers,each 300.00 Masonry Blocks,per set of 9 1,500.00 Nut Hardness,Proof&Cone Proof Load Test,each 65.00 Masonry Core Compression,each 125.00 Washer Hardness,each 55.00 Masonry Core Shear,each 245.00 A325 orA490,Bolt Hardness Only,each 55.00 Masonry Core Trimming,each 150.00 Boll A325 or A490 Wedge Tensile Compression Test,grouted prisms,8'x8"x16",each 300.00 Under 100,000 lbs.&Hardness,each 240.00 Compression Test,grouted prisms,12"x16'x16",each 425.00 Over 100,000 lbs.&Hardness,each _ 280.00 Compression Test Bolt,Nut&Washer,all tests per set with bolts 2"x4"Mortar Cylinder,each 55.00 Under 100.000 lbs. 400.00 3"x6"Grout Prisms,each 55.00 Over 100,000 lbs 500.00 2"Cubes,ASTM C109,each 55.00 See Schedule of Fees-Geotechnice!Laboratory Testing for soil Cast by Others. 55.00 uote testing. Hourly rates are available upon request.Field Laboratory Mortar or Grout Mix Designs By Quote rates are available upon request.Listed unit rates are based upon FIREPROOFING TESTS the assumption that samples will be delivered to our laboratory at no Oven Dry Density,per sample 90.00 cost to Converse. On-Call Construction Management, Materials Testing, and Inspection Services Cannon xii 697 W CONVERSE CONSULTANTS Schedule of Fees-Geotechnical Laboratory Testing Compensation for laboratory testing services will be made in accordance with this fee schedule which includes test reports) and engineering time.Costs of tests not on this schedule will be by quote and/or in accordance with our current hourly fee schedule.The rates are based on non-contaminated soil.A surcharge will be charged for handling contaminated material, which will be determined based on the project. IDENTIFICATION AND INDEX PROPERTIES TESTS Single Load Swell,ASTM D4546 Visual Classification,ASTM b2488 20.00, Ring Sample,Field Moisture 95.00 Engineering Classification,ASTM D2487 25.00 Ring Sample,Air Dried 95.00 Moisture Content and Dry(bulk)Density, Remolded Sample 70.00 ASTM D2216 and D2937 25.00 Expansion'Index Test,UBC 29-2/ASTM D4829 135.00 Moisture Content,ASTM D2216 20.00 Shrinkage Limit,ASTM D4943 85.00 HYDRAULIC CONDUCTIVITY TESTS Atterberg Limits,ASTM D4318 Constant Head,ASTM D2434 250.00 Several points - • 150.00, Falling Head Flexible Wall,ASTM D5084 • 300.00 One Point 50.00 Triaxial Permeability,EPA 9100 350.00 Particle Size Analysis,ASTM D6913 Remolded,Specimen 65.00 Fine Sieve,from+#200 to#4 100.00 Coarse and Fine Sieve,from#200 to 3 in 190.00. CHEMICAL TESTS Hydrometer 130.00 Corrosivity(pH,resistivity,sulfates,chlorides) 230.00 Percent Passing.#200 Sieve,ASTM D1140 80.00 Organic Content,ASTM D2974 110.00 Specific Gravity Fine;passing#4 sieve,ASTM D854 100.00 Conditions: Unit rates presented on this fee schedule are for routinely Coarse,retained an#4 sieve,ASTM C127 100.00 performed geotechnical laboratory tests. Numerous other earth material Sand Equivalent Test,ASTM D2419 130.00' physical tests can be performed in our geotechnical laboratories,Including Double Hydrometer Dispersion,ASTM 04221 • 150.00 rock core,soil cement and soil lime mixture'tests. Tests not listed can be Y P quoted upon request.This fee schedule is valid through December 31,2026. COMPACTION AND BEARING STRENGTH Prices are based on the assumption that samples are uncontaminated and do Standard Proctor Compaction,ASTM D698 or ASTM D1557 not contain heavy metals,acids,carcinogens and/or volatile organics which Method Apr B 210.00 can be measured by an organic vapor analyzer or photoionization detector with a concentration greater than 50 parts-per-million.(ppm), Quoted testing Method C,6"mold 220.00 fees are based on the assumption that no protective'clothing will be required California Impact Method,Caltrans 216 , , 220.00 to handle samples, If Level D protective clothing will be required during. R-value,ASTM D2844'and CTM301 280.00 handling of samples(as defined in Federal CFR Part 1910.120),'then a 40% California Bearing Ratio(CBR),ASTM D1883 Increase in fees presented In thIs schedule will be applied.Level C prolective 1 Point • 530.00 clothing will be a 60%Increase In fees.Converse will not handle samples that 3 Points 750.00 require either Level B or Level A protection in our geotechnical laboratories. Contaminated sampieswill be returned to the client.Uncontaminated samples Relative Density will be disposed of 30 days after presentation of test results.The client must 0.1 Cubic Foot Mold 200.00 disclose the source of samples. Samples imported from out of state will be 0.5 Cubic Foot Mold 300,00 Incinerated aftertesting in accordance with requirements of the United States Department of Agriculture.Soil samples obtained within the State of California SHEAR STRENGTH currently designated quarantine areas will also be Incinerated in accordance with the requirement of the State of California,Department of Food and Torvane/Pocket Penetrometer 25.00 Agriculture,Division of Plant Industry,Pest Exclusion. A$5.00 incineration Direct Shear fee will be added to each sample that is required to be Incinerated in Quick Test 75.00 accordance with State and Federal law. Consolidated,Drained,granular soil, Test results requiring plots will be presented in a publishable format generated ASTM D3080 • 230,00 from computer programs. Otherwise,raw test numbers will be presented. A Consolidated,Drained,fine grained soil, minimum laboratory fee of$50,00 will be'cherged to present,and mail test. ASTM D3080 '270.00 results.Beyond the standard U.S.Mall delivery,specialized transmittal will be Consolidated,Undrained,fine grained soil 230.00 charged at'additional cost(e.g.,Federal Express,UPS,etc.). Geotechnical Residual Strength,per cycle 75.00 testing does not include engineering and/or geologic review and analysis. • Typical turnaround for geotechnical laboratory testing is two weeks(or roughly Remolded Specimens 75.00 ten working days). To expedite test turnaround to five working days,a 50%. Increase in the fees in this schedule will be applied. Many geotechnical tests. STATIC UNIAXIAL AND TRIAXIAL STRENGTH TESTS require at least one week to'perform in accordance with ASTM or other (PER POINT) standard specifications. Fees presented In this schedule for relatively - Unconfined Com ression,ASTM D2166 150.00' undisturbed direct shear,consolidation or expansion pressure tests are based pon the assumption that 2.416-Inch Inside diameter brass ring samples will be Unconsolidated,Undrained,ASTM D2850 160.00 provided to the geotechnical laboratory for testing. Remolded specimens will Consolidated,Undrained,per point 700.00 be compacted In standard 2.5-inch outside diameter brass rings for direct Consolidated,Drained,per point • 700.00 shear,consolidation and expansion pressure tests. All fees presented in this With Pore Pressure Measurement,per load 150.00 schedule are based on the assumption that the client wig deliver samples to Remolded Specimen 90.00 our laboratory at no additional cost to Converse: Invoices will be issued monthly and are payable on receipt unless otherwise CONSOLIDATION (ASTM2435) AND SWELL COLLAPSE agreed upon. Interest of 1.5%per month(but not exceeding the maximum (ASTM D4546)TESTS allowed by law)will be payable on'any amount not paid within thirty days; 8 Load Increments 250.00 payment_thereafter to be applied first to accrued interest and then to the Additional Load Increment • 50.00 principle unpaid amount. The Client shall pay any attorneys'fees or other Time-Ratio,per load increment 90.00 costs Incurred In collecting any delinquent amounts. Single Point,collapse test • 90.00 On-Call Construction Management, Materials Testing, and Inspection Services Cannon xiii 698 CONVERSE CONSULTANTS Prevailing Wage a Schedule of Fees Introduction It is the objective of Converse Consultants to provide its clients with quality professional and technical services and a continuing. source of professional advice and opinions. Services will be performed in a manner consistent with that level Of care and skill ordinarily exercised by members of the profession currently practicing-in the same locality under similar conditions. Hourly Charges for Personnel Staff assignments will depend on personnel availability,job complexity,project site location,and experience level required to satisfy the technical requirements of the project and to meet the prevailing standard of professional care. Field Technical Services(hourly rate including vehicle and equipment) Construction Inspector—ACl/ICC and/or AIMS/CWI certified(concrete,post-tension,masonry, structural steel,fireproofing;includes concrete batch plant and local steel fabrication inspections) $160 DSA Masonry Inspector 160 Non-Destructive Testing Inspector(ultrasonic,magnetic particle,dye penetrant,skidmore,pull testing, torque testing,Schmidt hammer,and pachometer) 165 Coating Inspector/Coring Technician 165 Soils Technician(soil,base,asphalt concrete,and moisture emission testing) 160 Sample Pick-Up 75 Professional Services(consultation for field and office,if requested) Staff Professional $160 Senior Staff Professional 170 Project Professional 180 Project Manager 190 Senior Professional 190 Principal Professional 230 Principal Consultant 240 Laboratory Testing Laboratory Technician Per Test (see Geolechnical Laboratory Testing and Materials Testing Services fee schedules.) Laboratory Supervisor $100 Office Support Clerical/Word Processing $100 Drafting 100 CAD Operator/Drafting Manager' 110 Overtime and special shift rates for Field Services personnel are determined in accordance with Prevailing Wage law.Travel time to and from the job site will be charged at the hourly rates for the appropriate personnel. Expenses 1. Exploration expenses(drilling,trenching,etc.)are charged at cost plus fifteen percent. 2. Travel and subsistence expenses(transportation,room and board,etc.)for individuals on projects requiring travel and/or living 50 miles away from the project site are charged at cost plus fifteen percent. 3. Automobile and truck expenses are charged at cost plus fifteen percent (rentals) or at the current IRS milage rate per mile for company-owned vehicles traveling between principal office and project. 4. Other out-of-pocket direct project expenses(aerial photos,long-distance telephone calls,permits,bonds,outside printing services, tests,etc.)are charged al cost plus fifteen percent. Invoices 1. Invoices will be submitted to the Client on a monthly basis,and a final bill will be submitted upon completion of services. 2. Payment is due upon presentation of invoice and is past-due thirty days from invoice date, In the event.Client fails to make any payment to Converse when due,Converse may immediately cease work hereunder until said payment,together with a service charge at the rate of eighteen percent per annum(but not exceeding the maximum allowed by law)from the due date,has been received. Further,Converse may at its sole option and discretion refuse to perform any further work irrespective of payment from Client in the event Client fails to pay Converse forservices when said payments are due. 3. Client shall'pay attorneys'fees or other costs incurred in collecting any delinquent amount. General Conditions The terms and provisions of the Converse General Conditions are incorporated into this fee schedule as though set forth in full.If a copy of the General Conditions does not accompany this fee schedule,Client should request a'copy from this office. Converse Consultants On-Call Construction Management, Materials Testing, and Inspection Services Cannon xiv 699 AVANT GA R DE ON-CALL CONSTRUCTION MANAGMENT,MATERIALS TESTING,and INSPECTIONSERVICES Agency: Advanced Avant-Garde Corporation Task: Labor Compliance Services Year 1 Year 2 Year 3 Year 4 Program Director $150 $150 $158 $158 Program Manager $135 $135 $142 $142 Sr.Program Coordinator $125 $125 $131 $131 Program Coordinator $110 $110 $115 $115 Program Assistant $100 $100 $105 $105 • On-Call Construction Management, Materials Testing, and Inspection Services Cannon xv 700 ^. 1(.16—t - , ® DATE(MMlDDlY YYY) ACORLi CERTIFICATE OF LIABILITY INSURANCE 10/27/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Venbrook Insurance Services Venbrook Insurance Services PHONE I FAX 6320 Canoga Avenue, 12th Floor (Arc No.Ex 1 818-598-8900 _j t_wc No-)_ . 818-598-8910 Woodland Hills, CA 91367 ADDRESS: INSURER(S)AFFORDING COVERAGE / NAICS % www.venbrook.com CA Lic No.OD80832 INSURER A: Continental Insurance Company A XV 35289 INSURED INSURER B: Hartford Casualty Insurance Company A+XV 29424 Cannon Corporation 1050 Southwood Drive INSURER C: Beazley Insurance Company,Inc.A XV • 37540 San Luis Obispo CA 93401 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 87778587 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD wvo POLICY NUMBER IMMIOD/Y1'W) IMMIDDIYYYY) A i COMMERCIAL GENERAL LIABILITY ✓ 7039996776 9/1/2025 9/1/2026 EACH OCCURRENCE $1,000,000DAMGE _ RENTE CLAIMS-MADE L✓l OCCUR PREMISESO(Ea occur ence) $100,000 ✓ Contractual Liability MED EXP(Any one person) S 15,000 PERSONAL.5 ADV INJURY $ ,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY f✓ I JECT LOC PRODUCTS-COMP/OP AGG 52,000,000 _ OTHER: S A AUTOMOBILE LIABILITY ✓ 7040001609 9/1/2025 9/1/2026 COMBINED SINGLE LIMIT S 1 000,000 (Ea acddenl) ,.__, ✓ ANY AUTO BODILY INJURY(Per person) 5 ' OWNEO SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE S AUTOS ONLY ,_, AUTOS ONLY _(Per accident) $ A / UMBRELLALIAB ,,/ OCCUR 7040002176 9/1/2025 9/1/2026 EACH OCCURRENCE $9,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE 59,000,000 _ DED ✓ RETENTIONS 10,000 _ $ B WORKERS COMPENSATION 72 WE OL6H1H 9/1/2025 9/1/2026 ,/ STATUTE OTRH- AND EMPLOYERS'LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE YIN I E.L.EACH ACCIDENT S1,000,000 OFFICER/MEMBEREXCLUDED7 N NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE 51,000.000 E yes,describe under DESCRIPTION CF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000 C Professional/Pollution Liability C27737250701 9/1/2025 9/1/2026 $5,000,000 Per Claim/$5,000,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:City of Huntington Beach—On-Call—CM&I Services-Cannon#241240 APPROVED AS TO FORM "SEE ATTATCHED ADDENDUM"' fly:__ , MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach CA 92648 AUTHORIZED REPRESENTATIVE 741:‘,Lisnii I Karen Smith ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD I 87778587 1 25-26 GL/AL/WC/Uri/PL 1 Excl:0T2 0T3 OT4 1 Isabella Saldlvar 110/27/2025 4:29:26 P10 (PDT) 1 Page 1 of 13 • • • AGENCY CUSTOMER ID: LOC#: • • AC R ADDITIONAL REMARKS SCHEDULE Page of • AGENCY NAMED INSURED Venbrook Insurance Services 1050 SouthwoodtlDrive POLICY NUMBER San Luis Obispo CA 93401 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE:Certificate of Liability Insurance(03/16) HOLDER:City of Huntington Beach ADDRESS:2000 Main Street Huntington Beach CA 92648 RE: City of Huntington Beach - On-Call - CM & I Services - Cannon # 241240 • The City, its officers, elected or appointed officials, employees, agents, and volunteers are named as Additional Insured under the General Liability and Automobile Liability policy if required by written contract with the Named Insured but only for coverage and limits provided by the policy and the additional insured endorsement. Excess/Umbrella follows form, *10 Days Notice of Cancellation for Non-Payment of.Premium, 30 Days All Other. • 1 1 i • 1 • • i - 11 kk, ACORD 101 2008/01 ( ) 02008 ACORD CORPORATION. All rights reserved. EEE The ACORD name and logo are registered marks of ACORD ADDENDUM $7770587 125-26 GL/AL/WC/UM/PL I Exc1:OT2 OT3 OT4 I Isabella 6aldivar 110/27/2025 4:29:26 PM (PDT) I Page 2 of 11 CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an insured any person or organization described in paragraphs A.through I.below whom a Named insured Is required to add as an additional Insured on this Coverage Part under a written contract or written agreement,provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part;and (2) was executed prior to: (a) the bodily Injury or property damage;or • (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However,subject always to the terms and conditions of this policy, including the limits of Insurance, the Insurer will not provide such additional Insured with: (1) a higher limit of insurance than required by such contract or agreement;or (2) coverage broader than required by such contract or agreement,and in no event broader than that described by the applicable paragraph A.through I.below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling Interest in a Named insured,but only with respect to such person or organization's liability for bodily injury,property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured;or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations,new construction or demolition operations performed by,on behalf of,or for such additional Insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this Insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Engineers,Architects or Surveyors Engaged By You An architect, engineer or surveyor engaged by the Named Insured, but only with respect to liability for bodily injury,property damage or personal and advertising injury caused in whole or in part by the Named insured's acts or omissions,or the acts or omissions of those acting on the Named Insured's behalf: a. in connection with the Named Insured's premises;or b. In the performance of the Named Insured's ongoing operations. But the coverage hereby granted to such additional Insureds does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering of or failure to render any professional services by,on behalf of,or for the Named Insured,including but not limited to: CNA74858XX(1-15) Policy No: 7039996776 Page 2 of 18 Endorsement No: 8 CONTINENTAL CASUALTY COMPANY Effective Date: 09/01/2024 P Insured Name:CANNON CORPORATION Copyright CNA All Rights Reserved. Includes copyrighted material of insurance Services Office,Inc.,with Its pern isslon. 07770567 ( 25-26 GL/AL/SWC/UM/PL I Exc1:0T2 on 0T4 1 Isabella Saldivar 110/27/2025 4:29:26 PM IPDT) I Page 3 of 13 CNACNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 1. the preparing,approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders,change orders or drawings and specifications;or 2. supervisory,inspection,architectural or engineering activities. D. Lessor of Equipment Any person or organization from whom a Named insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury,property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. E. Lessor of Land Any person or organization from whom a Named insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense , giving rise to such personal and advertising injury takes place prior to the.termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by,on behalf of,or for such additional insured. F. Lessor of Premises An owner or lessor of premises leased to the Named insured,or such owner or lessor's real estate manager,but only with respect to liability for bodily injury,property damage or personal and advertising injury arising out of the ownership; maintenance or use of such part of the premises leased to the Named Insured,and provided that the occurrence giving rise to such bodily injury or property damage,or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of,or for such additional Insured. Q. Mortgagee,Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership,maintenance,or use of a premises by a Named Insured, The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by,on behalf of,or for such additional insured. H. State or Governmental Agency or Subdivision or Political Subdivisions—Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily Injury,property damage or personal and advertising Injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this Insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees;hoistaway openings, sidewalk vaults,street banners,or decorations and similar exposures;or b. the construction,erection,or removal of elevators;or c. the ownership,maintenance or use of any elevators covered by this insurance;or CNA74858XX(1-15) Policy No: 7039996776 Page 3 of 18 Endorsement No: 8 CONTINENTAL CASUALTY COMPANY Effective Date: 09/01/2024 insured Name:CANNON CORPORATION Copyright CNA All Rights Reserved. Includes copyrighted material of insurance Services Office,Inc.,with its permission. 07778587 1 25-26 GL/AL/UC/rr.4/PL 1 Excls0T2 OT3 OT4 I Isabella Saldivar 1 10/27/2025 4;29:26 PM (PDT} 1 Page 4 of 13 CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 2. the permitted or authorized operations performed by a Named Insured or on a Named insured's behalf. The coverage granted by this paragraph doss not apply to: a. Bodily injury,property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision;or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. I. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor,presenter or displayer, any person or organization whom the Named Insured is required to include as an additional Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a. the Named Insured's acts or omissions;or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily Injury or property damage Included within the products-completed operations hazard. 2.. ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: • If the Named insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional Insured Is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition,the insurance provided to such person or organization Is excess of any other Insurance available to such person or organization. 3. ADDITIONAL INSURED—EXTENDED COVERAGE When an additional insured is added by this or any other endorsement attached to this Coverage Part,WHO IS AN INSURED is amended to make the following natural persons Insureds. if the additional Insured is: a. An Individual,then his or her spouse is an insured; b. A partnership or joint venture,then Its partners,members and their spouses are Insureds; c. A limited liability company,then its members and managers are insureds;or d. An organization other than a partnership, joint venture or limited liability company, then Its executive officers, directors and shareholders are Insureds; CNA74858XX(1-15) Policy No: 7039996776 Page 4 of 18 Endorsement No: 8 CONTINENTAL CASUALTY COMPANY Effective Date: 09/01/2024 Insured Name:CANNON CORPORATION Copyright CNA All Rights Reserved. Includes copyrighted material of insurance Services Office,Inc.,with its permission. 87770557 125-26 GL/AL/WC/014/PL 1 Excl:GT2 GT3 OT4 I Isabella Saldivar 1 10/27/2025 4:29:26 PM (PDT) 1 Page 5 of 13 CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement • • but only with respect to locations and operations covered by the additional Insured endorsement's provisions,and only with respect to their respective roles within their organizations. Please see the ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES provision of this endorsement for additional coverage and restrictions applicable to spouses of natural person Insureds. 4. BOATS Under COVERAGES, Coverage A — Bodily injury And Property Damage Liability, the paragraph entitled Exclusions is amended to add the following additional exception to the exclusion entitled Aircraft, Auto or Watercraft: This exclusion does not apply to: Any watercraft owned by the Named insured that is less than 30 feet long while being used in the course of the Named Insured's Inspection or surveying work. • 6. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS,the definition of bodily injury is deleted and replaced by the following: so Including death, humiliation, BodilyInjury means physical injury, sickness or disease sustained by a person, in 1 gshock, jry► PY jry� mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury,sickness or disease. 6. BROAD KNOWLEDGE OF OCCURRENCE/NOTICE OF OCCURRENCE Under CONDITIONS,the condition entitled Duties in The Event of Occurrence,Offense,Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence,offense or claim Is known to a natural person Named Insured,to a partner, executive officer, manager or member of a Named Insured,or to an employee designated by any of the e e such ice. B. NOTICEabovto OFgiv OCCURRENCcnot E sn The Named Insured's rights under this Coverage Part will not be prejudiced if the Named insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence,offense or claim to the Insurer as soon as the Named Insured is aware that this Insurance may apply to such occurrence,offense or claim. 7. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3.In Its entirety and replace it with the following: 111 1=2 3. Pursuant to the limitations described in Paragraph 4. below, any organization In which a Named Insured has management control: a. on the effective date of this Coverage Part;or b. by reason of a Named Insured creating or acquiring the organization during the policy period, o qualifies as a Named Insured, provided that there Is no other similar liability insurance, whether primary, I = contributory,excess,contingent or otherwise,which provides coverage to such organization,or which would have CNA7485BXX(1-15) Policy No: 7039996776 Page 5 of 18 Endorsement No: 8 CONTINENTAL CASUALTY COMPANY Effective Date: 09/01/2024 Insured Name:CANNON CORPORATION Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Mice,Inc..with its permission. 67776587 125-26 GL/AL/WC/UM/PL I Exc1:0T2 OT3 OT4 I Isabella Saldivar 110/27/2025 4:29:26 PM (PDT) I Page 6 of 13 Cannon Corporation Business Auto Policy CNA :i dorseltle. . . . . t II I. I 'AGE ENDORSEMENT -.=A.-'WS AIN THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILTY COVERAGE A. Who Is An Insured The following is added to SECTION II, Paragraph A.1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or (2) Any such organization that is an insured under any other liability "policy" providing auto coverage. 3. Any person or organization that you are obligated to provide Insurance where required by a written contract or agreement is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. 4. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings SECTION II, Paragraphs A.2.a.(2) and A.2.a.(4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is increased from $2,000 to $5,000, and 2. In a.(4), the limit for the loss of earnings is increased from $250 to $500 a day. C. Fellow Employee Form No: SCA 23 500 D 10 11 Policy No:7040001609 Endorsement Effective Date:09/01/2025 Policy Effective Date:09/01/2025 Endorsement No: Policy Page: 1 of 5 Underwriting Company:Continental Insurance Company A XV I 0 Copyright CNA All Rights Reserved. Includes copyrighted material of the 87778587 I 25-26 GL/AL/V:C/Uli/PL I Exc1,OT2 OT3 0T4 I Ifi Tilt&ketVices1Offrd ihd.:28 [ ,IttirfTh bd }gsgi1Jf1.13 Cannon Corporation Business Auto Policy CNAilr,r)I:,<'irl<�tll SECTION II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. II. PHYSICAL DAMAGE COVERAGE A. Towing SECTION III. Paragraph A.2., is revised to include Light Trucks up to 10,000 pounds G.V.W. B. Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles The following is added to SECTION III, Paragraph A.3.: With respect to any covered auto, any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. C. Transportation Expenses SECTION III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. D. Loss of Use Expenses SECTION III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. E. Personal Property The following is added to SECTION III, Paragraph A,4. c. We will pay up to $500 for loss to Personal Property which is: (1) Owned by an insured; and (2) In or on the covered auto. This coverage applies only in the event of a total theft of your covered auto. This insurance is excess over any other collectible insurance and no deductible applies. F. Rental Reimbursement The following is added to SECTION III, Paragraph A.4.: d. We will pay for rental reimbursement expenses incurred by you for the rental of an auto because of loss to a covered auto. Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered auto. No deductibles apply to this coverage. 1. We will pay only for those expenses incurred during the policy period beginning 24 hours after the loss and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered auto; or, (b) 15 days. 2. Our payment is limited to the lesser of the following amounts: (a) Necessary and actual expenses incurred; or, (b) $25 per day subject to a maximum of $375. Form No: SCA 23 500 D 10 11 Policy No:7040001609 Endorsement Effective Date:09/01/2025 Policy Effective Date:09/01/2025 Endorsement No: Policy Page:2 of 5 Underwriting Company:Continental Insurance Company A XV Copyright CNA All Rights Reserved. Includes copyrighted material of the 877/8587 I 25-26 GL/AL/NC/01+./PL I Exc1:OT2 OT3 OT4 I lftf 0t1 anee5g6Ydicesllf rdk;rtld,,85 d riffiLltt>;berimsgi66.13 Cannon Corporation NA Business Auto Policy .Iltlflf:iEtItIL`Ill 3. This coverage does not apply while there are spare or reserve autos available to you for your operations. 4. If loss results from the total theft of a covered auto of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under the Physical Damage Coverage Extension. G. Hired "Autos" The following is added to SECTION III. Paragraph A.: 5. Hired Autos If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered auto you lease, hire, rent or borrow without a driver; and b. Any covered auto hired or rented by your employee without a driver, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000 whichever is less minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning. d. The physical damage coverage as is provided by this provision will be limited to the types of physical damage coverage(s) provided on your owned autos. e. Such physical damage coverage for hired autos will: (1) Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision G.e.(1) will be subject to a limit of $750 per accident. H. Airbag Coverage The following is added to SECTION III, Paragraph B.3. The accidental discharge of an airbag shall not be considered mechanical breakdown. I. Electronic Equipment SECTION III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered auto also applies to loss to any permanently installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. J. Diminution In Value The following is added to SECTION III, Paragraph B.6. Subject to the following, the diminution in value exclusion does not apply to: a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and Form No: SCA 23 500 D 10 11 Policy No:7040001609 Endorsement Effective Date:09/01/2025 Policy Effective Date:09/01/2025 Endorsement No: Policy Page: 3 of 5 Underwriting Company: Continental Insurance Company A XV o Copyright CNA All Rights Reserved. Includes copyrighted material of the 87/78567 1 25-26 GL/AL/',C/UM/PL 1 Exc1,OT2 OT3 OT4 I rtttirifhttICq'8aYvfc�s'0`�ic�e"9bd'..,2t85tidVvilftrt6 bd141'Itsgid1 • Cannon Corporation Business Auto Policy CNA b. Any covered auto of the private passenger type hired or rented by your employee without a driver for a period of 30 days or less, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a diminution in value loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for loss to a covered auto in any one accident is the lesser of: (1) $5,000; or (2) 20% of the auto's actual cash value (ACV) III. Drive Other Car Coverage — Executive Officers The following is added to SECTIONS II and III: 1. Any auto you don't own, hire or borrow is a covered auto for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers", except: a. An auto owned by that "executive officer" or a member of that person's household; or b. An auto used by that "executive officer" while working in a business of selling, servicing, repairing or parking autos. Such Liability and/or Physical Damage Coverage as is afforded by this provision will be: (1) Equal to the greatest of those coverages afforded any covered auto; and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are insureds while using a covered auto described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to SECTION IV, Paragraph A.2.a. (4) Your employees may know of an accident or loss. This will not mean that you have such knowledge, unless such accident or loss is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to SECTION IV, Paragraph A.2.b. (6) Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Concealment, Misrepresentation or Fraud The following is added to SECTION IV, Paragraph B.2. Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. C. Policy Period, Coverage Territory SECTION IV, Paragraphs 7.(5).(a). is revised to provide: Form No: SCA 23 500 D 10 11 Policy No: 7040001609 Endorsement Effective Date:09/01/2025 Policy Effective Date:09/01/2025 Endorsement No: Policy Page:4 of 5 Underwriting Company:Continental Insurance Company A XV Copyright CNA All Rights Reserved. Includes copyrighted material of the 8777856? 25-26 GL/ALISCC/UI:/PL I exc3:or2 o13 oTa I i }a}i1c€'9i',Ytjfc6s'0'ffid29hd.;'Ss1;dblvil!firltb OThts§lbfir 13 Cannon Corporation Business Auto Policy CNAl:ilrlors< i�ft:ili a. 45 days of coverage in lieu of 30 days V. DEFINITIONS SECTION V. Paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these Form No: SCA 23 500 D 10 11 Policy No:7040001609 Endorsement Effective Date:09/01/2025 Policy Effective Date:09/01/2025 Endorsement No: Policy Page: 5 of 5 Underwriting Company:Continental Insurance Company A XV Copyright CNA All Rights Reserved. Includes copyrighted material of the 87778587 I 25-26 OL/AL/WC/Us/PL I f:xc1:OT2 OT3 0T4 1n- V.AhccelSayofcesi O'ffidi9l d:,26y Uq if Hr4f>;tdi'lflts3iofif 13 lirazlcy I A&E Professional LiabilityJMedia"1'ech I Polity I Page 10 The insurance company will not agree to any settlement without the consent of the insured. If the insured refuses to consent to any settlement recommended by the insurance company and acceptable to the claimant, the insurance company's liability for loss will not exceed: i. the amount for which the claim could have been settled, less the remaining Deductible, plus the defense costs incurred up to the time of such refusal, and ii. fifty percent (50%) of any defense costs incurred after the date such settlement or compromise was recommended to the insured with the remaining fifty percent(50°/8)of such defense costs to be borne by the insured at their own risk and uninsured; or the applicable Limit of Liability,whichever is less. The portion of any proposed settlement or compromise that requires the insured to cease, limit or refrain from actual or alleged infringing or otherwise injurious activity or is attributable to future royalties or other amounts that are not loss shall not be considered in determining the amount for which a claim could have been settled. Assistance and Cooperation If any claim or circumstance is reported by the insured under this Policy, the insured will give all information and assistance to the insurance company as it may need to investigate such matters. The insured will cooperate with the insurance company in responding to such claim or circumstance. The insured agrees not to take any action which in any way increases the insurance company's exposure under this Policy. Upon the insurance company's request, the insured shall assist in making settlements, in the conduct of suits and in enforcing any right of contribution or indemnity against any person or organization, and the insured shall attend hearings and trials and assist in securing and giving evidence and obtaining the attendance of witnesses. The insured shall not admit liability, make any payment, assume any obligations, incur any expense, enter into any settlement, stipulate to any judgment or award or dispose of any claim without the written consent of the insurance company. Except where expressly provided for in this Policy, any costs to provide such information or assistance to the insurance company will be at the insured's own cost. Other insurance This Insurance shall apply in excess of: (a) any other valid and collectible insurance available to any insured, including, but not limited to, any project specific professional liability insurance, contractors pollution liability insurance or media, technology or cyber liability insurance; and (b) any self-insured retention or deductible portion thereof, unless such other insurance is written only as specific excess insurance over the Limit of Liability of this Policy. Subrogation and Recoveries If any payment is made under this Policy, the insured will transfer its rights of recovery against any third party to the insurance company. The insured will do whatever is reasonably necessary to secure and preserve such rights after a claim is first made against them or the date they become aware of a circumstance giving rise to a claim. The insurance company agrees to waive its right of recovery against any client of the named insured for a claim which is covered under the Architects and Engineers Professional Liability and Pollution Liability Coverages to the extent the named insured had, prior to such claim,a written agreement to waive such rights. A-F00009 092022 ed. 67778587 125-26 GL/AL/WC/UM/PL 1 Excl:OT2 OT3 OT4 1 Isabella Saldivar 1 10/27/2025 4:29:26 PM (PDT) 1 Page 12 or 13 13 a dry I A&E Professional LiabilityjMeclia'fech I Policy I Page 11 Any amounts recovered will be applied in the following order: (a) to reimburse costs incurred by or on behalf of the insurance company in bringing proceedings against such other party; (b) then to the insured for the amount of any loss which exceeds the Limit of Liability; (c) then to the insurance company up to the amount of the loss paid by the insurance company and the Limit of Liability will be reinstated for such amounts; and (d) then to the insured to reimburse the Deductible. Reimbursement of Uncovered Amounts To the extent that the insurance company pays any loss or other sums that are not covered under this Policy, the insurance company is entitled to reimbursement from the named insured and any insured (or other party) on whose behalf such loss or sums are paid. Action against the Insurance Company No action will lie against the insurance company unless and until the Insured has fully complied with all the terms of this Policy. No person or organization will have the right under this Policy to join the insurance company as a party to an action against the insured to determine the insured's liability or implead the insurance company in any such action. General Conditions Innocent Insured Whenever coverage under this Insurance would be excluded, suspended or lost because of the Criminal, Dishonest, Intentional, Fraudulent and Malicious Acts and Omissions Exclusion relating to any act,error or omission by any insured, and with respect to which any other insured did not personally participate or personally acquiesce or remain passive after having personal knowledge thereof, then the insurance company agrees that such insurance as would otherwise be afforded under this Policy shall cover and be paid with respect to those insureds who did not personally commit or personally participate in committing or personally acquiesce in or remain passive after having personal knowledge of one or more of the acts, errors or omissions described in the Criminal, Dishonest, Intentional, Fraudulent and Malicious Acts and Omissions Exclusion. This provision is inapplicable to any claim or circumstance against the named insured arising from acts, errors or omissions known to any present or former principal, partner, director or officer of the named insured. With respect to this provision, the insurance company obligation to pay in such event shall only be in excess of the full extent of any recoverable assets of any insured to whom the Criminal, Dishonest, Intentional, Fraudulent and Malicious Acts and Omissions Exclusion applies and shall be subject to the terms, conditions and limitations of this Policy. Mergers and Acquisitions (a) If during the policy period,the named insured acquires another entity for whom more than fifty percent(50%)of the outstanding securities representing the present right to vote for the election of such entity's directors are owned by the named insured, then no insured shall have coverage under this Policy for any claim that arises out of any act, error or omission, A-F00009 092022 ed. 87778587 1 25-26 GL/AL/NC/[RS/PL I Excl:OT2 OT3 OT4 I Isabella Saldlvar 110/27/2025 4(29,26 PM (POT) I Page 13 of 13 i‘i.\ TINProfessional Services T ermit m,,, ..- 0P0R •••• �, Contracts for On -Call �••• \ GO A T el) % l\ -� % Construction Management, TiJ ,ir-- ------7 ----:---_- ••• t Materials Testin and //irlf ?' lu��, _ _ � _ : = Inspection Services ---- - --------7. ------- -- • % ----_ - = r ,; Q Department of Public Works - December 16 , 2025 •• � 1 > ••• FB P�:• Q ` C OF •••••• O 0 t // U NTy 1286 BAC KG ROU N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Proposal (RFP) for these services. The RFP 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 RFP Selection. I tea, . i 4t r a 4 a t n PI 0 .dr` `'I Off( ."NGpR PO R gTf•S ' <5;11\ -.,-- ". rt. ...4, 1 .) 'k\:: 1A '-,I' , 0 4:k . , 14 v::3 %--------;_-;,- -.'7-,- /..7t .' \ il, ' .1.0, ( • vo % . e : $ (jNTI' c ' 1 0 1287 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. #/'�NTINGT � ,........,, 04b •0 Off( `\*ssi RAreo� •��4\ — = �'. =i1 _ Q % 1288 RFP Selection Matrix I # Firms Construction Inspection Material Testing NTE I Management 1 Accenture Infrastructure and Capital Projects, LLC X X $1,500,000.00 2 Ardurra Group, Inc. X X X $2,500,000.00 3 Berg&Associates, Inc. X X X $2,500.000.00 4 Cannon Corporation X X X $2,500,000.00 5 Ccrterra RMA Group X X X $2,500,000.00 6 Dudek X X $1,500,000.00 7 FCG Consultants Inc. X X X $2,500,000.00 S GHD Inc. X X X $2,500,000.00 9 GMU Geotechnlcal, Inc. X $1,000,000.00 10 Griffin Structures, Inc. X X $1,500,000.00 11 Harris& Associates, Inc. X X X 52,500,000.00 12 NICK AMERICAS INC X X $1,500,000.00 13 Interwest Consulting Group X X X S2,500,000.00 14 Psomas X X $1,500,000.00 15 Southstar Engineering P.Consulting, Inc. X X X $2,500,000.00 16 SYRUSA Engineering, Inc. X X X $2,500,000.00 17 Totum Corp X X $1,500,000.00 18 Transtech Engineers, Inc. X X X $2,500,000.00 19 Ally Construction Services $0.00 20 Bowman Consulting Group Ltd. $0.00 21 Crede Construction Advisory LLC $0.00 22 Fountainhead Consulting Corporation $0.00 23 GCS Construction Management $0.00 24 H W Lochner $0.00 25 Ledesma &Meyer Construction Co., Inc. $0.00 26 Pinner Construction Co, Inc $0.00 27 Willdan Engineering $0.00 1289 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. Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers, Inc. The City does not guarantee any amount of work to awarded vendors as these services are on an "as-need" basis. �1/\w-INGT 04, 1, O,••:.•\;toRPaR4... \\ 11 -_-- 1.—v - _ % •os. - ,1 • zs •�•c 11 \ �n• FF \ cJ ••••e......1909,a.• 1290 1 i Questions ?t ^- ji1114111.itpritiiii f r -Y '-. f ! a' r^ 1291