Loading...
HomeMy WebLinkAboutFCG Consultants, Inc. - 2025-12-16 ANTINGTp 2000 Main Street, o,:� Huntington Beach,CA 92648 c•37 City of Huntington Beach APPROVED 6-0-1 y (TWINING—ABSENT) courifi 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 powered by LegistarT' 4( 3c� 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 I) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and TRANSTECH Engineers, Inc for On-Call 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 powered by LegistarT'" A.�s � IL& 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 LegistarT" 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. 2,0. PowerPoint Presentation City of Huntington Beach Page 5 of 5 Printed on 12/10/2025 powered by LegistarTM 601 1�00� aoN 7bN-o 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 Depaitinent 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 ear 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,superstifucture 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(PM? 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 ManagerH(VPM)platform to perform project management duties and maintain project updates. A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information(e.g., logs, payment applications, working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system (PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project,preparing daily reports listing employee, labor classifications, hours worked and equipment on project,maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable'Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information(BFI's). 12. Conduct weekly construction progress meetings with contractor, subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress,problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19. Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences, realistic durations, constraints, schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor (weekly) to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress 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 final inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of fmal payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice'of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts,catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and'records to the City. C.Inspection: 1. Review contract documents, plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment,labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out, require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 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. 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 fmal 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. Maxithum density curves (ASTM D1557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four(24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. 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 projects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.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 fmal contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. http s://cms3.revize.com/revize/huntingtonbeachca/DocuiuentsBusiness/Licenses%20Pennits%20& %20CodeBusiness%20Licens e/FORMS/Standard-Business-License-Application%202024.pdf K. Interview - After written proposals have been reviewed, discussions with prospective films may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. 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 • 1%;=:5tt;-'Y?;�;:r�c{Y=�?:?:"` -c:-wr.,m• - v:�,..�.._..a;.sn 'x-vx.n r.r�.�.:.•.F.+r.:yc.s:;>u:"nSr`i_ ". i9f;rr nay_}� m�:yr..r.��..c -e•<.�.:: - zzu{t_s.�_Y,iM kt,: ia.r� _ . •,:�:4`a_'<iFz L. -his .ss s: t. r. :, .f,,:z:£>4,�,....fi`,t .'nt; r„ z:ib ist"e „}• 5 :,_ „.it b = SERTICE. 4TE. . .RY . ; . =,5 }.SE PROOSINC:. /N f �:�°,�s•r� ? yl�•+.5.�r:-s�n,...�;. _ ,:.� q" !''r„ t�rt. n KC��i4'�"?' r?:k9 t�°. 7.�!:"Y.l a'S' C+< s,• ,,,,.:1 } ' " ": " & � `'..A.u:.i,j: iGt r. '`• F„-H.is'�.�� �:-t.�gtYe°' , f s,;3.�_i.a�t. .t..F��ru,.�,r•a;tt�.:. ..41. ;2.. �;i�r r• ..{.S:..I-..�i<nxfiz..d T•• ,s'. .l:.0. t: '-.,4, Yf '�.;a• �.,� 7 -,�r t....��„x• .�.w'�.:v,r��"kti -:-�.�F-�:., ,,•K�;a -:a:. '}:'�� @'�= .,j.,--;;�`y,GQ :.y. .x�,�C'L�r'' f,,�'."dt„ ,n3:6., .�i°'. 53F`;f`_�;: .},_:{uer:sS :•f'.: •+s;H;.,a•., - :�F y.. --•rC 'i..- 'r<,-'s:. - "'.S+ y+'i°:tir• - ^3:: ` ✓..roc � mot:�1%� a :a - P4 ��.,��• t✓,vR. w-uc,sn•..�.-�>.,.,.,.:w:�'s.a>..<::>-... 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). Finn Name: Firm Address: Signature: Date: • • • • 615 I APPENDIX A I 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 ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UMNCORPORATED 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/surfnet/professional svcs 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/surthet/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 any and all claims, damages,losses,expenses, demands and defense costs(including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of,pertain to,or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged agree/surfnet/professional svcs mayor 5/19-204082 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/surthet/professional svcs mayor 5/19-204082 623 CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate agree/surfnet/professional svcs mayor 5/19-204082 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 fmished and unfmished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all agree/surfnet/professional svcs mayor 5/19-204082 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/surfnet/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/President/Vice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney agree/surfnet/professionalsvcs mayor 5/19-204082 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 EXEIIBIT "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 thanA: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 HuntingtonBeach. 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 BB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance,Matrix revised 10-27-08 1 of 1 637 CITY OF HUNTINGTON BEACH 1°oi-6 #''�F RCA Contract 1U _; Agreement Summary --F `�,��' UUNTV C ' ' 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 FCG Consultants Inc. will serve as an FULL SERVICE on-call professional, specializing in construction management, materials testing, and inspection. Consultant will serve as CM's, provide testing, and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management, Materials Testing and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM, Material Test, and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal,and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration.and predetermined not-to-exceed amounts. FR CITY OF HUNTINGTON BEACH 714 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FCG CONSULTANTS,INC. FOR ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING,AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and, FCG CONSULTANTS, INC., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management,materials testing and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with;and CONSULTANT has been selected to perform these services, NOW,THEREFORE,it is agreed by CITY and CONSULTANT as follows: 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 Maha Alfakhouri who shall represent it and be its sole contact and agent in all.consultations with CITY during the performance of this Agreement. 25-17168/393166 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 12/f 1p , 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit ' "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. - COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Two Million Five Hundred Thousand Dollars($2,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/393166 2 of 12 compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office, notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT'S (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall 25-17168/393166 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. 25-17168/393166 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 25-17168/393166 5 of 12 of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; r 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. 25-17168/393166 6 of 12 CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT'S services hereunder at any time with or without cause,and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 25-17168/393166 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 FCG Consultants, Inc. ATTN: Director of Public Works ATTN: Maha Alfakhouri 2000 Main Street 22885 Savi Ranch Pkwy, Suite G Huntington Beach, CA 92648 Yorba Linda, CA 92887 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. 25-17168/393166 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 25-17168/393166 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. 25-17168/393166 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 alm'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. 25-171681393166 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, FCG CONSULTANTS,INC. a municipal corporation of the State of California By: O Maha Alfakhouri City Manager print name ITS: (circle one)Chairman/PresidentNice President INITIATED D OVED: AND Director of Public Works By: APPROVED AS TO FORM: Abdallah Fakhouri print name • ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary—Treasurer ese City Attorney Date I° " Boys' RECEIVE AND FILE: 114:14,t4te, City lerk Date //G/I2(./ 25-17168/393166 12 of 12 EXHIBIT A C PROPOSAL F NSUlTAN 'CS for 40. om x . . ._, hi e 1 111 111�1lllll I IIII11uil�u►1', filth • .;F'11, • On-Call Construction Management, Materials Testing, and Inspection Services RFP 2025-0613 4�uHzticrgy, Submitted to: Submitted by: 4.=i, City of Huntington Beach FCG Consultants, Inc. l" p �FFQ0Na9 tp`�•' Public Works 22885 Savi Ranch Pkwy 2000 Main Street Suite G Huntington Beach, CA 92648 Yorba Linda, CA 92887 728 F C ' ° CONSULTANTS City Huntington Beach On-Call Construction Management, Materials Testing, and Inspection Services 2025-0613 A. Cover Letter 1 B. Vendor Application Form F 1 C. Pre-Qualification Form(Exhibit A) F 3 D. Construction Management,Construction Inspection,and Materials Testing 3 FCG Firm Profile 3 Subconsultants 4 Firm's Experience 5 Firm's Relevant Experience and References 6 Preferred Staffing 8 Understanding and Methodology 9 Approach to Managing Projects 10 Methodology and Work Plan 11 Appendix: Resumes of Key Staff CONSULTANTS 729 On-Call Construction Management, Materials Testing, And Inspection Services 111, A. COVER LETTER June 13,2025 Ms.Jessica Castro 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: FCG Consultants, Inc. (FCG) is pleased to submit our proposal to the City of Huntington Beach (City) for On-Call Construction Management, Materials Testing, and Inspection Services. With over 15 years of proven experience, FCG has successfully delivered project management, construction management, and inspection services for a wide range of infrastructure projects across Southern California. Our proposal highlights our full-service capabilities, including Construction Management, Field and Office Inspection, Office Engineering, Labor Compliance Monitoring,and coordination of specialty services.To augment our team,we have partnered with a select group of subconsultants with proven expertise in materials testing, scheduling, and specialized inspection disciplines. This integrated team is equipped to support the City's diverse and evolving infrastructure portfolio. Team Qualifications At the core of our team is a group of seasoned professionals with deep expertise in public works delivery, regulatory compliance, quality control, and risk mitigation. Leading this effort is Mr. A.B. Fakhouri, PE, who brings over 27 years of construction management and resident engineering experience for transportation and public infrastructure projects throughout California. As a former Resident Engineer with Caltrans District 7, Mr. Fakhouri has extensive familiarity with Caltrans Standards,the Local Assistance Procedures Manual(LAPM),and contract administration for federally and locally funded projects. Our proposed staff includes engineers, inspectors, office support personnel, and specialty consultants who are experienced in managing projects under Greenbook standards, City of Huntington Beach specifications, and other applicable municipal codes. The team's collective experience includes roadways, bridges, underground utilities, pump stations,traffic signals, water/wastewater systems, parks, and public facilities. Relevant Work Experience FCG currently holds and is actively managing multiple on-call contracts with agencies such as the Cities of Glendale, Downey, Pomona, and Riverside, as well as county-level clients including Los Angeles County Public Works. We have also served as a trusted subconsultant to agencies such as Caltrans, LA Metro, and the San Bernardino County ®®ER Page 1 CO N S U L T A N T S 730 °`iii - On-Call Construction Management, Materials Testing, And Inspection Services Transportation Authority(SBCTA).Our portfolio includes both federally and locally funded projects, and we have a strong understanding of state and local agency procedures. These engagements reflect our ability to scale resources efficiently, manage multiple task orders concurrently, and respond quickly to client needs. Our team's familiarity with Southern California's regulatory environment, climate, and construction conditions ensures that we deliver value from project kickoff through closeout. The FCG Advantage The City can rely on FCG to provide responsive, knowledgeable, and dependable construction management services. Key advantages we bring to this engagement include: • Certified DBE/SBE Firm: Fulfills diversity goals while delivering high-quality professional services. • Extensive Local Experience: Deep knowledge of Southern California agencies and local regulatory standards. • Experienced Leadership: Led by a Caltrans-experienced PE and supported by a team with a track record of successful project delivery. • Dedicated Staff: Our personnel are available and committed to the City's needs throughout the duration of the on-call contract. • Flexible and Scalable Resources: Capacity to quickly adjust staffing to align with task order requirements. We have reviewed and accept all terms and conditions of the RFP, and we acknowledge receipt of Addendum No. 1 (dated May 16, 2025) and Addendum No. 2(dated June 6, 2025). FCG Consultants affirms that it is able to comply with the indemnification and insurance requirements. FCG Consultants affirms that we accept all the terms and conditions outlined in the sample Professional Service Agreement. FCG Consultants, Inc. acknowledges that we will obtain and maintain a valid City of Huntington Beach business license upon award of the contract. FCG certifies that all information submitted is true and correct. If you have any questions regarding our proposal, please contact me at(714)312-0317 or maha.fakhouri@fcgconsultants.com. Sincerely, Of\ii,,44______ .44/4144 ---.---- Maha Fakhouri Abdallah Fakhouri, PE Senior Project Manager/Resident Engineer President&CEO Up G Page 2 CONSULTANTS 731 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: KNEW ❑CURRENT VENDOR Legal Contractual Name of Corporation: FCG Consultants,Inc. Contact Person for Agreement: Maha Alfakhouri Corporate Mailing Address: 22885 Savi Ranch Pkwy, Suite G City, State and Zip Code: Yorba Linda, CA 92887 E-Mail Address: maha.fakhouri@fcgconsultants.com Phone: 714.312.0317 Fax: 714.312.0793 Contact Person for Proposals: AB Fakhouri, PE Title: Sr. Project Manager E-Mail Address: ab.fakhouri@fcgconsultants.com Business Telephone: 714.312.0317 Business Fax: 714.312.0793 Is your business: (check one) ❑NON PROFIT CORPORATION NFOR PROFIT CORPORATION Is your business: (check one) L'ICORPORATION DLIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION Fl 732 Names &Titles of Corporate Board Members (Also list Names & Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Maha Alfakhouri President/CEO 714.312.0317 Abdallah Fakhouri, PE Secretaiy/Sr. Project Manager 714.312.0137 Talal Alfakhouri CFO 714.312.0317 u Federal Tax Identification Number: 27-3911217 City of Huntington Beach Business License Number: Will obtain upon reward (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: N/A F2 733 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?YIN (circle) A. Construction Management 6:1 No il (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). I.(Initial) Consultant is able to provide the insurance as required(See Appendix C). Firm Name: FCG Consultants,Inc. Firm Address: 22885 Savi Ranch Pkwy, Suite G,Yorba Linda,CA 92887 Date: 6/13/2025 Signature: F3 734 `\1111 On-Call Construction Management, Materials Testing, �;, And Inspection Services D.CONSTRUCTION MANAGEMENT, CONSTRUCTION INSPECTION,AND MATERIALS TESTING FCG FIRM PROFILE FCG Consultants, Inc.is a woman-owned, California-based firm certified as a Small Firm Information Business Enterprise (SBE) and Disadvantaged Business Enterprise (DBE). inHeadquartered in Yorba Linda with an office in Norwalk, FCG has grown into a team F C cC7 NSU LTA NTS of 30 professionals specializing in Construction Management, Construction Contact Information: Inspection,and Construction Engineering services. Since 2010,we have successfully Maha Alfakhouri,President/CEO maha.fakhouri@fcgconsultants.com delivered public infrastructure projects involving roadways, traffic signals, ADA Phone:(714)312-0317 compliance, drainage, utilities, parks, and public facilities. Fax:(714)312-0793 Sr.Project Manager Our team is well-versed in standards such as Caltrans, LAPM, FHWA, Greenbook, AB Fakhouri,PE,QSD and AWWA, with proven expertise in constructability reviews, labor compliance, and ab.fakhouri@fcgconsultants.com Firm Location: office engineering. We provide full-service support from preconstruction to closeout, Head Office:22885 Savi Ranch ensuring regulatory compliance,quality control,and cost-efficiency. FCG has a strong California 92887 orbs Linda, record of delivering municipal projects, including those involving Caltrans audits, and Branch Office: 12440 Firestone Blvd.#2008,Norwalk,CA 90650 collaborates with trusted subconsultants for materials testing, geotechnical services, Form of Organization: Corporation California S Cor and public outreach. p Number of Employees: Firm Specialties 25 Full-time employees • Roadway improvements • Wet CIDH pile and stressed steel 5 Part-time employees • Traffic signal improvements structures Registration • Railroad Grade Crossing • Water Infrastructure DIR#1000018164 • Drainage systems and utilities • Electrical systems SBE/DBE#46140 • Public facilities • Safety and regulatory adherence Federal ID#27-3911217 • ADA ramps and accessibility compliance • Parks • Retaining walls,MSE walls,and soil nail walls • Facilities • Structural steel,bolting,and welding • Buildings • Pedestrian and bikeways • Office Engineering • Landscape and environmental compliance • Labor compliance (SWPPP) What sets us apart is our ability to mobilize quickly, our client-focused service, and our dedication to project ownership.We offer the capabilities of a large firm with the responsiveness and personalized attention of a small business—making us a strong partner for the City of Huntington Beach. Financial Stability FCG is financially sound, with no history of bankruptcy, pending litigation, planned office closures, or impending mergers. We maintain compliance with all Federal, State, and local agency regulations, ensuring seamless project execution and professional reliability. EMS ti Page 3 C0NSU I.TA N TS 735 (P ,,': On-Call Construction Management, Materials Testing, i And Inspection Services What Sets Us Apart FCG combines the capabilities of a large firm with the personalized service of a small business. Our differentiators include: • Expert Team: Highly experienced, multi-disciplinary professionals tailored to meet project-specific needs. • Client-Focused Approach: One-on-one attention and customized solutions to maximize value. • Rapid Mobilization: Readily available personnel equipped to respond to project demands within hours. • Commitment to Excellence: Ensuring the highest quality service, efficiency, and cost-effectiveness. • Ownership & Dedication: We take pride in taking full ownership of projects we are involved in and provide full dedication from beginning to end. SUB CONSULTANTS FCG is partnering with subconsultants who have proven experience and select for their competence and ability to ensure successful delivery of any project.We have assembled a team of skilled professionals that will further the capacity to meet its objectives efficiently and effectively. Firm Name Contact Person Address Certifications 1 Specialty Services Registrations Lauren Weiss,Business PM/CM I Inspection; PM S 2600 E.Pacific Coast Development Director Highway,Suite 160,Long S-Corporation/SBE Roadway,Electrical, lweiss@pmcsgroup.net DIR No.:100019597 Water/Wastewater, PMCS Group Inc. (661)310-6104 Beach,CA 90804 Facilities Wv1E1A Samar Saad,PE,Principal 17011 Beach Blvd.,Suite Corporation/SBE/DBE PM/CM/Inspection; samar@samsaengineering.com 900,Huntington Beach CA No.51653 Roadway,Electrical, Samsa Engineering (714)475-4706 92708 DIR No. 1001044844 Water/Wastewater, Facilities Inc. S_G Jose Burbano,PE,Principal 135 S.State College Blvd. Corporation/SBE/DBE PM/CM/Inspection; ?CS ENGINffMiG GAC Jose.burbano@specsengr.com Suite,205 No.52799 Roadway,Electrical, Specs Engineering (949)629-5831 Brea,CA 92821 DIR No. 1001103649 &Structural Group,Inc. Ray Fakhoury,PE,Vice President 9665 Cheaspeake Drive, Design& ray.fakhoury@woodardcurran.com Suite 320,San Diego,CA S-Corporation Construction Support (858)413-5430 92123 DIR No.:1000046744 Water,Sewer,& Woodard&Curran Pump Stations UM? Brian Ghajar,Vice President 8870 East Banner Ridge S-Corporation/WBE/ brian@umplanners.com Drive SBE Scheduling Marketway Global LLC (424)302-3516 Anaheim,CA 92808 DBE No.51438 dba UM Planners G3 Qiang Li,PE,PhD,Materials 13850 Cerritos Corporate ®as Testing Project Manager S-Corporation/SBE li 3 uali com Drive,Suite E,Cerritos,CA DIR No. 1000377989 Materials Testing q @g q 90703 I G3 Quality,Inc. (562)321-9840 1 ®13{ Page 4 CONSULTANTS 736 ,�w e.: Ntt�Y;a,' On-Call Construction Management, Materials Testing, '; And Inspection Services FIRM'S EXPERIENCE FCG Consultants has a strong track record of successfully managing a wide range of municipal projects. We specialize in all phases of project delivery, including pre-construction, construction oversight, and project closeout, ensuring that each project is completed on time, within budget, and in alignment with the City's objectives. Our deep expertise in regulatory compliance, funding requirements, and community engagement allows us to effectively address the unique needs of the City of Huntington Beach. Below is a selection of similar projects we have successfully completed over the past decade, highlighting FCG's ability to exceed the City's expectations and demonstrating the expertise of our Project Manager, Mr. AB Fakhouri, PE. On-Call Contracts Professional Management Contracts No. Agency PM CM CI No. Agency PM CM CI 1 City of Irvine ✓ J ✓ City of Lake Forest-CAICI 1 LFTM Projects&Arterial Median ✓ ✓ J 2 City of Burbank ✓ ✓ ✓ City of Lake Forest CM/CI 2 El Toro Rd ✓ ✓ J 3 City of Corona J ✓ J 3 OCTA-Traffic Signals Improvements ✓ ✓ ✓ 4 City of Culver ✓ ✓ J 4 City of Moorpark-Princeton Ave. J I I 5 City of Downey J ✓ J 5 City of Lake Elsinore-I-15 On-Ramp ✓ J ✓ 6 City of Chino ✓ ✓ ✓ 6 City of Whittier-Santa Gertrudes J ✓ ✓ 7 City of Irwindale ✓ ✓ J 7 City of Long Beach-Anaheim St. J J J 8 City of Anaheim ✓ ✓ J 8 City of Burbank-Burbank Channel J I J 9 City of Bellflower J J J 9 City of Whittier-Greenway Trail ✓ J ✓ 10 City of Carson J J J 10 City of Downey-Telegraph Road ✓ I ✓ 11 City of Diamond Bar I J J 11 City of Norwalk-San Antonio Dr. J I I 12 City of Santa Clarita ✓ I ✓ 12 City of Norwalk-Rosecrans Ave. ✓ I ✓ 13 City of Ontario ✓ ✓ J 13 City of Norwalk-Firestone Bridge ✓ ✓ I 14 City of Glendora ✓ J ✓ 14 City of South Gate-The Boulevard J ✓ ✓ 15 City of La Mirada J J ✓ 15 City of Irwindale-Irwindale Park J ✓ ✓ 16 City of Torrance J J J 16 City of Irwindale-Resurfacing J ✓ 17 City of Glendale J ✓ ✓ 17 'LACMTA-I-5 HOV ✓ ✓ 18 City of Pico Rivera J ✓ J 18 Westfield-The Village Offsite ✓ J ✓ 19 City of Signal Hill I ✓ J 19 City of Corona-Line 52 ✓ J J 20 City of Cypress ✓ .1 J 20 City of Whittier-Beverly Blvd. I I I 21 San Gabriel Valley Council of Governments I J J 21 City of Norwalk-Foster Road ✓ ✓ ✓ 22 County of Orange ✓ ✓ ✓ 22 City of Irwindale-Live Oak ✓ ✓ ✓ 23 "Caltrans District 4 J J 23 City of Pico Rivera-Bikeway ✓ J ✓ 24 'Caltrans District 7 ✓ ✓ 24 City of Signal Hill-Spring Street ✓ I I 25 *Caltrans District 8 ✓ ✓ 25 City of Downey-Imperial Hwy. ✓ I I 26 `Caltrans District 11 ✓ J 26 City of Downey-Stewart&Gray J ✓ ✓ 27 `Caltrans District 12 ✓ ✓ 27 City Burbank-Street Pavement ✓ J J 28 'County of Los Angeles ✓ J 28 City of Burbank-Minor Concrete J ✓ J 29 *RCTC I I 29 "SBCTA-I-10 J ✓ 30 *County of San Diego ✓ ✓ 30 `SBCTA-I-15 I I PM:Project Management;CM:Construction Management;CI: Construction Inspection 'As a subconsultants ©©`_. Page 5 ('()N c U I.T A N T S 737 On-Call Construction Management, Materials Testing, 1, � '; '• `r And Inspection Services FIRM'S RELEVANT EXPERIENCE AND REFERENCES FCG Consultants has a strongtrack record of successfullymanaging a wide range of municipal projects. We specialize in 9 9 9 P P l P all phases of project delivery, including pre-construction, construction oversight, and project closeout, ensuring that each project is completed on time, within budget, and in alignment with the City's objectives. Our deep expertise in regulatory compliance, funding requirements, and community engagement allows us to effectively address the unique needs of the City of Cerritos. Below is a selection of similar projects we have successfully completed over the past decade, highlighting FCG's ability to exceed the City's expectations and demonstrating the expertise of our Project Manager, Mr.AB Fakhouri. City of Burbank Construction Management and Inspection Services for Various CIP Improvements Duration: (2016-2021)and (2022-Ongoing)-Project Manager:AB Fakhouri, PE, Construction Inspector: Majed Moussa Contact: Mr. Artin Megerdichian, Senior Engineer(818)238-3915; amegerdichian@burbankca.gov FCG Consultants provided the City of Burbank with Construction Management and Inspection services for the City's CIP Program since 2016. Our Project Manager/Construction Manager AB Fakhouri, PE, successfully assisted the City during all phases of a project, to include pre-construction, procurement, construction and/or closeout phases. FCG have worked on various task orders for Street Resurfacing/Overlay, Slurry Seal projects, Concrete (Curb & Gutter, Sidewalks, ADA Ramps), Underground Utilities, Traffic Signal Installations, Landscape/Park Improvements, and SWPPP Inspection. City of Downey On-Call Public Works Construction Management and Inspection Services Duration: (2018-2023, and 2024-Ongoing)-Project Manager:AB Fakhouri, PE; Construction Inspector: John Spath Contact: Mr. Edwin Norris, PE, Deputy Director of Public Works; (562)904-7110; enorris@downeyca.org FCG Consultants has been providing the City of Downey with Construction Management and Inspection services since. With Our Project Manager/Construction Manager AB Fakhouri, PE, FCG have delivered various projects including Street Resurfacing, Large SlurrySeal projects, Concrete (Curb & Gutter, Sidewalks, ADA Ramps), Under round Utilities, Traffic 9 9 9 Signal Installations, Landscape/Park Improvements, and Stormwater(SWPPP) Inspection. City of Anaheim Consulting Support Services Duration: (2021-Ongoing)- Project Manager:AB Fakhouri, PE; Construction Inspector: Don Lewis Contact: Ms. Michelle Lee;Associate Engineer; (714)765-4922; miclee@anaheim.net FCG Consultants was granted a 2-year extension to provide the City of Anaheim with Project Management/Construction Management and Inspection services to support the City's Construction Services Division's (CSD). The services include Capital Improvement Projects, Facility and System Maintenance, Rehabilitation Projects, and Private Developing Projects. ©© Page 6 CONSULTANTS 738 `;111, On-Call Construction Management, Materials Testing, 1`. � E And Inspection Services City of Irwindale On-Call Engineering Support and Inspection Services Duration: (2019-2022) &(2022-Ongoing)-Project Manager:AB Fakhouri, PE, Construction Inspector: Casey Morales FCG Consultants provided the City of Irwindale with Project Management / Construction Management and Inspection services to support the City's CIP program. The services include Capital Improvement Projects, Facility and System Maintenance, Rehabilitation Projects, Private Developing Projects, and various Permit Projects. City of Carson On-Call Construction Management and Inspection Services for Capital Improvement Projects — Duration: (2023-Ongoing)—Project Manager: AB Fakhouri, PE, Construction Inspector: Gary Foster Contact: Ms.Azita Fakoorbayat, City Engineer, (949) 322-2599; afakoorbayat@carsonca.gov. FCG Consultants provide the City of Carson with Construction Management and Inspection services for the City's various land development projects. FCG has completed projects that included parks, community center, and various roadway projects. City of Ontario On-Call Project Management Services Duration: (2024-Ongoing); Construction Manager: Fabian Aoun; Office Engineer/Labor Compliance: Jasmine Fakhouri Contact: Ms. Yesenia Lopez,Assistant Engineer; (909)395-2103; ylopez@ontarioca.gov FCG Consultants currently provide the City of Ontario Project Management and Construction Management Services on various water/wastewater projects, and various roadway/electrical projects. City of Cypress On-Call Construction Management/Engineering Support I Testing and Inspection Services Duration: (2024-Ongoing); Construction Manager: Raymond Velasco, PE; Construction Inspector:Anthony Moussa Contact: Mr. Daniel Co, PE,Assistant City Engineer; (714) 229-6756; dco@cypressca.org FCG Consultants currently provide the City of Cypress Construction Management and Inspection services for various task orders for various CIP projects. San Gabriel Valley Council of Governments As-Needed Construction Management Services Duration: (2024-Ongoing); Project Manager: AB Fakhouri, PE, Construction Manager: Fabian Aoun, PE; Construction Inspector: Don Lewis, Office Engineer/Labor Compliance: Jasmine Fakhouri Contact: Mr.John Beshay, PE, Sr. Project Manager; (626)862-6884;jbeshay@sgvcog.org FCG Consultants is currently providing SGVCOG Construction Management and Inspection Services on various projects. Most notably San Antonio Blvd at Grade Crossing Improvements in the City of Pomona. ©. G Page 7 CO N S U L T A N T S 739 _t, ,r On-Call Construction Management, Materials Testing, ''fir: And Inspection Services PREFFERED STAFFING ORGANIZATIONAL CHART FCG's organizational structure for the City of Huntington Beach on-call services ensures streamlined communication, effective oversight, and accountability at every project phase. Our team includes experienced Construction Managers, Schedulers, Q/A Materials Testers, and Construction Inspectors with expertise in civil improvements, ADA compliance, Electrical, Specialty Inspection, stormwater systems, and traffic signal work—key areas for the City's infrastructure O ,On ACKNOWLEDGEMENT Subconsultants 9'.,-"_• ?ate• The key personnel proposed for this project will PMCS—PMCS Group,Inc. 'lcf o ``�` be available to the extent proposed for the SAMSA—SAMSA Engineering,Inc. `'0yT' '' duration of the required services. G3—G3 Quality(Materials Testing) No person designated as key" "will be removed or replaced without the prior written concurrence SEG—Specs Engineering City of Huntington Beach of the City of Huntington Beach UMP—UM Planning Public Works WC-Woodard&Curran Senior Project Manager AB Fakhouri,PE,QSD/P Construction Inspectors Construction Managers Electrical Inspectors Tyler Haddadin, PE AB Fakhouri, PE Anthony Moussa Anthony Moussa Raymond Velasco,PE Casey Morales Shanton Rangi Fabian Aoun,PE Bill Fernandez John Spath Kal Lambaz Leon Fuentes Majed Moussa Don Lewis Ray Fakhoury,PE"`c Moji Shahkarami Ghassan Hadar PMCS Mark Korando Jeffery Nguyen Raymond Delgadillo PMCS Timmy To Mouthanna Haddadin Samar Saad,PE SAMSAGary Foster Orlando Nova Pr.1cs Samar Saad,PE SAMSA Jose Burbano SEG Don Lewis Mark Korando Talal Alfakhouri ' Casey Morales Constructability Reviewers Water I Wastewater Inspection James Bonelli Raymond Velasco,PE John Spath '• David Alcala Fabian Aoun,PE Mark Korando Gary Foster Kal Lambaz Bill Fernandez Hector Hernandez FMCS Matt Stepan,PE William Hunter Touffic Semaan Pr,4GS Malcom Weatherbie 4 Q/A Materials Testing Schedulers ;s OE I Labor Compliance G3 Quality Staff Ga Cesar Vasques Y Jasmine Fakhouri,EIT 5, Brian Ghajar LIMP Lourdes Cagner ;' Hajir Soltantabar um' Majed Moussa Mans'Desai SAMSA ®© Page 8 CONS U LTA NT% 740 /0/044 On-Call Construction Management, Materials Testing, � ,-' • And Inspection Services UNDERSTANDING AND METHODOLOGY PROJECT UNDERSTANDING The City of Huntington Beach anticipates a constant volume of capital improvement activity over the next three years.These projects span a wide range of infrastructure and facility improvements, including—but not limited to—pump and lift stations, pipelines,curb and gutter, sidewalks, traffic signals, road rehabilitation, and bridge retrofits, as well as vertical construction at public buildings such as fire stations,police facilities,community centers,and libraries.The City seeks qualified consultant teams capable of supporting these efforts through on-call construction management, inspection, and materials testing services. FCG Consultants Inc. (FCG)fully understands the City's objectives of delivering these improvements efficiently,safely, and in compliance with applicable standards and funding requirements. Our team is prepared to provide immediate, scalable support that integrates seamlessly with City staff throughout the project lifecycle. Key elements of our understanding include: Multi-Disciplinary Support for Diverse Types:The City's anticipated portfolio includes both horizontal and vertical p rY pp ProjectYP Y p construction projects, each with unique regulatory, permitting, and technical requirements. FCG is well-versed in applying Caltrans Standards,the Greenbook,Local Assistance Procedures Manual(LAPM),and the California Building Code(CBC). We bring the staff expertise necessary to oversee a wide array of public works and facilities-related scopes. Construction Management Across Multiple Delivery Models: In addition to traditional Design-Bid-Build delivery,the City intends to utilize Design-Build(DB)and Progressive Design-Build (PDB)methods. FCG has successfully supported DB and PDB projects, including early-phase constructability review, contractor-designer coordination, collaborative risk mitigation, and schedule control. Responsive Task Order Delivery: Each assignment issued under this on-call contract will require rapid mobilization, detailed scope execution,and consistent communication. FCG is equipped to deliver comprehensive CM services including preconstruction meetings, daily inspection and documentation, labor compliance monitoring, stakeholder coordination, RFI/submittal tracking, change order review, and final closeout. Integration with City Tools and Systems: FCG will actively utilize the City's Virtual Project Manager (VPM) platform to maintain accurate project records, update logs, and facilitate transparent progress reporting. We are familiar with Excel- based databases, field reporting platforms,and project controls compatible with City standards. Materials Testing in Compliance with City and Caltrans Standards: Our materials testing partners are fully certified and equipped to conduct field and laboratory testing in accordance with Caltrans QAP, ASTM, and other applicable specifications. All test results will be logged, reported, and certified by qualified staff, with non-compliance issues reported within 24 hours. ®© Page 9 CONSULTANTS 741 On-Call Construction Management, Materials Testing, t III 1 -'=� And Inspection Services Labor Compliance Oversight: FCG routinely provides labor compliance support across a range of publicly funded projects. Our staff monitors certified payroll,conducts field interviews,and ensures adherence to prevailing wage, Davis-Bacon, and DIR regulations. Final compliance reports are delivered at project closeout. Public and Stakeholder Interface: Many City projects will impact surrounding communities, facilities, and businesses. FCG maintains an "open door" communication policy and is experienced in addressing public inquiries, documenting resolutions, and coordinating with City staff to minimize disruptions. FCG recognizes the importance of maintaining project momentum, managing risks proactively, and delivering high-quality outcomes across a range of task orders. We are committed to supporting the City's goals through technical excellence, transparent reporting, and responsive service APPROACH TO MANAGING PROJECTS Successful Project Delivery Our team staff works diligently to perform the contractual work, as well as the individual task orders, and to deliver the final product at or above the City's expectations, every time. In addition to hiring the best and the brightest in the industry, we provide internal training for each employee. From inspection, safety, SWPPP, office engineering, labor compliance, to materials testing and more, we provide continued training and support in every area of a team member's career. Partnering Staff augmentation is very important to many public agencies for various reasons, including lack of funding for procurement of agency staff, and/or the immediate need based on the number of projects or the funding. In many instances there may be a combination of reasons why public agencies refer to procuring on-call contracts that produce a level of comfort through hiring outside agencies. Management On-call contracts can be very dynamic in nature.As projects surface for construction, so does the need for additional staff. FCG understands that a well-defined communication plan with the agencies can achieve better results. As the need for additional staff increases, our responsiveness to meet the needs is imperative for the success of the project. Responsiveness to immediate and/or planned need for staffing is key since the need may not always be planned. Effective Communication FCG has equipped our field staff with laptops, air cards, and smart phones to perform the work and stay connected. These tools provide access to necessary online resources and allow our field staff to work efficiently and communicate with all project staff. In addition,we utilize Dropbox to supplement our SharePoint electronic files.Our PM will provide a daily status, to include issues and photos,to the City of La Habra. ®© Page 10 CONSULTANTS 742 ; On-Call Construction Management, Materials Testing, And Inspection Services Quality FCG understands the need, as well as the procurement process, for agencies to always staff projects and at many levels. FCG will not undermine quality at any price; in fact, our work is completed with high regard to safety, quality, time, budget, and with little to no impact on the environment. METHODOLOGY&WORK PLAN The following is an extensive,though not exhaustive, list of all the capabilities FCG offers in relation to construction management and inspection services. The FCG team has extensive experience managing construction projects and will take this experience and our methodology and use it to bring successful project completion. We will conduct the work according to our methodology as follows: SCOPE OF WORK FCG has successfully worked with many public works projects in Southern California implementing the LAPM and FHWA guidelines. FCG will administer the construction contract by City of Huntington Beach guidelines, and we will utilize the LAPM, Chapter 16, and will use all applicable forms including some from the Caltrans Construction Manual for the project documentation. In addition, FCG has worked with many contractors and has developed strong working relationships based on trust and respect.The FCG team has the experience and capability of communicating and partnering with the Contractor and their subcontractors. The FCG team will maintain a professional and respectful relationship with the Contractor staff continuously. FCG specializes in construction management and coordination of various specialty projects. Following is the technical approach we will take to complete this effort on time and on budget. PRE-CONSTRUCTION a. The FCG Team will provide Bidding Services and Bid Review and Analysis: Our Bidding Services encompass a meticulous process of receiving and scrutinizing all incoming bids, bid bonds, insurance certificates, and associated submissions. This comprehensive review is conducted with a focus on ensuring accuracy, completeness, and adherence to project requirements. i. Qualification Assessment: We actively engage in the critical task of assisting the City in the selection of a qualified bidder. This involves a detailed evaluation of each bid to determine the bidder's suitability and ability to fulfill the requirements successfully. ii. Error and Inconsistency Identification: Our team is committed to identifying any errors or inconsistencies in bid calculations or submittal packages promptly. This proactive approach involves a vigilant examination of the bid documents, bid bonds, and insurance certificates. Any discrepancies observed are meticulously documented and reported immediately to the Project Manager. ©© G Page 11 CON SLULTA NTS 743 ' ', On-Call Construction Management, Materials Testing, And Inspection Services iii. Real-time Reporting:Recognizing the urgency and importance of swift communication,our Bidding Services include real-time reporting to the Project Manager. In the event of identified errors or inconsistencies,our reporting ensures that corrective actions can be taken promptly, minimizing any potential impact on the bidding process. iv. Collaborative Problem Resolution: In instances where errors or inconsistencies are detected,our team collaborates closely with the City and relevant stakeholders to facilitate prompt problem resolution. This collaborative approach is integral to maintaining the integrity of the bidding process and ensuring that qualified bidders are selected with confidence. v. Continuous Improvement:As part of our commitment to excellence, we actively seek opportunities for continuous improvement in our bidding services. Feedback loops are established to capture insights and lessons learned from each bidding process, contributing to an ongoing enhancement of our procedures, and ensuring a refined and efficient bidding experience for future projects. b. NTP and Move-In Period-Once the construction contract is approved,we will discuss the Project move-in period and start of construction with the Contractor. Once this discussion is complete, we will recommend to the City the issuance of NTP and establish the date of the first chargeable working day.This is recommended to maintain the Project schedule and provide the Contractor ample time to obtain permits and submit all necessary submittals prior to the start of construction.A 20-day move-in period is recommended because it allows sufficient time to review submittals,especially for long lead items. c. Project Records& Filing System—FCG's CM and Office Engineer will establish and maintain a filing system in hard copy as well as electronically, using the Caltrans Construction Manual as a guideline to ensure compliance with FHWA requirements. FCG typically utilizes the Caltrans filing system on all projects.All hard copy files will be scanned as PDF files and stored digitally on a server with a filing structure duplicating the hard copies. Additionally, FCG's Office Engineer will upload the electronic data documentation to the City's on-line file directory. Submittal and RFI logs will be kept and tracked according to when they are received from and returned to the Contractor together with their approval or response status. Materials releases and certificates of compliance will be kept in the appropriate Caltrans filing categories and materials summary sheets will be developed to keep a running total of materials implemented for the Project. d. Pre-Construction Meeting - Once the NTP is issued, the FCG team will coordinate the pre-construction meeting by preparing a list of attendees, including, but not limited to, the Contractor, Designer, City, and utility companies (as applicable). Prior to the meeting, the CM will prepare for the City's review an agenda that identifies the following: documents required from the Contractor for supervision and safety, certified payroll requirements, materials sampling and testing criteria,and certificates of compliance for all materials.Following the meeting,attendees will receive meeting minutes, including a sign-in sheet,for their records. Page 12 ,O N S U I.T A N T S 744 On-Call Construction Management, Materials Testing, And Inspection Services DURING CONSTRUCTION Project Management Our goal as the Project Management and Construction Management consultant is to successfully deliver projects on time, within budget, and according to plans and specifications.The tables below briefly list the construction management services provided by The FCG Team: Provide support to the Director or Designee to administer the CWA; assist with interpretations and notices Work with City staff to discuss, develop solutions and resolve issues of concern Facilitate the orderly settlement of labor disputes and grievances without strikes or lockouts Monitor relations between unions and contractors; maintain grievance documentation Monitor contractors' compliance with worker utilization goals and work with contractors to meet or exceed goals; work with local organizations to support worker utilization goals Collect, analyze, and maintain files related to the CWA, including, but not limited to, Letters of Assent,evidence of core worker qualifications, veteran status, and workforce compliance Provide CWA status update reports for each project, as directed by City staff The Consultant shall also monitor and enforce labor compliance requirements, unless otherwise directed by the City, including, but not limited to: Development of labor compliance administration structure and program implementation Monitor and enforce compliance with the California Labor Code, the California Code of Regulations, and if applicable, the Davis-Bacon and Related Acts Visit project construction sites to conduct labor compliance interviews, and if federal, Equal Employment Opportunity (EEO) interviews and observations Work with contractors and subcontractors who are delinquent with prevailing wage requirements toward prompt resolution Process, investigate, resolve, and recommend referral to the State Labor Commissioner when wage violations occur; recommend withhold of contractor payments as necessary G„ Page 13 CONSULTANTS 745 On-Call Construction Management, Materials Testing, And Inspection Services CONSTRUCTION MANAGEMENT Construction Management Services Conduct a pre-construction meeting and bi-weekly construction meetings with the contractor, the City, and all other involved parties. Prepare and distribute meeting agendas and minutes. Manage and coordinate all aspects of the project including coordinating with City staff, multiple contractors, agencies, and project stakeholders. Prepare Weekly Status Reports and Statements of Working Days. Coordinate design changes with the Engineer of Record. Participate in field meetings and document issues, findings, directions, changes, etc., and develop solutions. Prepare, monitor, and update the construction schedule. Prepare change orders in the City's standard format. Maintain a record of accounting costs including approved change orders. Review payment requests, make payment recommendations, and prepare progress payments in the City's standard format. Review and coordinate the approval of shop drawings with the design consultant. Review and approve materials submittals. Log, track, and process submittals, Requests for Information (RFIs), Requests for Changes (RFCs), Contract Change Orders (CCOs), field directives, Notices of Potential Claims(NOPCs), Non-Conformance Reports(NCRs), construction schedules, and detailed traffic control plans. Provide the City with As-Builts and electronic sets of drawings at project completion. Monitor materials documentation and testing results as well as enforce corrections. Conduct labor compliance per LAMP requirements. Maintain project files per LAMP guidelines. Review and approve the contractor's safety program and traffic control plan. Review and respond to all RFCs. Process all project documentation per City and Caltrans guidelines. Perform a constructability review of the 100% plans, specifications, and estimates. Prepare cost estimates. Verify contractor conformance with the City's Community Workforce Agreement(CWA). 1. Coordination a. Utility Coordination—Coordination with third-party utilities holds a high risk of potential schedule delay. As a first order of business,our CM will work closely with all utilities, and the Engineer of Record to develop a comprehensive list of utilities and elements that will require protection prior to construction. Utility requirements and durations will then be incorporated into the Special Provisions. b. Project Coordination — Our Team is highly qualified to effectively manage these Projects as they have on numerous similar Projects in the past. They will act as the prime point of contact between the Contractor, the City, ©© Page 14 ('()N C U LTA N T S 746 =�;i —Er On-Call Construction Management, Materials Testing, rJ And Inspection Services and the utility companies. FCG's CM will ensure coordination with property owners adjacent to the Project right-of- way to develop timely communication regarding the pre-condition survey,during construction,and post construction activities. 2. Submittals—The FCG team will provide the Contractor a list of submittals as per the Special Provisions,then perform a thorough, comprehensive review and approval of the Contractor's submittals. We will work closely with the City to determine which submittals the design consultant will review, and which will be reviewed by the FCG team.A Submittal Log will be developed, maintained, and tracked according to when they are received and returned to the Contractor and a copy will be included with each transmittal and at the weekly meetings. Materials releases and certificates of compliance will be kept in the appropriate filing categories, and materials summary sheets will have a running total of materials used on the Project. Anticipated submittals include, but are not limited to, baseline schedule, and WPCP. 3. Requests for Information — Our CM will coordinate with the Contractor to submit all questions as Requests for Information (RFD. All RFIs will be reviewed and responded to in coordination with the City and the Design Team to ensure proper protocol is followed and sufficient information is relayed to the Contractor in response to each RFI. The Office Engineer will maintain a log and will provide it to all weekly progress meeting attendees. 4. Safety Enforcement—The FCG team is thoroughly familiar with California Construction Safety Orders (Cal-OSHA) and traffic control practices as specified in the Work Area Traffic Control Handbook (WATCH Manual), as well as the Manual of Uniform Traffic Control Devices (MUTCD). The Contractor will be required to prepare and submit a Safety Plan for its operations.The Safety Plan will be reviewed by the CM and the FCG team. Deficiencies will be noted, and upon correction,the plan will be approved. 5. Project Progress and Payment The FCG team will work with the City to review the baseline schedule, look for issues, and make recommendations to the City as appropriate. Such recommendations will be based on logic and a realistic schedule. Our CM will propose enhancements based on sequence, number of working days, milestones, and key dates to ensure the development of an efficient and well-managed Project. The team will prepare independent monthly estimates for the Project duration, monitoring both the Project and contingency budgets. Our report to the City will include the amount paid to Contractor to date,amount previously paid to Contractor,percent complete of each bid item,executed change orders,and retention withheld from each pay estimate. Our intent is to keep the City fully informed of the financial status of the Project. a. Pay item quantities will be measured daily and documented in the daily reports. b. Quantity Sheets will be prepared with each pay estimate,with backup calculations. c. Change orders will be prepared and monitored,costs independently estimated and verified, and work documented daily in a separate daily diary with tentative agreements(if force account(T&M)). d. Our tracking system includes costs,includingsupplemental work and furnished materials. ©©F .' _ Page 15 C()N S LI LTA N T% 747 rim On-Call Construction Management, Materials Testing, And Inspection Services e. The FCG team will produce and analyze schedules from the perspective of the owner and contractor to ensure timely or early completion of the Project.We will ensure Contractor compliance with the requirements of the monthly schedule updates as required in the special provisions and will closely monitor the critical path to avoid delays and subsequent consequences.Our analysis of the Contractor's schedules will be done on a weekly basis in conjunction with Inspector's daily diaries, meeting minutes, submittal logs, and other Project records. This schedule analysis approach will provide the City with notice of any potential delays prior to issuance by the Contractor to allow time for an appropriate response. FCG will enforce the scheduling requirements in the Special Provisions, which will be key to placing the City in a positive position in case of claims. It is recommended that the Special Provisions require the Contractor to submit Time Impact Analysis (TIAs), together with costs for any change orders, to include time requirements of when cost proposals are due. f. Our CM will prepare and submit a monthly budget report to the City's management with an accurate status of the Project budget and schedule. This report will contain, but not be limited to, schedule status updates, work operations, submittals, RFI and change order logs, and Project issues. 6. Contract Change Orders and Claims The FCG team will assist the City in controlling the costs of the Project and the factors that may escalate Project costs. Upon submittal, Contractor's change requests will be reviewed for merit. We will hold the Contractor to provide the items in the scope of work bid, without generating unnecessary charges to increase the Project cost. The FCG team's PM/CM will work with the City's Project Manager to establish levels of financial authority from the Project Manager up the chain of commands to provide guidelines for change authorization. FCG will approve CCO's as agreed upon by the City. a. Cost Estimating and Scheduling-All change orders will be estimated independently of the Contractor's proposed cost prior to approval by our CM and submitted for approval to the City. We will comply with the Caltrans Construction Manual and LAPM. The FCG team is comprised of highly qualified scheduling and claims avoidance experts that will analyze and produce schedules from the perspective of an owner and a Contractor. Our experts will ensure the Contractor is complying with the requirements. Our approach includes, but is not limited to, weekly analysis of schedules, Inspector's daily diaries, meeting minutes, and Project files to provide the City notice of any potential delays. b. Claims Avoidance and Mitigation - The FCG team's renowned claims division and our claims experts have a proven track record with Caltrans and other public agencies on similar projects. We will monitor all site records of events, labor, materials, and equipment for potential claims or delay issues. This data will be essential when analyzing a Contractor's claim. Our team will address every issue that will contain all relevant RFIs, change orders, ©© Page 16 CONSULTANTS 748 ra,`, On-Call Construction Management, Materials Testing, '-� ` And Inspection Services correspondence, pictures, Inspector's dairies, cost analysis, and schedule analysis. Our objective will be to minimize misunderstandings by providing clear and concise analysis of all major Project issues. c. Project Records and Filing System - FCG's CM and Office Engineer (OE) will establish and maintain a filing system in hard copy as well as electronically, using the Caltrans Construction Manual as a guideline to ensure compliance with FHWA requirements. FCG typically utilizes the Caltrans filing system on all projects.All hard copy files will be scanned as PDF files and stored digitally on a server with a filing structure duplicating the hard copies. Additionally, FCG's OE will upload the electronic data documentation to the City's on-line file directory. Submittal and RFI logs will be kept and tracked according to when they are received from and returned to the Contractor together with their approval or response status. Materials releases and certificates of compliance will be kept in the appropriate Caltrans filing categories, and materials summary sheets will be developed to keep a running total of materials implemented. d. Partnering -The FCG team is a firm believer in partnering and has actively participated in partnering sessions on numerous past projects. We will again accept responsibility for coordinating partnering sessions for the Project team, including planning with the City's preferred Partnering Facilitator. e. Quality Assurance Program - The FCG team's extensive Caltrans experience, beginning with the CM, Design Review team, and carrying through our field personnel, will ensure the requirements of the Caltrans Quality Assurance Program Manual are met. Each of our proposed staff for the Project possess years of recent Caltrans construction experience. f. Labor Compliance and Certified Payroll - FCG's OE will verify Contractor and subcontractor labor compliance during the Project,including non-working days.This includes reviewing certified payroll records for compliance with Davis-Bacon prevailing wage and overtime requirements. Our field personnel will conduct employee interviews to ensure the actual wages meet the stated wages on the certified payroll. If necessary, we will notify the Contractor of any issues and follow through until the issues are resolved. G Page 17 C O N S U L T A N T S 749 On-Call Construction Management, Materials Testing, And Inspection Services CONSTRUCTION INSPECTION Construction Inspection Tasks 1. Become familiar with and review plans, specifications, construction-related documents, traffic control plans, construction schedules,construction sequences, and other agency permit requirements. 2. Photograph, log, and pre-work video prior,during,and after construction. 3. Attend pre-construction meetings and present special concerns, if any. 4. Interpret plans, specifications, and regulations and ensure the Contractor is following their contract. Provide inspections to ensure the Project is constructed accordingly. 5. Direct and notify the Contractor about non-compliance and correct issues upon discovery. 6. Maintain daily diaries, photographs, and video(as needed) reflecting site and weather conditions,traffic control measures, labor,equipment and materials, quantity of work,and major incidents/safety violations. 7. Review construction progress schedules regularly. Verify schedules coincide with Project milestones, identify deviations, and ensure corrective actions are taken to bring projects back on schedule. 8. Provide measurements and calculations for progress payments and make recommendations for payments. 9. Review soil compaction and materials testing certifications of compliance. 10. Ensure the Contractor does not install materials without approved material testing certifications. Any failed tests shall be reported, and the Contractor directed to take corrective action. 11. Monitor the Contractor's utility coordination to minimize utility conflict delays and potential need for relocations. 12. Attend progress meetings to communicate, coordinate,and resolve any jobsite issues or problems that may arise. 13. Conduct field construction employee interviews to comply with the Federal and Davis Bacon Act. 14. Coordinate access to adjacent businesses and residents during construction with the Contractor. Coordinate mitigation of construction impacts with the Contractor, City, and other agencies. 15. Provide inspection of traffic control, channelization, and all other traffic-related work. 16. Ensure conformance with plans, specifications, applicable laws, and codes. 17. Observe construction safety, public safety, and convenience,and report issues to the City and Contractor. 18. Monitor compliance with the City's National Pollutant Discharge Elimination System(NPDES)Permits and requirements,as well as all other local,state,and federal laws and regulations. 19. Inspect for compliance with the Project SWPPP Program including monitoring QSP and/or QSD duties as outlined in California State Water Resources Control Board, Storm Water General Permit and contract. 20. Monitor compliance with the City's Construction Demolition and Recycling Ordinance. 21. Maintain data for change orders,time of dispute,time of notification by the Contractor, and action taken. 22. Ensure the Contractor submits certified payroll reports with monthly progress payment requests. Review reports for compliance with federal and state prevailing wage regulations. 23. Prepare and transmit to the Contractor all Project-related correspondence. All correspondence sent to and received from the Contractor shall be copied and transmitted to City. 24. Coordinate the preparation and submittal of as-built plans to the City upon project completion. 25. Prepare a preliminary and final punch-list and follow through until completion. ©© Page 18 C O N S U LTA N 7 ti 750 Er ' `\i On-Call Construction Management, Materials Testing, And Inspection Services We have provided a knowledgeable,experienced,and proactive construction administration team with dedicated individuals in each discipline. Moreover, the construction administration team will seamlessly act in a coordinated fashion alongside the City on these Projects. Field Staff Roles & Responsibilities—The FCG team field personnel proposed for the Projects can perform more than one role on any project and can assist each other when needed. This provides efficiency for the City, as the FCG team possesses the versatility and technical knowledge of multiple aspects of civil and traffic signal construction. Examples of this include our CM, design review team, and the Inspectors who are well-versed in assisting with inspection as necessary. Our proposed team members are cross-trained and well diversified in the work and can all cover each other's work and duties as well POST CONSTRUCTION The FCG team will provide the appropriate level of inspections to ensure all punch-list work is completed, safety issues are resolved, final acceptance of the contract is granted, and all necessary paperwork and reports are completed to the standards of the City. The FCG team will assist the City with completing all the close-out forms per Chapter 17 of the Caltrans Local Assistance Procedures Manual, provide the City with hard and electronic copies of the project files, and all materials recorded after acceptance. a. Punch List—The punch list will be a living document throughout the life of the Project and the Contractor will always be informed as to the progress to avoid dealing with a long list at the end of the Project. The inspection team will work to eliminate deficiencies and minor problems clean up as the Project progresses. Our PM will arrange a walkthrough with the Contractor and the City, including, but not limited to, construction, maintenance,traffic, landscape, and safety. Once the field walkthrough is complete and work is approved, Project acceptance and sign off on the project will be completed. b. Project Files&As-Builts—As each of the Project elements are completed, we will perform complete contract close- out activities, including a final walkthrough with City staff, followed by a punch list per standards. These activities will include, but are not limited to, verification of work completion for each respective contract, final payment processing, and resolution of all open change orders. The FCG team will deliver a set of Project records that will be complete and accurate.We will work with the Contractor to maintain current redline mark-ups to the dedicated set of Project plans as the work is completed. c. Final Reports—The FCG team will certify completion of the Project and recommend to the City final acceptance be issued to the Contractor when all punch-list work is completed, and all issues and Project walks are signed off by the City. Finally, all as-builts will be inventoried and verified completely prior to final acceptance and recommendation of final payment to the Contractor. Per the Chapter 17 of the Caltrans Local Assistance Procedures Manual, some of the final reports to be completed are as follows: ©© 2i: Page 19 CONSULTANTS 751 iIl -,#40-4i <, On-Call Construction Management, Materials Testing, f And Inspection Services • Proposed Final Pay Estimate:This pay estimate is presented to the Contractor to reconcile payments for final work items and change orders and does not include retention. • Final Pay Estimate:This final pay estimate includes retention release to zero out the account. • Final DBE Report: This report acknowledges receipt of all documents pertaining to the DBE goal. • Final Labor Compliance Report:This report acknowledges receipt of all certified payroll with no issues. • Final SWPPP Report: This report certifies final completion and acceptance of SWPPP and measures. • Permit Closing: This report can be in the form of an email or a specific City document saying that all permits are closed, and no work can be done on the project. • Notice of Completion: This report acknowledges completion and acceptance of the project. • Release from Maintenance: If needed,this report relieves the Contractor from maintenance on specific facilities exposed to the public as the project is completed and accepted. MATERIALS TESTING FCG Consultants, Inc.,in partnership with G3 Quality,Inc.,offers a full range of construction materials testing services to support the City of Huntington Beach's capital improvement projects. G3 Quality is a Caltrans-certified and AASHTO-accredited materials testing laboratory with a strong reputation for delivering accurate, timely, and code- compliant testing services for public infrastructure and vertical construction projects throughout Southern California. G3's experienced, certified technicians perform field and laboratory testing in accordance with Caltrans Standard Specifications,ASTM standards, and the City's Quality Assurance Program(QAP). Services include: • Soil compaction and density testing (ASTM D1556/D2922) • Concrete sampling, slump testing, and compressive strength testing (ASTM C39) • Asphalt and aggregate quality testing • Rebar placement and reinforcement inspection • Structural steel,fireproofing, and MEP system verification • Non-destructive testing and field welding inspection (as needed) Test results are documented in detailed reports that clearly indicate conformance or non-conformance with specifications. All results are reviewed by qualified staff, signed by a California licensed engineer, and promptly communicated to the project team with non-compliant findings reported within 24 hours. With a proven track record of support on municipal and Caltrans-funded projects, G3 Quality brings a high level of technical precision,responsiveness, and local expertise that aligns with the City's standards.Their capabilities ensure quality assurance and regulatory compliance throughout the lifecycle of each task order. ©© Page 20 CO NSU LTA NTS 752 4f' On-Call Construction Management, Materials Testing, And Inspection Services ��aexnc TEAM RESUMES A.B. FAKHOURI, PE,QSD 1 QSP Sr.Project Manager Mr. Fakhouri is a California-licensed Professional Engineer, and a former Caltrans District 7 Resident Engineer with more than 27 years of hands-on experience in project and EMIconstruction management, resident engineering,inspection, and contract administration. He plyhas managed a wide range of infrastructure projects, including on-call Capital ImprovementPrograms (CIP), federally funded contracts, and projects for state agencies and local municipalities. His work spans street and bridge improvements, electrical and signal systems, traffic signal Education synchronization, stormwater infrastructure, water and wastewater systems, drainage M.S. Civil Engineering, CSULB improvements, and ADA compliance upgrades. Mr. Fakhouri brings a practical, detail- B.S. Civil Engineering, CSULB oriented approach to every project,ensuring quality,regulatory compliance,and coordination Licensing across multiple stakeholders. PE License#C60844 He is especially experienced in managing contracts, navigating federal, state, and local requirements,and overseeing field teams to ensure work meets project plans and specifications. His depth of experience and proactive management style have contributed to the successful delivery of many complex public infrastructure projects throughout California.The following are few examples of his Project Management experience. RELEVANT EXPERIENCE On-Call Projects Experience City of Carson On-Call Construction Management and Inspection Services for Capital Improvement Projects City of Ontario On-Call Project Management Services City of Pico Rivera On-Call Construction Management and Inspection Services City of Signal Hill On-Call Project Management and Construction Management Services City of Cypress On-Call Construction Management I Engineering Support/Testing and Inspection Services San Gabriel Valley Council of Governments As-Needed Construction Management Services City of Bellflower On-Call Construction Management & Inspection Services for Federal/State/Local Funded Public Works Projects City of Anaheim Consulting Support Services City of Irwindale On-Call Engineering Support and Inspection Services City of San Fernando On-Call Engineering Services—Construction Management and Construction Inspection Services City of Downey On-Call Public Works Construction Management and Inspection Services City of Culver City General Public Works On-Call Engineering Services City of Corona On-Call for Construction Management and Inspection Services City of Burbank Construction Management and Inspection Services for Various CIP Improvements City of Irvine On-Call for Project Management,Construction Management,Contract, and Inspection Services Federally Funded Projects Experience 1.151 Main Street Improvement Project/Caltrans District 8!City of Lake Elsinore Princeton Ave. (Old SR-118) Improvements Project/Caltrans District 71 City of Moorpark Telegraph Road Safety Enhancements Project/Caltrans District 71 City of Downey I-6051Live Oak Avenue Ramp Widening&Improvements Project I Caltrans District 7 I City of Irwindale Firestone Boulevard Bridge Replacement Over San Gabriel River!Caltrans District 71 City of Norwalk, Downey Jamboree Bridge Widening/SR-73/Caltrans District 12/City of Newport Beach c o n s C! r n NI, 753 1' On-Call Construction Management, Materials Testing, ' — ' And Inspection Services FABIAN AOUN,PE Project Manager/Construction Manager Mr.Aoun has over 10 years of experience in design and construction on a number of projects for government agencies.As an Engineer at a local municipality and a designer in the private ©©Frill .; sector, Mr. Aoun has worked on a variety of public works projects including roadway CONSULTANTS rehabilitation,park improvements,and trail renovation.His construction experience includes, but is not limited to, grading, drainage, pavement, concrete, excavation, storm drains, water/sewer lines, sidewalk, curb and gutter, traffic, and ADA compliance. Mr. Aoun's Education responsibilities have included construction management and project management. As a B.S. Civil Engineering,Cal Poly former government employee, Mr.Aoun understands the needs of municipalities to deliver a University, Pomona-2014 safe product completed on time and under budget, while maintaining constant communication with all stakeholders throughout the duration of the project. Licensing PE License#C89086 RELEVANT EXPERIENCE Various Capital Improvement Projects,City of Downey,CA Construction Manager/Principal Civil Engineer: Work consisted of managing several CIP projects including roadway improvements, pavement rehabilitation, bike lane improvements, bulb-outs, traffic calming, and pedestrian safety improvements. Duties included construction management and inspection of various work items; overseeing field interviews and conducting field reviews of certified payroll;office engineering;conducting meetings;reviewing submittals and Requests for Information,Construction Change Orders, daily diaries, quantities, photos; coordinating materials testing and lane closures; reviewing contractor as-builts. Cost: $600,000-$9 Million. Various Capital Improvement Projects,City of Diamond Bar,CA Project Construction Manager/Associate Engineer:Work consisted of managing several CIP projects including bike lane improvements, bulb-outs, speed cushions, roadway improvements, parks, trails, pavement rehabilitation, and traffic signal improvements. Duties included construction management and inspection of various work items;overseeing field interviews and conducting field reviews of certified payroll;office engineering;conducting meetings; reviewing submittals and Requests for Information, Construction Change Orders,daily diaries and quantities,and daily photos;coordinating materials testing and lane closures;reviewing contractor as-builts. Cost:$350,000-$3.5 Million. Firestone Blvd.Regional Corridor Capacity Enhancements Project,City of South Gate,CA Construction Manager: This Federally Funded Project consists of implementing roadways, storm drain, median landscaping, and ADA improvements.Work included,traffic control,excavation, backfill,drainage,storm drain,catch basins, utilities,grinding,paving, flat work, electrical, traffic signals, ADA curb ramps, landscape, SWPPP, and Safety. Duties included construction management of various work items; overseeing field interviews; office engineering; conducting meetings; reviewing submittals and Requests for Information,Construction Change Orders,and daily photos;coordinating materials testing and lane closures. Cost: $5 Million. Whittier Greenway Trail Extension Gap Closure Project,City of Whittier,CA Construction Manager:This Federally Funded Project consisted of developing a 2.7-mile-long easement into a 15 ft wide walking trail along Union Pacific Railroad owned property.Work included removals,grading,drainage,storm drain, curb,gutter,ADA ramps, paving, decomposed granite,water quality, BMPs,SWPPP and safety. Duties included construction management and inspection of various work items; overseeing field interviews and conducting field reviews of certified payroll; office engineering; conducting meetings; reviewing submittals and Requests for Information, Construction Change Orders, daily diaries and quantities, and daily photos;coordinating materials testing and lane closures; reviewing contractor as-builts.Cost: $9 Million. Santa Gertrudes Avenue Improvements,City of Whittier,CA Construction Manager:This Federally Funded Project consisted of full-depth AC reconstruction, improved striping,and ADA ramps.Work included removals,grading,drainage,curb,gutter,ADA ramps,paving,striping,signage,SWPPP and safety. Duties included construction management and inspection of various work items;overseeing field interviews and conducting field reviews of certified payroll;office engineering;conducting meetings;reviewing submittals and Requests for Information,Construction Change Orders,daily diaries and quantities,and daily photos;coordinating materials testing and lane closures;reviewing contractor as-builts. Cost: $3.7 Million.. ®©c CONSULTANTS 754 On-Call Construction Management, Materials Testing, (>11 ' — And Inspection Services KAL S.LAMBAZ PM/CM I Quality Manager I Constructability Mr. Lambaz has over 35 years of experience in the administration and management of • , '' 0 , construction projects from design to final inspection and acceptance. Mr. Lambaz's work ' G F C includes performing as Construction Contract Administrator in charge of 426 miles of local AIIII CONSULTANTS streets rehabilitation. He served on the Greenbook Specifications Subcommittee and is an expert in writing Greenbook specification, he authored the general provisions(boilerplates) for both the City of Irvine and the City of Anaheim.He was designated as the"Subject Matter Expert" in constructability by Caltrans. He co-authored Caltrans Constructability Review Education Policy and Procedures.He has worked on various projects that included bridges,widening, Candidate for MPA,CSULB,CA CIDH construction, retaining walls, relocation of utilities, irrigation & landscaping, lighting MS,Civil Engineering,CSULB,CA and traffic signals, roadway rehabilitation,and more. BS,Civil Engineering,Oklahoma RELEVANT EXPERIENCE State University,Stillwater Project Manager(Consultant),Los Angeles County Public Works,CA • Led the development and delivery of multiple transportation infrastructure projects, overseeing all phases from initial scope definition through final design,financial oversight, scheduling, preparation of plans and specifications, and competitive bidding process. • Conducted comprehensive reviews of improvement plans to ensure compliance with county standards and to assess potential impacts on concurrent and adjacent projects. • Developed detailed Project Management Plans(PMPs) to guide project execution, ensure alignment with strategic objectives, and facilitate clear stakeholder communication. • Proactively identified and managed project risks,implementing effective mitigation strategies to minimize disruptions and maintain project momentum. Construction Contracts Administrator,City of Anaheim,CA • Authored the City of Anaheim General Provisions(GREENBOOK)and construction contract documents. • Authored the City of Anaheim Construction Specifications Institute CSI Divisions 00 and 01. • Managed project development activities for 426 miles of local streets rehabilitation and facility projects including definition of scope, confirmation of budget, final design and generation of plans and specifications, coordination of the bidding process and recommended approval/award of projects. • Reviewed WQMPs, SWPPP and WPCP to ensure conformance with NPDES and MS4 permits. • Reviewed developer and public improvement plans such as street and capital improvement projects for compliance with City ordinances, right-of-way issues for overall integrity. Senior Project Manager,City of Irvine,CA • Provided technical and functional assistance to other managers including training and guidance. • Managed project development activities for transportation and facility projects including definition of scope,final design,generation of plans and specifications,and bidding. • Administered and managed construction projects from design to final inspection and acceptance. • Reviewed WQMPs,SWPPP and WPCP to ensure conformance with NPDES and MS4 permits. • Reviewed public improvement plans such as street and capital improvement projects for compliance with City ordinances, right- of-way issues for overall integrity. • Authored the City of Irvine General Provisions(GREENBOOK)and construction contract documents. • Awarded four Public Works"Recognition of Excellence"Awards for outstanding performance. Project Quality Control Engineer—Lead,California Department of Transportation,CA • Developed Policy and Procedure for Constructability Reviews,CPM scheduling, • Represented Caltrans District 12 as Subject Matter Expert for constructability reviews. • Performed Constructability Reviews on Caltrans District 12 highway transportation projects. • Reviewed reports,plans and specifications ensuring compliance with applicable current policies,laws, and regulations. • Awarded the Project Delivery Award for"Outstanding Performance" Malta CONSULTANTS 755 On-Call Construction Management, Materials Testing, And Inspection Services ANTHONY MOUSSA Construction Inspector 1 Electrical Inspector Mr.Moussa has over 10 years of plan review and construction inspection experience working with government agencies as a plan checker and inspector for various types of private,Local, E11:11111 State, and Federally funded projects. His construction experience includes plan checking and inspection of traffic signal,electrical systems,traffic control,signage,striping,concrete I CONSULTANTS removals,roadway excavation,trenching, minor concrete,and landscaping.Duties included construction inspection and Quality Control, producing daily reports and quantities calculations, producing progress photos, review and monitor schedule of work, ensure Education compliance with plans and specifications and certificates,review shop drawings,review and B.S. Electrical Engineering monitor change order work,assist with reviewing submittals and RFI's, attending meetings, Licensing filing documents in project records,ensure safety, reviewing as-builts,and preparing punch Engineer in Training in progress list. He has worked for Cities throughout Los Angeles, Orange, San Bernardino, and Riverside County, and is very familiar with Federal, State, and Local Standards and Specifications.His vast construction experience in both the public and private sector has allowed him to review plans and studies from both the design and construction perspectives. RELEVANT EXPERIENCE 1-15/Main Street Interchange Improvement Project,City of Lake Elsinore Electrical Inspector:This State-Funded project consisted of improvements to Main Street at 1-15,NB on and off ramps,SB off ramp, and Main Street. Work includes traffic signal improvements along the corridor to modernize the intersections and to improve safety and traffic flow. Duties included but not limited to plan checking, monitoring and inspection of electrical work including temporary and permanent lighting,fiber optic lines,ramp metering and signalization,electrical conduits,pull boxes,conductors,concrete foundations, safety,and traffic control Traffic Signals on Rosecrans Ave.Project,City of Norwalk,CA Electrical Inspector:This Federally Funded project consisted of enhancing safety along Rosecrans Avenue from Studebaker Road to Carmenita Road.Work includes traffic signal improvements along the corridor to modernize the intersections and to improve safety and traffic flow. Duties included but not limited to plan checking,monitoring and inspection of electrical work including temporary and permanent lighting,fiber optic lines,ramp metering and signalization,electrical conduits,pull boxes,conductors,concrete foundations, safety,and traffic control. Traffic Signal Improvements on San Antonio Drive Project,City of Norwalk,CA Electrical Inspector: This Federally Funded project consisted enhancing safety along San Antonio Drive-Norwalk Blvd. between Rosecrans Ave.and Civic Center Drive, and on Civic Center Drive Between Norwalk Blvd. and Bloomfield Ave.Work includes traffic signal improvements along the corridor to modernize the intersections and to improve safety and traffic flow. Duties included but not limited to plan checking, monitoring and inspection of electrical work including temporary and permanent lighting, fiber optic lines, ramp metering and signalization,electrical conduits,pull boxes,conductors,concrete foundations,safety,and traffic control. I-605/Live Oak Avenue Ramp Widening&Improvements Project,City of Irwindale,CA Electrical Inspector: This Federally Funded project consisted of a ramp widening and various improvements within Caltrans and City right-of-way.Work included traffic control, removals,concrete and asphalt paving,curb and gutter,ADA ramps, sidewalk, street lighting,traffic signals,Edison service connections,drainage,landscape,and striping.Duties included but not limited to plan checking, monitoring and inspection of electrical work including temporary and permanent lighting, fiber optic lines, ramp metering and signalization,electrical conduits,pull boxes,conductors,concrete foundations,safety,and traffic control Constructability Review for Various Cities,CA(2011-2014) As an Assistant Resident Engineer with FCG Consultants, Mr. Moussa performed constructability reviews for project plans and specifications for various cities in California including but not limited to the City of Norwalk,City of Malibu,City of Burbank,and City of Pico Rivera. Mr. Moussa reviewed project documents for the Cities before the projects went out to bid for construction. Plan and specifications review included utility plans,traffic control plans,traffic signal plans,fiber optic plans, Southern Califomia Edison plans, asphalt and concrete pavement plans,ADA curb ramp installation plans,signage and striping plans and various other plans. CO NS VI TANTS 756 On-Call Construction Management, Materials Testing, - '' And Inspection Services MARK KORANDO Construction Inspector/Water/Wastewater/Permit Inspector Mr. Korando has over 30 years of experience working with government agencies as a plan checker and inspector for various types of private,Local,State,and Federally funded projects. - He has worked closely with City staff both as a consultant and extension staff to review and _. F C inspect a wide range of plans for CIP and private development projects. He has worked for CONSCONSUI TA Cities throughout Los Angeles, Orange, San Bernardino, and Riverside County, and is very familiar with Federal, State,and Local Standards and Specifications. RELEVANT EXPERIENCE Education City of Bellflower On-Call,CA Orange Coast College-1988 Construction Inspector: Mr. Korando performs plan checks and inspection for public permit Costa Mesa,California projects including residential,commercial, and industrial plans.The types of plans reviewed, Geological Studies but are not limited to grading,drainage,storm drain,sewer,street improvement,sidewalk, Coastline Community College- curb&gutter,signing &striping, SWPPP,and LID. 1987 SR-91 Toll Road:91 Express Lanes Joint Venture,OCTAIRCTC,CA Garden Grove, California Construction Inspector: Project consisted of installing traffic signals, Video capture and Certified CADD implementation, major roadway construction, public underground, and overhead facilities. Duties included but not limited to; preparation of daily logs and the inspection of installed elements of the project, including the proper staging of traffic control,work site safety and verification of manpower used on the project. CIP and Permit for Various Streets improvement Project,City of Santa Monica,CA Construction Inspector: Project consisted of traffic signals and major and minor street improvements, including curb and gutter, medians, Irrigation, sidewalk,and ADA compliant accessible ramps, public underground, and overhead facilities. Duties included but not limited to; preparation of daily logs and the inspection of installed elements of the project including the proper staging of traffic control,work site safety and verification of manpower used on the project. Grading and Various Street Construction Project,City of Irvine,CA Construction Inspector: Project consisted of traffic signals and major and minor street improvements, including curb and gutter, medians, Irrigation,sidewalk,and ADA compliant accessible ramps, public underground, and overhead facilities. Duties included but are not limited to inspection of roadway excavation and removals, grading and structural section construction, Minor Concrete, Rubberized AC,Traffic Control,ADA Ramps,Sidewalks, Driveways, Drainage,and Safety.Work also included assisting the Resident Engineer with filing,public relations,produce daily diaries and photos,monitor contractor progress and produce pay estimates,conduct employee interviews, review Change Orders,and correspondences. On-Call Plan Checker,City of Santa Monica,CA As a plan checker for the City of Santa Monica, Mr. Korando conducted reviews of public utility projects including, but not limited to, storm drain,sewer,water, utility trenching, antenna installations(both above and below ground),fiber optics and telecommunications systems. Mr. Korando also performed inspections of the plans he reviewed, following through on the implementation of the project from design to construction. CONSULTANTS 757 , On-Call Construction Management, Materials Testing, , ,- � And Inspection Services MALCOLM WEATHERBIE Construction I Water 1 Wastewater Inspector Malcolm has 14 years of extensive experience in structural, civil, traffic, building and construction inspection of a variety of public works projects. Through his working experience, he has developed a working knowledge of the Caltrans project delivery process and Greenbook F Standards, Caltrans Special Provision and Standard Plans, Caltrans traffic control, and CCINSVI TAN, s Stormwater Pollution Plan (SWPPP). He has also worked on a large variety of public works projects including but not limited to street improvements including widening and reconstruction, Education street extension,storm water drainage,sewers,utilities, and water/wastewater improvements. ABC SoCal of Anaheim Trade He has extensive experience with Minor Concrete, Rubberized AC Paving, Traffic Signals, School Traffic Control,ADA Ramps, Sidewalk Replacement, Driveway Construction, Drainage, Water of Inside Wireman and Sewer Lines, Electrical, Landscape, Land Development, Building and Safety a. He has Licensing also inspected SCADA projects for Los Angeles County. 1 Hour NPDES certificate 30- RELEVANT EXPERIENCE Hour Construction San Gabriel River inlet Replacement Structure and Replacement Flow Project, City of OSHA 10-Hour Azusa,CA Defensive Driving Awareness Construction Inspector: This project consisted of diverting water from the river through the for Construction Azusa-Duarte Tunnel for conveyance to surface water treatment plants, irrigation fields; reconstruction of the existing inlet structure of the Azusa-Duarte Tunnel at the San Gabriel River; and construction of a flow control structure in a ditch at the Azusa water treatment plant site to upgrade these aged facilities and improve system operations and safety. Work included,but not limited to,traffic control,excavation,shoring,waterline construction,drainage,reinforced concrete construction, backfill, mechanical work,electrical work,AC paving, minor concrete and flatwork, SWPPP, and Safety. Duties included construction inspection,preparing daily diaries with photos,monitoring contractor progress,preparing pay quantities,performing safety and SWPPP inspections,and filing project documents. Bicknell Park Pump Station Project,City of Montebello,CA Construction Inspector:This project consisted of converting the domestic water to recycled water for a city owned golf course.Work included, but not limited to, traffic control, excavation, shoring, waterline construction, drainage, reinforced concrete construction, backfill, mechanical work,electrical work,AC paving, minor concrete and flatwork,SWPPP, and Safety. Duties included construction inspection,preparing daily diaries with photos,monitoring contractor progress,preparing pay quantities,performing safety and SWPPP inspections,and filing project documents.. State Street Extension Project between 16th Street and Baseline Rd,City of San Bernardino Construction Inspector: This project consisted of the construction of a new developed street connecting for a bypass for the 210 freeway to the 215 interstates. Work included, but not limited to, traffic control, grading,excavation,AC paving, minor concrete and flatwork,sidewalk,new domestic water line,traffic signals,and street lighting over DWR 108-inch domestic line diverted underground from the Califomia aqueduct. Duties included construction inspection, preparing daily diaries with photos, monitoring contractor progress, preparing pay quantities, performing safety and SWPPP inspections, and filing project documents.. 12"Water Replacement Project City of Commerce,CA. Construction Inspector:This project consisted of replacing an existing 8"domestic water line to a 12"water line which included all fire hydrants, air vacs,cad welding,service laterals and cathodic protection.Work included, but not limited to,traffic control,grading, excavation,AC paving, minor concrete and flatwork,sidewalk,new domestic water line,traffic signals,and street lighting over DWR 108-inch domestic line diverted underground from the California aqueduct. Duties included construction inspection, preparing daily diaries with photos,monitoring contractor progress, preparing pay quantities,performing safety and SWPPP inspections,and filing project documents. ®© ` CONSULTANTS 758 On-Call Construction Management, Materials Testing, _lif , ter •; And Inspection Services DAVID P.ALCALA Construction Inspector Mr. Alcala has over 34 years of of inspection experience, including construction of traffic signals, and ITS communication/fiber systems projects. He has worked for cities throughout - ©© Los Angeles, Orange, San Bernardino and Riverside Counties and other agencies in C U N S U L'1'A N T S southern California. In addition, he has significant experience with Caltrans Districts 7, 8 & 12 and very familiar with the State of California Standards, Specifications and the latest version of the CA-MUTCD. Duties include construction inspection, obtaining work permits, Education and interviewing.This includes over 15 years as a plan checker for various City and County Westech College,ACCSCT-1994. agencies. He has worked for Cities throughout Los Angeles, Orange, San Bernardino and Riverside County, and is very familiar with Federal, State, and Local Standards and Licensing Specifications. Traffic Signal Operation Specialist RELEVANT EXPERIENCE —TSOS. Traffic Signal Inspection—TSI. Paramount Blvd Fiber Optic/Communication Project;City of Downey,CA Certified Public Infrastructure Construction Inspection: Project consisted of modification of existing traffic signals and the Inspector—CPII. installation of fiber optic conduit, vaults, manholes, pull boxes and cable for the City of Downey Public Works Department. This project will modify, upgrade, and connect several existing traffic signals along Paramount Blvd and tie into the existing fiber optic system. Responsible for the preparation of daily logs 1 and the inspection of installed elements of the project,including the proper staging of traffic control,work site safety and verification of manpower used on the project. Bellflower Blvd and Stewart&Gray Fiber Optic/Communication Project;City of Downey,CA Construction Inspection: Projects consisted of installation of fiber optic conduit, vaults, manholes, pull boxes and cable for the City of Downey Public Works Department. This project will connect the City of Downey Maintenance Yard and the Water Facilities Yard into the city's existing fiber optic communications system. It will include the installation of conduit,cables and pull boxes as well as the integration with an existing vault in Bellflower Blvd.Responsible for the preparation of daily logs and the inspection of installed elements of the project including the proper staging of traffic control,work site safety and verification of manpower used on the project. Traffic Signal and Fiber Optic Communications Project,City of Burbank,CA Construction Inspection: Project consisted of construction of the traffic signals and the installation of fiber optic conduit, vaults, manholes, pull boxes and cable for the City of Burbank along Hollywood Way,Thornton Avenue, Verdugo Avenue,and Pass Avenue from SR 134 to Oak Street.A median island 'pork chop'was installed in existing gore point pavement area at the convergence of a third street.Grades were adjusted to allow for water sheeting into the new gutters into existing drop inlets to alleviate periodic flooding. I was tasked with troubleshooting minor discrepancies between the plans and actual field conditions, scheduled walkthroughs and keeping the city PM informed of work timetables and progress. I coordinated with the onsite inspector to ensure that all work was conducted in accordance with city standards On-Call Plan Checking,City of Jurupa Valley,CA Working as a consultant for the City of Jurupa Valley, Mr.Alcala reviewed multiple Traffic Signal Plans,Signing and Striping Plans and the related Communications Plans that included Fiber Optic Systems as well as CCTV and video detection for CIP and developer- driven projects throughout the City. On-Call Plan Checking,City of Ontario,CA Mr.Alcala provided complete plan checking services related to traffic signals,signing and striping,street lighting,and communications system for the City of Ontario Engineering Services Department. During Ontario's booming development, Mr.Alcala became the lead traffic signal plan-checking consultant for the City. Various City-Wide Improvements;City of Downey,CA As a plan checker, Mr.Alcala provided field reviews for various CIP projects which consisted of demolition and reconstruction of existing roadway,curb,gutter and sidewalks throughout the city in each of the six council districts.Through field inspection data, Mr.Alcala provided design recommendations and plan-checked the subsequent designs. ©© CO N S U I.T A A T L 759 On-Call Construction Management, Materials Testing, e '} And Inspection Services GARY FOSTER Construction Inspector Mr. Foster has 18 years of extensive experience in structural, civil, and construction inspection of a variety of public infrastructure projects. Through his , F C r working experience, he has developed a working knowledge of the Caltrans C O N S U, T A N T S project delivery process and Greenbook Standards, Caltrans Special Provision IL and Standard Plans, Caltrans traffic control, and Stormwater Pollution Education Prevention Plan (SWPPP). He has also worked on a large variety of public AS in CAD/CADD Drafting works project including but not limited to: street improvements including Technology/Technician widening and reconstruction, HMA and concrete pavement, drainage, utilities, Licensing and water/wastewater improvements. He has extensive experience with Minor ACI Concrete Field Technician Grade 1 Concrete, Rubberized AC Paving, Traffic Control, ADA Ramps, Sidewalk /Certification#0093574 Replacement, Driveway Construction, Drainage, Water and Sewer Lines, USAGE/NAVAFAC CQM-C Training/ Electrical, Landscape, and Safety. He has also inspected 40,000 tons of Certification#784-KA-CQM-21-0867 asphalt paving in Caltrans right of way using Caltrans testing methods and C2 CAL Confined Space for procedures of structural concrete and asphalt. Construction T-Lock Certification RELEVANT EXPERIENCE APNGA Portable Nuclear Gauge Safety Norwalk Sidewalk Improvements and Alley Way Reconstruction Project, & U.S.D.O.T. Hazmat Certification City of Norwalk, CA OSHA 10-Hour Construction Construction Inspector: responsible for on-site inspection in the geographic OSHAn ieDriving HAZWoper 2021 Awareness(8-H for Defensive Driving for zone bounded by Excelsior Drive to the north, Pioneer Boulevard to the east, Construction Gridley Road to the west and Alondra Boulevard to the south. Duties included construction inspection, preparing daily diaries with photos, monitoring contractor progress, preparing pay estimate quantities, performing safety inspections and SWPPP inspections, conducting employee interviews, and filing project documents. Arroyo Seco Pedestrian and Bicycle Pathway Project, City of South Pasadena, CA Construction Inspector: The bike and pedestrian path consisted of both concrete and asphalt flatwork and paving and the removal of unsuitable material for off-site haul-off. He provided a review of PCO and CCO for approval by the City Engineer. Public works inspector at the Arroyos Seco Golf Course for construction of 3,200 linear feet of bike and pedestrian path. Duties included construction inspection, preparing daily diaries with photos, monitoring contractor progress, preparing pay estimate quantities, performing safety inspections and SWPPP inspections, conducting employee interviews, and filing project documents. City of Santa Monica, CBI (Clean Beach Initiative)Santa Monica, CA Construction Inspector: Serve as the onsite inspector for the construction of 1.7-million-gallon revisor water tank, construction of 2 RCP lines. Responsibility included, quantifying the removal of all concrete, and quantifying all concrete placed. Final approval on all concrete finishes. Track all tasks and man hours, write daily reports, review application for payment, review PCO and CCO for approval by the City Engineer. Duties included construction inspection, preparing daily diaries with photos, monitoring contractor progress, preparing pay estimate quantities, performing safety inspections and SWPPP inspections, conducting employee interviews, and filing project documents. Sidewalk Improvements Phase 1 &2 City of Southgate, CA. Construction Inspector: Public works inspector for on-site inspection at various locations throughout the City of Southgate. He was responsible for overseeing the removal and replacement of damaged sidewalks and public driveways. He provided final approval on all concrete finishes and review of PCO and CCO for approval by City Engineer. Duties included construction inspection, preparing daily diaries with photos, monitoring contractor progress, preparing pay estimate quantities, performing safety inspections and SWPPP inspections, conducting employee interviews, and filing project documents. moo ('t,TSVLTANTS 760 k4t On-Call Construction Management, Materials Testing, And Inspection Services DONALD LEWIS Construction Inspector Mr. Lewis has over 27 years of experience in the heavy civil construction industry. He has been involved as a Project Engineer, Quality Control Manager, Superintendent and Project F Manager. He has worked on freeways, highways, railroads, underground utilities, pump CONSULTANTS stations and bridges. Experience includes inspection of underground sewer, water and drainage lines. Inspection in excavations, backfill and grading. Inspection of bridge construction from pile driving, footings, bents, abutments, soffits and deck. He has most Education recently been involved in concrete paving from set up to hand and machine paving. Others General/Administration of areas of inspection and quality control include curbs, ramps, sidewalks and driveways. Mr. Justice,Golden West College Lewis has extensive experience with Caltrans, flood control districts and various City and County projects. Licensing Safety Trained Supervisor RELEVANT EXPERIENCE CAL OSHA 30 Whittier Greenway Trail Extension Gap Closure Project,City of Whittier,CA Army Corps of Engineers Quality Construction Inspector: Project consisted of developing a 2.7-mile-long easement into a 15 Control/Quality Assurance ft wide walking trail along Union Pacific Railroad owned property in the City of Whittier, CA. This project also includes the Lambert Road Traffic Signal Synchronization Project.Work also included assisting the Resident Engineer with filing,public relations,producing daily diaries and photos, monitoring contractor progress, and producing pay estimates, conducting employee interviews, review Change Orders,and correspondences. SR-210 Widening and Rehabilitation Project,Caltrans District 7,Sylmar,CA Construction Inspector: Project consists of 10 miles of concrete pavement rehabilitation and replacement. Work includes, but not limited to,traffic control, mass excavation, median barrier removal and replacement, electrical,drainage,overhead signage,grading, asphalt and concrete pavement and striping. Duties include field inspection of all work performed, SWPPP oversite, producing daily reports, including photos. Inspection of traffic control and equipment. Tracking and recording daily quantities. Safety oversight and implementation,including production of the Job Hazard Analysis. Coordination with testing firm for batched concrete and aggregates. LAX/APM,Los Angeles World Airports,Los Angeles,CA Construction Inspector: Project consists of a 3-mile elevated light rail from CONRAC (Consolidated Rental Car Facility) to Tom Bradley International Terminal. Duties included but were not limited to the following: Inspection of and coordination with QA personnel on work being performed.Coordinate material orders,deliveries,and placement.Assist with 60%and 90%plan reviews for accuracy and constructability.Met with LAWA personnel on upcoming work and conducted meetings on critical topics in relation to road closures and possible impacts to travelers. Inspected pothole activities and coordinated existing conditions with the designers.Coordinated and conducted meetings between the demolition contractor and LAWA personnel. Raymond Bridge Grade Separation,Fullerton,CA Construction Inspector: Project consisted of the following:Construction of two bridges that allowed Raymond Ave to pass under the BNSF railway and Valencia Blvd. Utility relocations including water,storm drain,gas,sewer,and fiber. Inspection of soil excavation and logging and documentation of hazardous material.Organized manifests and created logs for the City of Fullerton. Coordinated the construction of the bridge structures and material testing.Attended weekly progress meetings. Organized extra work documentation and discussed with Agency personnel. Inspected jobsite for SWPPP BMP's and relayed information to the QSP.Relayed progress with local neighbors and businesses and addressed any issues. Conducted JHA paperwork. ®© : CONSULTANTS 761 On-Call Construction Management, Materials Testing, And Inspection Services JOHN SPATH Construction Inspector Mr. Spath has served as an experienced Construction Manager and Construction Inspector with over 40 years of experience in the public works, military, and private sectors. His experience has included, but not been limited to, both on-site and off-site , gel }L s CONSULTANTS grading, new road construction, paving, and concrete improvements including medians - and interchanges, sidewalks, ADA ramps, and curb and gutter. Mr. Spath has a comprehensive working knowledge of the Greenbook. His local experience includes Education working with public agencies in Los Angeles, Orange, Riverside, Anaheim, San Diego, B.S.Civil Engineering and the State of Florida.In his roles as Construction Manager and Construction Inspector, Penn State University,PA Mr.Spath has been responsible for ensuring all deliverables satisfied the acceptance tests Licensing 30-Hour OSHA and criteria set forth in provisions and specifications, supervising, training, and directing the field and office personnel,conducting interviews and assigning qualified personnel to complete work as required, maintaining project files for project control, organizing, facilitating, and attending meetings, implementing and maintaining quality control and quality assurance procedures to manage conflicts and issues, ensuring safety compliance, producing monthly invoices and reports in a timely manner, detailed project documentation, managing subconsultants, managing contract and construction budgets, monitoring and maintaining required DBE involvement and reporting, and ensuring compliance with provisions and specifications, and assuring compliance with all applicable codes and regulations. Mr. Spath has extensive knowledge of many industry guidelines and standards including the Greenbook, American Concrete Institute,OSHA,and Caltrans. RELEVANT EXPERIENCE Area 5 and Area 7 Residential Street Rehabilitation,City of Downey,CA Construction Inspector: This public works project involves the construction of 277 residential and collector street segments in Downey's Area 5 and Area 7 residential neighborhoods.Work included Asphalt Rubber Aggregate Membrane(ARAM), cold mill and AC overlay,full depth reconstruction,edge grinding,slurry seal,chip seal, PCC(sidewalk,curb&gutter,curb ramps,cross gutters), traffic control,signing,striping,and landscaping.Project cost:$9.7 million. Santa Gertrudes Avenue Improvements,City of Whittier,CA Construction Inspector:This Federally Funded Project consisted of full-depth AC reconstruction,improved striping,and ADA ramps on a major arterial in the City of Whittier.Santa Gertrudes Avenue between Whittier Blvd and Leffingwell Rd is a four-lane arterial that connects the northern and southern portions of Whittier and provides vehicular and pedestrian access to a major shopping center, schools, a library, and several residential neighborhoods. Work included removals, grading, full depth AC reconstruction, lane reconfiguration, detector loops, traffic signal improvements, drainage, curb, gutter, ADA ramps, paving, striping, signage, traffic control, SWPPP and safety.Project cost:$3.6 million. Citywide Slurry Seal Program,City of Carson,CA Construction Inspector: This locally funded project consisted of preventative roadway maintenance as a part of Carson's annual roadway maintenance program. Work included Rubberized Emulsion Aggregate Slurry (REAS) slurry seal, chip seal, PCC improvements(sidewalk,curb&gutter,curb ramps,cross gutters),traffic control,signing,striping,and landscaping. Superblock Project,City of Brea,CA Construction Manager:This public works project involved the construction of a 486-space parking garage in the downtown area of Brea. Work included removals, heavy excavation,footings, steel reinforcement, street repairs, slurry seal, paving, sidewalks, curb, gutters, ADA ramps, potable water, fire water, sanitary and storm sewer connections, adjustment of manholes and water valves, surveying,alignment and construction of new roadways,striping,SWPPP,and landscaping. Project Cost:$9.8M. 1-75 Interchange,Bonita Beach Road,City of Bonita Springs, FL Construction Inspector:This State Funded project consisted of the construction of a new interchange on the Florida 1-75 to serve new and future development. Improvements included removals,grading,drainage,curb and gutter,concrete retaining walls,AC paving,landscaped medians and slopes,traffic signals,conduit,street lighting,lane reconfiguration,ADA ramps,paving,striping, signage,SWPPP and safety. Project Cost:$14 million. ®0 CO NSULTA NTT 762 AIWA On-Call Construction Management, Materials Testing, And Inspection Services LEON FUENTES Construction I Electrical Inspector Mr. Fuentes has 25 years of diversified construction experience which includes Construction and Electrical Inspection. He has worked for construction contractors and private consulting 01111k, Elm firms on a large variety of projects. His project experience includes highway and roadway k C O N S L T A.T S widening and improvements, utilities construction, HMA and JPCP pavement. Duties include but not limited to Paving, Traffic Control, MBGR, Drainage, Water and Sewer Lines, '= Landscape, Slab Replacement, Shoulder Backing and Paving, K-Rail, Concrete Barriers, Safety, and SWPPP. Duties also included Quality Control, daily reports and quantities Education calculations, review and monitor schedule of work, compliance with plans and specifications High School Diploma, IBEW and certificates, shop drawings, change orders, submittals and RFI's, safety compliance, Apprentice Program preparing and reviewing as-built plans,and preparing final punch list. RELEVANT EXPERIENCE Years of Experience 27+ Foster Road,Side Panel Improvements Project I City of Norwalk,CA Electrical Inspector:The Foster Road Side Panel Project will provide a safe walking and bike Software route to school as well as enhance safety along this corridor between Studebaker Road and MS Office Pioneer Boulevard in the city of Norwalk.Duties included but not limited to inspection of traffic control, striping, concrete removal and paving, slab replacement, shoulder backing, shoulder paving, drainage, clean-outs, safety, and SWPPP.Duties also include inspection of construction work,coordinating with all field staff,producing daily dairies and quantities, assist the RE with office work, monitoring and inspection of electrical work including temporary and permanent lighting, fiber optic lines,ramp metering and signalization,electrical conduits,pull boxes,conductors,concrete foundations,safety,traffic control,prepare monthly pay estimate,review Contract Change Orders,RFIs and Submittals,and verification in the field per Caltrans and Green Book Standards.Cost: $3.0 Million. AC Overlay Project I City of Moorpark,CA Electrical Inspector: This project consisted of grind and overlay asphalt paving,curb ramps, and electrical loops within the City of Moorpark. Duties included but not limited to inspection of Traffic Control, Striping, HMA removal and paving, JPCP removal and paving, shoulder paving, drainage, barriers, clean-outs,ADL removals, Safety, SWPPP,and inspection of all electrical work. Duties also include inspection of construction work,coordinating with all field staff,producing daily dairies and quantities,assist the RE with office work, monitoring and inspection of electrical work including temporary and permanent lighting,fiber optic lines, ramp metering and signalization, electrical conduits, pull boxes, conductors, concrete foundations, safety, traffic control, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals,and verification in the field per Caltrans and Green Book Standards. Cost:$500K. I-15/Base Line Interchange Reconstruction Project/Caltrans District 8/SANBAG I City of Fontana,CA Electrical Inspector: This project consisted of expanding and reconfiguring the 1-15 at Base Line Road Interchange and the intersection of Base Line Road and East Avenue in order to improve safety and relieve traffic congestion. Duties also included monitoring the relocation and installation of permanent fiber optic lines, temporary and permanent ramp metering and signalization, and energizing all new facilities. Duties also include coordinating with all field staff, producing daily dairies and quantities, assist the RE with office work, monitoring and inspection of electrical work including temporary and permanent lighting,fiber optic lines, ramp metering and signalization,electrical conduits, pull boxes, conductors, concrete foundations, safety,traffic control, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals, and verification in the field per Caltrans and Green Book Standards. Cost:$45 Million. I-10 Pavement Rehabilitation and Widening Project/Caltrans District 71 City of Los Angeles,CA Electrical Inspector This project included of reconstruction of PCC and HMA Pavement on 1-10. Work included JPCP, FHCC, HMA, Drainage, Median Barrier, Bridge Railings, Utilities, Electrical, and Landscape. This project required many traffic detours due to long weekend closures,construction of a bypass lane, and interactive traffic handling plan. Duties also included monitoring the relocation and installation of permanent fiber optic lines, temporary and permanent ramp metering and signalization, and energizing all new facilities. Duties also include coordinating with all field staff, producing daily dairies and quantities, assist the RE with office work, monitoring and inspection of electrical work including temporary and permanent lighting, fiber optic lines, ramp metering and signalization, electrical conduits, pull boxes, conductors, concrete foundations, safety,traffic control, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals,and verification in the field per Caltrans and Green Book Standards.Cost: $75 Million. ®© CONSULTANTS 763 ii On-Call Construction Management, Materials Testing, _- And Inspection Services MAJED MOUSSA Construction Inspector Mr. Moussa has over 5 years of experience as a Construction Inspector on public works projects for various cities His responsibilities include,but are not limited to,field construction pal te,it inspection of various construction activities and producing daily diaries, reviewing certified CONSULTANTS payroll,conducting employee interviews,maintaining project records and files;assisting the Resident Engineer with change orders,submittals,and RFIs;assisting in preparing quantity calculations and cost estimates;coordinating with various entities;reviewing and preparing correspondence; preparing and updating spreadsheets; converting working files to PDF; Education and preparing various reports. Mr. Moussa has experience working on federally funded BS Civil Engineering,University of projects that utilize FHWA and Local Assistance Procedures Manual requirements for Balamand,Lebanon documentation and filing, verifying certified payroll of contractors, and producing Years of Experience documentation and reports accordingly. 5+ RELEVANT EXPERIENCE Software 1-15/Main Street Interchange Improvement Project I Lake Elsinore,CA MS Office Construction Inspector: This Federally Funded project consisted of widening and improvements to Main Street at 1-15 from 2 lanes to 4 lanes, ramp metering, improvements to both NB on and off ramps, SB off ramp widening at the intersection and installation of traffic signals. Duties included inspection of construction work,coordinating with all field staff, producing daily dairies and quantities, assist the RE with office work, prepare monthly pay estimate, review Contract Change Orders,RFIs and Submittals,verification in the field per Caltrans and Green Book Standards,verifying the contractor's certified payroll, conducting employee interviews, preparing and maintaining project files; performing document control; creating and updating correspondence logs,testing logs,and collecting inspector reports and quantities. Cost: $8 Million. Residential Resurfacing Phase III Irwindale,CA Construction Inspector:This project consisted of resurfacing eight residential streets,improving the striping at an arterial intersection, minor concrete removal and restorations. Work consists of cold mill, removals, hauling, utility adjustments,AC paving, PCC,striping, detection traffic control and storm water BMPs. Duties included construction inspection, preparing daily diaries with photos;verifying certified payroll, preparing, and maintaining project files; performing document control; creating and updating correspondence logs; preparing and updating submittal logs; maintaining logs; preparing monthly progress reports; assisting the Resident Engineer with reviewing CCO and pay estimate requests; and collecting inspector reports and quantities, coordinating with all field staff, and verification in the field per Caltrans and Green Book Standards.Cost: $2.2 Million. Street Improvement Projects I Burbank,CA Construction Inspector: This project consisted of inspection of various street improvements throughout the City of Burbank. Duties included coordinating with all field staff, producing daily dairies and quantities, verification in the field per Caltrans and Green Book Standards, field inspection of various activities and producing daily diaries and quantities; verifying certified payroll, preparing, and maintaining project files; performing document control; creating and updating correspondence logs; preparing and updating submittal logs; maintaining logs; preparing monthly progress reports; assisting the Resident Engineer with reviewing CCO and pay estimate requests;and collecting inspector reports and quantities.Cost:$14 Million. Telegraph Road Traffic Safety Enhancements Project I Downey,CA Office Engineer: Duties included, but were not limited to,verifying the contractor's certified payroll,conducting employee interviews, preparing and maintaining project files; performing document control; creating and updating correspondence logs; preparing and updating submittal logs; maintaining submittals logs, RFI logs, Contractor Change Order logs, and testing logs; preparing progress reports;assisting the Resident Engineer with reviewing CCO and pay estimate requests;and collecting inspector reports and quantities. Cost:$7 Million. 111131 CONSVLTA NT$ 764 „ 'rif � On-Call Construction Management, Materials Testing, " j And Inspection Services MOJI SHAHKARAMI Construction Inspector Mr. Shahkarami has over 17 years of Construction Inspection experience in public works ., i' �'.�”' construction. He has worked on a large varietyofpublic works project includingbut not ''' 9 ' - pp G,,,,, limited to highways, freeways, roadways, structures, and other transportation construction CONS U LTA V TS projects. His experience includes but not limited to inspection of grading, milling, HMA, ARHM, JPCP, LCS, LCB, and striping. He also has extensive experience with structural concrete, minor concrete, paving,traffic control, MBGR, drainage,water, and sewer lines, Education electrical,landscape,safety,labor compliance,and SWPPP.Mr.Shahkarami has extensive BS Industrial Technology,San Jose knowledge in the Green Book, Caltrans Standard Plans and Specifications, Caltrans State University,CA Construction Manual, OSHA Safety Manual, MUTCD, WATCH Manual, and other Years of Experience standards. 20+ RELEVANT EXPERIENCE Route 154 Roadway Rehabilitation Project!Caltrans District 5/Solvang,CA MSftware MS Office Construction Inspector: This project consisted of placing 10 miles of pavement rehabilitation and roadway improvements. Work included but not limited to ARHM pavement, sidewalk, driveways, ADA ramps, landscape, striping, safety, and SWPPP. Duties included but were not limited to daily photos, PR and Outreach, and file project documents. Duties also included inspection of daily construction work, coordinating with all field staff, producing daily dairies and quantities,assist the RE with office work, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals,and verification in the field per Caltrans and Green Book Standards.Cost: $4 Million. SR-101 Widening Project at Universal Studios NBC/Caltrans District 7/Los Angeles,CA Construction Inspector:This project included the construction of a new southbound 101 Freeway onramp to be built on Universal Studios Boulevard, allowing departing park guests to get directly onto the freeway, bypassing the neighborhood. Work included but not limited to ARHM pavement,JPCP pavement,sidewalk,driveways,ADA ramps, landscape,striping, safety,and SWPPP. Duties included but not limited to: take daily photos and file project documents. Duties also included inspection of construction work, coordinating with all field staff, producing daily dairies and quantities, assist the RE with office work, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals,and verification in the field per Caltrans and Green Book Standards.Cost:$11 Million. 1-5 HOV Lane and Bridge Expansion/Caltrans District 7!City of Burbank,CA Construction Inspector:This project consisted of expanding the 1-5 to add HOV lanes in both directions.The work included but was not limited to HMA pavement, retaining walls,foundations,piles, superstructure,sidewalk,ADA ramps,striping, safety, and SWPPP. Duties included but not limited to taking daily photos, PR and Outreach, and filing project documents. Duties also included inspection of construction work, coordinating with all field staff, producing daily dairies and quantities, assist the RE with office work, prepare monthly pay estimate,review Contract Change Orders, RFIs and Submittals, and verification in the field per Caltrans and Green Book Standards.Cost: $100 Million. 1-405 HOV! Bridge Widening Project 1 Caltrans District 7/City of Santa Monica,CA Construction Inspector This project included expanding the 1-405 between 1-90 and 1-10 to add HOV lanes in both directions, The work included HMA pavement,superstructure,sidewalk,ADA ramps,striping,safety,and SWPPP.Duties included taking daily photos, PR and Outreach,and filing project documents.Duties included coordinating with all field staff,producing daily dairies and quantities, assist the RE with office work, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals, and verification in the field per Caltrans and Green Book Standards.Cost:$150 Million. SR-33 Overlay/Caltrans District 7/Ojai,CA Construction Inspector: Moji was responsible for performing inspections to assure compliance with contract plans and specifications on a 10-mile rubberized AC overlay project in Ojai. Duties also included coordinating with all field staff,producing daily dairies and quantities, assist the RE with office work, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals,and verification in the field per Caltrans and Green Book Standards.Cost:$150 Million. ©0 C O N f V 1.T A NT 5 765 ;``) On-Call Construction Management, Materials Testing, ., And Inspection Services TALAL ALFAKHOURI Construction Inspector Mr.Alfakhouri has over 14 years of experience in construction on a number of projects for - 1 local cities and government agencies. He has worked on a variety of public works/Caltrans Egg G ro'ects includin but not limited to:Highway Widening and Improvements,Bridge Widening ti Pl 9 CONSULTAN ISY and Reconstruction. Construction experience includes removals, excavation, trenching, storm drains, water/sewer lines,sidewalk,curb and gutter,ADA Compliance, LCB, JPCP, HMA, RHMA, slurry seal, landscaping and irrigation. Mr. Alfakhouri's responsibilities Education included construction inspection and Quality Control,Daily Reports and quantities take-offs, review and monitor schedule of work, compliance with plans and specifications and BS Criminal Justice,CSULB,CA; certificates, shop drawings, change orders, submittals and RFI's, safety compliance, Santa Ana College,Various preparing and reviewing as-built plans, and preparing final punch list. Mr. Alfakhouri is Engineering Classes certified for sampling of HMA and AC Pavement and CTM 125. Years of Experience RELEVANT EXPERIENCE 15+ Residential Area 1 Pavement Rehabilitation Project!City of Downey,CA Software Construction Inspector:This project consists of crack sealing,slurry seal,cape seal,grind MS Office and overlay, and pavement rehabilitation. This project will also replace damaged and uplifted sidewalks;curb and gutter;cross gutters;and driveway approaches. Finally,this project will reconstruct curb access ramps to comply with the latest Americans with Disabilities Act (ADA) requirements. Duties include construction inspection, preparing daily diaries with photos, monitoring contractor progress, preparing pay estimate quantities, performing safety inspections and SWPPP inspections,conducting employee interviews, and filing project documents. Cost:$6 Million. Telegraph Road Traffic Throughput&Safety Enhancement Project I City of Downey,CA Construction Inspector: This Federally Funded Project consisted of construction of raised median islands with landscaping and irrigation, reconstruction of the existing asphalt pavement, traffic signal modifications and signage and striping. Duties included construction inspection, preparing daily diaries with photos, monitoring contractor progress, preparing pay estimate quantities, performing safety inspections and SWPPP inspections, conducting employee interviews, and filing project documents. Cost: $5.8 Million. SR-210 Widening and Rehabilitation Project/Caltrans District 7/City of Sylmar,CA Construction Inspector: Project consisted of six-lane roadway underpass and double-track railway bridge to completely grade separate Nogales Street with the railroad between San Jose Avenue and Gale Avenue/Walnut Drive North. Gale Avenue and Walnut Drive North near Nogales Street was widened to two lanes in each direction to ease a traffic chokepoint.Duties included field inspection of contractor activities,produce daily diaries and quantities,and assisted office staff with filing. Cost:$120 Million. Countywide Asphalt Concrete Overlay"A"!County of San Diego/City of Escondido,CA Construction Inspector: Project consisted of asphalt concrete overlay in the city of Escondido,CA.Work included,but not limited to, traffic control,minor concrete,earthwork and grading,asphalt paving,striping,and SWPPP. Duties included inspection of construction work,coordinating with all field staff, producing daily dairies and quantities,assist the RE with office work and coordination in the field per Caltrans Standards.Year.Cost: $9 Million. 1-5 North Widening and Pavement Rehabilitation Project 1 Caltrans District 71 City of Valencia CA Construction Inspector: Project consisted of widening and improvements on SR-247 and local streets in Yucca Valley, CA. Work included,but not limited to,traffic control,minor concrete,earthwork and grading,asphalt paving,striping,and SWPPP Duties included inspection of construction work, coordinating with all field staff, producing daily dairies and quantities, assist the RE with office work and coordination in the field per Caltrans Standards.Cost: $36 Million. I-5/Carmenita Interchange Reconstruction Project I Caltrans District 7I City of Los Angeles,CA Construction Inspector: Project consisted of widening and improvements on 1-5 and local streets in Valencia, CA. Work included, but not limited to, traffic control, minor concrete, earthwork and grading, asphalt paving, drainage, major structures, retaining walls, bridge demo,electrical,traffic signals,striping,and SWPPP Duties included inspection of construction work,coordinating with all field staff,producing daily dairies and quantities,assist the RE with office work and coordination in the field per Caltrans Standards.Cost: $130 Million. EI .- - C O N S v I.T A N T S 766 `)llr . , On-Call Construction Management, Materials Testing, �` ` And Inspection Services THAER HADDADIN,PE Construction Manager I Construction Inspector ElEI Mr. Haddadin has over 16 years of construction and civil engineering experience on many CONSULTANTSLl S projects for local cities and government agencies. He has worked on a variety of public works and heavy civil projects that include highway widening and improvements, bridge widening,and reconstruction. Mr. Haddadin's construction inspection experience includes, but is not limited to,traffic control,COZEEP coordination,signage,striping, MBGR,safety, SWPPP concrete removals, ADL removals, asphalt removals, roadway excavation, Education trenching, storm drains, water lines,sewer lines, gas lines, driveways,sidewalk,curb and BS Civil Engineering,Hashemite gutter,ADA compliance, LCB,JPCP,HMA,and landscape. University,Jordan-2004. Licensing RELEVANT EXPERIENCE CA,PE No.C97132 Ventura Blvd 1-405 SB On Ramp Widening Project/Caltrans District 7 CTM 12 Lead Field Inspector: This project is located at Ventura Blvd LA 405 On- Ramp. Project Cal/OSHA/Defensive Driving consists of widening the southbound Interstate 405(1-405)on-ramp at Ventura Boulevard Training Certified. (Blvd). The On Ramp will be modified from a two Single Occupant Vehicle(SOV) lane to Years of Experience three metered SOV lanes. Duties included inspection of construction work, coordinating 16+ with all field staff, producing daily dairies and quantities, assist the RE with office work, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals, and Software verification in the field per Caltrans and Green Book Standards.Cost:$7 Million. MS Office 1-10 Bridge and Slope Repairs Project,/Caltrans District 7 Lead Field Inspector: This project is located at various bridges on LA 10 from La Cienega Boulevard (PM R8.94) to Washington Boulevard(PM R9.39)in the City of Los Angeles.This is an Emergency Limited Bid(ELB)DO contract to repair damages to the State Highway System(SHS)to bridge structures,slopes,electrical equipment,and other damages to State assets. Emergency Project for Bridge Repairs. Duties included inspection of construction work,coordinating.with all field staff, producing daily dairies and quantities, assist the RE with office work, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals, and verification in the field per Caltrans and Green Book Standards.Cost:$9 Million. 1-405 Slab Replacement Project/Caltrans District 7 Lead Field Inspector: Construction Inspection for 1-405 Individual Slab Replacement Project (RSC), Traffic Control, SWPPP, Pay Estimate, RFI and Submittal Reviewing, and CCO preparation. Duties included inspection of construction work, coordinating with all field staff,producing daily dairies and quantities,assist the RE with office work,prepare monthly pay estimate,review Contract Change Orders,RFIs and Submittals,and verification in the field per Caltrans and Green Book Standards.Cost:$5 Million. SR-14 Storm Drain Rehabilitation Project/Caltrans District 7 Lead Field Inspector: Construction Inspection for SR-14, Rehabilitation and Upgrading Storm Drain System and provide an Oil Retention Tanks for the Natural Oil in the Area. Shoulder HMA Paving, SWPPP, Traffic Control, Striping and Permanent K-Rail Installation. Duties included inspection of construction work, coordinating with all field staff, producing daily dairies and quantities, assist the RE with office work, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals, and verification in the field per Caltrans and Green Book Standards. Cost: $5 Million. 1-10 Rehabilitation Project from 1-5 Interchange to PCH/Caltrans District 7 Lead Field Inspector:Project consists of concrete slab replacement,approach slab replacement,shoulder HMA paving,MGS System, ADA ramps reconstruction,traffic control,construction area signs,SWPPP,and safety.Duties included inspection of construction work, coordinating with all field staff, producing daily dairies and quantities, assist the RE with office work, prepare monthly pay estimate, review Contract Change Orders, RFIs and Submittals, and verification in the field per Caltrans and Green Book Standards.Cost: $65 Million. 1-5 Storm Water Project in Northern Los Angeles County to Kern County Line I Caltrans District 7 Lead Field Inspector: Project consists of 9 miles on Interstate 5 in Los Angeles County and consists of Storm water improvements that includes excavation, placement of permanent BMPs, construction of MVPs, and construction of retaining walls. Project includes traffic control, construction area signs, clearing and grubbing, grading and earthwork, drainage, Lean Concrete Base, Continuously Reinforced Concrete Pavement, HMA pavement, ditch removal and paving, HMA Dike, Midwest Guardrail System, retaining walls, sand filters,Austin Vault, landscaping, SWPPP, and safety..Cost:$14 Million. milord CONSULTANTS 767 On-Call Construction Management, Materials Testing, IF ; :�., And Inspection Services CESAR VASQUEZ Scheduler Cesar Vasquez possesses over 25 years of experience in the construction industry,with a strong specialization in Primavera P6 scheduling. He has effectively managed work in EBB Q the civil and heavy highway construction sectors, developing and maintaining complex r 0NSLTI TA \TS resource-loaded project schedules. His expertise includes forecasting expenditures, providing detailed analysis, and creating comprehensive reports. Cesar is adept at performing time-impact analyses and has demonstrated superior communication skills and a team-oriented approach throughout his career. Education RELEVANT EXPERIENCE B.S.Civil Engineering,California 1-405 Design-Build Widening and Improvements Project,OCTAIDistrict 12 Polytechnic State University,San Luis Scheduler:This Federally Funded project consisted of widening one hundred lane miles Obispo in one of the most congested regions in the nation.The project replaced 18 bridges,added Years of Experience 4 lanes(100 lane miles of new pavement),relocate 120 wet and dry utilities,add 100's of 25 new sound walls, and incorporated a state of the art ITS system and deployed a Licenses&Certifications Transportation System Management and Transportation Demand Management Primavera P6 strategies; not to mention 1000's of drainage systems,flood control channels, 500 ADA MS Office Ramps. Duties included, but not limited to, providing an analysis with a review report of MS Project the contractor's TIA with recommendations on apportioning the delay days as compensable and non-compensable, and construction scheduling and claims support including review of contractor's baseline schedule submittals,schedule updates,and schedule revisions. Cost:$2.1 Billion. SR-71 Pomona-Chino Hills Widening Project,Caltrans District 7 Scheduler: The RT71 Pomona-Chino Hills project involved converting the existing 4-lane expressway into a full 8-lane standard freeway to enhance roadway capacity, improve traffic flow, and increase safety for commuters. Duties included, but not limited to, comprehensive analysis and review reports of the contractor's Time Impact Analysis(TIA), recommended apportioning delay days, and reviewed baseline schedule submittals. Monitored schedule updates and revisions,supported claims management by evaluating potential delays, and assisted in managing the project's budget. Utilizing Primavera P6,developed and maintained resource-loaded schedules, forecasted expenditures, identified risks, and mitigated delays, ensuring the project's successful completion. Cost: $86 million. SR-91-HOV Lanes(Adams Street to the Route 601215 Separation)Project,Caltrans District 8 Scheduler:This bid-build roadway project dramatically improved mobility and circulation throughout areas of the city near the freeway. The scope of work included the addition of one HOV lane in each direction of State Route 91 (SR-91) from Adams Street to the 60/91/215 interchange. Crews constructed 41 retaining and tieback walls, 13 precast steel girder bridges, a drainage system, mass grading, and HMA paving. Duties included, but not limited to, providing comprehensive schedule management, including baseline schedule submittals, schedule updates, time impact analysis, and claims support to ensure timely project completion and efficient resource allocation. Cost: $118 million. Rancho Mirage-1-10 Bob Hope Interchange,Caltrans District 8 Scheduler:This project involved the construction of a major new interchange on 1-10, including two post-tensioned bridges, paving, fencing,concrete barriers,signals, and lighting. Duties included, but not limited to, managing project schedule using Primavera P6, reviewing and approving baseline schedule submittals, monitoring schedule updates and revisions, performing time impact analysis, and providing claims support.Ensured the project stayed on track,with efficient resource allocation and timely completion,enhancing traffic flow and safety in the region.Cost:$22 Million. LA County-Del Amo Blvd.Extension T-30,City of Torrance Scheduler:This Extension T-30 project in Torrance involved construction of a four-lane road,widened existing roadway segments, building a new bridge, and improved drainage and utilities. Duties included, but not limited to, managing the project schedule, reviewing, and updating baseline schedules, conducting time impact analyses, and providing claims support. Ensured efficient allocation of resources and timely project completion using advanced scheduling techniques and Primavera P6 to maintain complex, resource-loaded project schedules. The project significantly enhanced local transportation infrastructure and improved traffic flow. Cost:$10 million. ii CONSULTANTS 768 .1 On-Call Construction Management, Materials Testing, And Inspection Services JASMINE FAKHOURI Office Engineer I Labor Compliance Ms. Fakhouri has more than 5 years of experience as an Office Engineer on public works projects for public works agencies and construction contractors. Her responsibilities include, F C but are not limited to, reviewing certified payroll, employee interviews, maintaining accurate ` ` and complete project records and files; maintaining contract records; assisting the Project Manager with change orders,submittals,and RFIs;assisting in preparing quantity calculations and cost estimates; coordinating with various agencies; reviewing and preparing Education correspondence; preparing and updating spreadsheets;converting working files to PDF; and BS Civil Engineering, CSUF preparing various reports.Ms.Fakhouri has extensive experience working on federally funded MS Civil/Environmental projects that utilize FHWA and Local Assistance Procedures Manual requirements for Engineering, UCLA-2022 documentation and filing, verifying certified payroll of contractors, and producing documentation and reports accordingly. Licensing EIT No. 183093. RELEVANT EXPERIENCE 1-15/Main Street Improvement Project-City of Lake Elsinore I Caltrans District 8 Office Engineer/Labor Compliance: This Federally Funded project consisted of widening and improvements to Main Street at 1-15 from 2 lanes to 4 lanes, ramp metering, improvements to both NB on and off ramps, SB off ramp widening at the intersection and installation of traffic signals. Duties included, but were not limited to, verifying the contractor's certified payroll, preparing and maintaining project files; performing document control;creating and updating correspondence logs; preparing and updating submittal logs,RFI logs,CCO logs,and materials testing report logs;preparing progress reports;assisting the Resident Engineer with reviewing CCO and pay estimate requests;and collecting inspector reports and quantities. Princeton Avenue Improvements Project,City of Moorpark,CA Office EngineerlLabor Compliance: This Federally Funded project consisted of widening and rehabilitation of Princeton Avenue in the City of Moorpark. Duties included, but were not limited to, preparing, and maintaining project files; performing document control; creating and updating correspondence logs; preparing and updating submittal logs, RFI logs, CCO logs, and materials testing report logs;preparing progress reports;assisting the Resident Engineer with reviewing CCO and pay estimate requests;collecting inspector reports and quantities;and verifying the contractor's certified payroll. Telegraph Road Traffic Safety Enhancements Project,City of Downey,CA Office Engineer/Labor Compliance: This Federally Funded project consisted of various improvements on Telegraph Road. Duties included, but were not limited to, preparing, and maintaining project files; performing document control; creating and updating correspondence logs;preparing and updating submittal logs, RFI logs,CCO logs,and materials testing report logs;preparing progress reports; assisting the Resident Engineer with reviewing CCO and pay estimate requests;collecting inspector reports and quantities; and verifying the contractor's certified payroll. Imperial Highway Traffic Signal Upgrades and Safety Enhancement Project,City of Downey,CA Office Engineer/Labor Compliance: This Federally Funded Project consists of construction of a fiber optic traffic signal communication system on Stewart& Gray Road. Duties included, but were not limited to, verifying the contractor's certified payroll, preparing, and maintaining project files; performing document control; creating and updating correspondence logs; preparing and updating submittal logs; maintaining logs; preparing progress reports; assisting the Resident Engineer with reviewing CCO and pay estimate requests;and collecting inspector reports and quantities. Stewart&Gray Road Fiber-Optic Traffic Signal Project,City of Downey,CA Office Engineer/Labor Compliance:This Federally Funded Project consists of construction of a fiber optic traffic signal communication system on Stewart&Gray Road;Duties included, but were not limited to,verifying the contractor's certified payroll, preparing and maintaining project files; performing document control;creating and updating correspondence logs; preparing and updating submittal logs; maintaining logs; preparing progress reports;assisting the Resident Engineer with reviewing CCO and pay estimate requests;and collecting inspector reports and quantities. CONS V LTA N TS 769 On-Call Construction Management, Materials Testing, And Inspection Services LOURDES CAGNER Technical Support Staff Mrs. Cagner has over 30 years of administrative experience in diverse environments and is five years of experience as an assistant office engineer working with public works projects. C cal As an Assistant Office Engineer and Office Manager duties included, but were not limited CO N s u LTA N r s to,preparing certified payroll for prevailing wage employees,reviewing contractor's certified payroll, maintaining accurate and complete project records and files; assisting the Project Manager with change orders, submittals, and RFIs; assisting in preparing quantity calculations and cost estimates, coordinating with various agencies and subs,coordinating Education with Program/Project Managers to ensure standard procedures were tailored to client Business Administration,Rio Hondo needs, supporting project staff with routine assignments as well as supervising and College,CA instructing less experienced administrative staff, preparing payroll for all employees Years of Experience RELEVANT EXPERIENCE 30+ OCTA 1-405 Improvement Project,OCTA I Caltrans District 12 I Orange County, CA Assistant Office Engineer: This project consists of improving 16 miles of the San Diego Software Freeway(1-405)between State Route 73(SR-73)and Interstate 605(1-605). It also includes MS Office the construction of the new 405 Express Lanes from SR-73 to 1-605. Mrs. Cagner's duties include, but are not limited to,labor compliance, maintaining and filing project documents, assisting the RE/PM with maintaining RFI and submittal logs, assisting in the preparing progress reports, and collecting inspector reports and quantities. Mrs. Cagner is consistently utilizing computer programs such as Microsoft Office and Dropbox on this project as well. Cost: $2.08 Billion. SR-91 Westbound Corridor Operations Project I RCTC I Caltrans District 8/San Bernardino&Riverside County, CA Assistant Office Engineer: This project added a new lane to westbound 91 for approximately two miles between the Green River Road on-ramp and the southbound Route 241 connector, next to the outer shoulder. The new street was designed to help relieve westbound traffic congestion through this heavily traveled corridor, particularly for morning traffic. Duties included, but were not limited to, labor compliance, maintaining and filing project documents, assisting the RE/PM with maintaining RFI and submittal logs, assisting in the preparing progress reports,and collecting inspector reports and quantities,Mrs.Cagner consistently utilized computer programs such as Microsoft Office and Dropbox while on this project. Cost: $22 Million. SR-60 Truck Lanes and Widening Project I RCTC I Caltrans District 8/San Bernardino &Riverside County,CA Assistant Office Engineer: This project widened a 4.5-mile section of Route 60 from Gilman Springs Road to 1.4 miles west of Jack Rabbit Trail in Riverside County's badlands between Moreno Valley and Beaumont.The project was within mountainous terrain with a curving alignment and steep grades. The project was designed to improve the safety and efficiency of travel between the Coachella Valley and western Riverside County. Duties included, but were not limited to, labor compliance, maintaining and filing project documents, assisting the RE/PM with maintaining RFI and submittal logs, assisting in the preparing progress reports, and collecting inspector reports and quantities. Mrs. Cagner consistently utilized computer programs such as Microsoft Office and Dropbox while on this project. Cost: $40 Million. Hamner Avenue Bridge and Widening Project I RCTC I City of Norco,CA Assistant Office Engineer:This project replaced an 81-year-old,two-lane Hamner Avenue bridge with a state-of-the-art structural, seismic, and hydraulic-designed bridge.The new 1,200-foot-long bridge included six 12-foot-wide vehicle lanes, 3 in each direction, a 4-foot wide median and shoulders, and a 12-foot-wide multi-purpose trail on the bridge's east side Duties included, but were not limited to, labor compliance, maintaining and filing project documents, assisting the RE/PM with maintaining RFI and submittal logs, assisting in the preparing progress reports,and collecting inspector reports and quantities.Mrs.Cagner consistently utilized computer programs such as Microsoft Office and Dropbox while on this project. Cost: $47.2 Million. 1-15 I Limonite Interchange Reconstruction Project I RCTC/Caltrans District 8/San Bernardino&Riverside County, CA Assistant Office Engineer: This project included removing and replacing the freeway interchange at Interstate 15, Limonite Avenue is an existing six-lane access-controlled freeway with three mixed-flow lanes in each direction. Duties included, but were not limited to,labor compliance, maintaining and filing project documents,assisting the RE/PM with maintaining RFI and submittal logs,assisting in the preparing progress reports,and collecting inspector reports and quantities.Mrs.Cagner consistently utilized computer programs such as Microsoft Office and Dropbox while on this project. Cost: $40 Million P 1 ©©. TTS 770 Trusted Partner for Construction Management and Inspection Services R 1 Grade Separations Railroad sl 4.1 t' Transit Highways HUNTINGTON Freeways 4 BEACH , l n Bridges SURF CITY U S 4 ` Water Lines Sewer Lines s: , _'° Wastewater ° WELCOME � � ---��=� �" Street Lighting Signalized Intersections • '` I • •a • Fiber Optics y Landscape Hardscape shutterMockcom•2614275933 Striping SWPPP Capital Improvements Public Works Transportation Design-Build CMGC Ports 22885 Savi Ranch Parkway,Suite G Airports Yorba Linda,California 92887 School Districts Tele 1714.312.0317 CONSULTANTS Fax I 714.312.0793 www.fcgconsultants.com 771 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 finn 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. 772 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. 773 EXHIBIT B SCHEDULE OF HOURLY RATE F C CONSULTANTS Construction Management(Construction Inspection i Plan Checking FCG CONSULTANTS, INC. 2025 PROFESSIONAL RATES On-Call Construction Management, Materials Testing, and Inspection Services City of Huntington Beach CLASSIFICATION HOURLY RATES Project Manager* $251.76 Resident Engineer* $233.76 Construction Manager* $233.76 Structures Representative* $233.76 Structures Inspector* $152.52 Construction Inspector* $152.52 Office Engineer $104.13 Labor Compliance Officer $110.23 Scheduler* $192.91 Estimator* $192.91 Senior Plan Checker* $233.76 Plan Checker* $165.67 Assistant Plan Checker* $113.74 Notes: • Overtime and Weekend work is not included. Overtime is charged at 1.5 x the actual rate, and double time is to be charged at 2 x the actual rate. • ODC's will be charged at cost. • Onsite/Offsite personnel rates are billed at the same rate based on Federal Acquisition Regulations (FARs). • Rates for Inspectors are subject to prevailing wage rates. • Rates are fixed for 4 years • Mileage cost as per the IRS Standard Mileage Rate. 22885 Savi Ranch Parkway, Suite G,Yorba Linda,CA 92807 I P:(714)312-0317 I F: (714)312-0793 774 L�I Currad & n Rate Schedule Curra Public 2025 STAFF TYPE HOURLY RATE Administrative $145 Drafter/Project Assistant/Technician 1 $155 Designer 1 /Geologist 1 /GIS Analyst 1 /Planner 1/Scientist 1 /Technician 2 $160 Graphic Artist/Project Specialist $170 Designer 2/Geologist 2/GIS Analyst 2/Scientist 2/Specifications Manager $190 Graphics Manager/Senior Project Assistant $200 Engineer 1 /Planner 2/Technical Specialist 1 /Technician 3 $215 Contract Document Specialist/Geologist 3/GIS Analyst 3/Scientist 3 $225 Designer 3/Engineer 2/Plant Manager/Procurement Specialist/Programmer 1 / $240 Project Geologist 1 /Project Scientist 1/Technical Specialist 2 Engineer 3/GIS Solutions Analyst/Planner 3/Programmer 2/ $265 Technical Specialist 3 Programmer 3/Project Geologist 2/Project Scientist 2/Project Tech Specialist 1 / $270 Senior Designer Project Electrical Engineer 1 /Project Engineer 1/Project Planner 1 $280 Project Engineer 2/Project Planner 2/Project Tech Specialist 2/Senior Project Geologist/ Senior Project Scientist/Senior Resident Project Representative $295 Senior Cost Estimator/Senior Planner $300 GIS Manager/Project Manager 1 /Technical Manager 1 $320 Construction Manager/Project Manager 2/Technical Manager 2 $335 Program Manager $345 Senior Project Manager/Senior Technical Manager $355 Senior Consultant $360 Senior Delivery Leader/Senior Program Leader/Senior Technical Leader $365 Principal in Charge $370 Senior Technical Consultant $375 Senior Practice Leader $385 EXPENSES Travel $0.70/mile Other Direct Costs At Cost Plus 15% Subconsultants/Subcontractors At Cost Plus 15% NOTES Mileage rate will change as the federal allowable rate is modified. This rate schedule is confidential and for customer internal use only. As000 Woodard&Curran reserves the right to adjust billing rates annually. Page 1 of 1 775 Construction Management SAMBAConstruction Inspection ENGINEERING,INC. SAMSA ENGINEERING, INC. RATE SHEET City of Huntington Beach RFP Released May 15,2025 CLASSIFICATION HOURLY RATE Senior Project Manager $285.00 Project Manager $255.00 Resident Engineer $235.00 Structures Representative $235.00 Office Engineer $125.00 Construction Inspector $165.00 Overtime and Weekend work is not included. Overtime is charged at 1.5x the actual rate,and double time is charged at 2x the actual rate. ODC's will be charged at cost. Onsite/Offsite personnel rates are billed at the same rate based on Federal Acquisition Regulations (FARs). 17011 Beach Blvd.Suite 900, Huntington Beach,CA 92674 I (714)475-4706 776 Schedule of Fixed Hourly Rates Please attach and submit as part of the Cost Proposal. Name: PMCS Group, Inc. Job Title Fixed Hourly Rate Senior Project Manager $212.00 Project Manager $192.00 Assistant Project Manager $158.00 Senior Construction Manager $198.00 Construction Manager $185.00 Junior Construction Manager $167.00 Senior Project Engineer $152.00 Project Engineer $140.00 Senior Scheduler $190.00 Scheduler $170.00 Senior Estimator $190.00 Estimator $170.00 Senior Cost Control $170.00 Cost Control $150.00 Inspector III (8+years) $165.00 Inspector II(4-7 years) $154.00 Inspector I(1-3 years) $143.00 Document Control $115.00 Administrative Assistant $110.00 Secretary $90.00 Clerk $80.00 Other Direct Costs Fully Burdened Rate Mileage IRS Rate Requested equipment(computers,supplies,etc.)—with CLB approval Billed at Cost 777 UMP Phone : +1 (424) 302-3516 Email : services@umplanners.com www.umplanners.com Schedule of the Cost Marketway Global LLC dba. UMP proposes the following detailed hourly rate schedule for all staff positions that will be assigned to perform the consulting services outlined in the City of East Palo Alto's Planning On- Call Staff Augmentation RFP. Detailed Schedule of Hourly Rates: Title Billing Rate Demographic Research&Planning Specialist $115 Design Associate-Architect $130 Design Manager-Architect $165 Drinking Water Program Specialist $106 EMS Supervisor $125 GIS Analyst $113 Lead Project Cost Estimator $224 OAR I(Owner's Authorized Representative) $160 OAR II(Owner's Authorized Representative) $180 Planning&Development Project Manager $150 Program Manager $250 Lead of Project Controls $250 Project Scheduler IV $225 Project Scheduler III $200 Project Scheduler II $165 Project Scheduler I $135 Project Cost Estimator $160 Project Development Manager $170 Project Labor Coordinator $115 QA/QC Technical Reviewer-Electrical $142 Senior Design Manager $182 Senior M&O Project Manager $210 Senior Office Engineer $115 Senior Project Cost Estimator $200 Senior Project Development Manager $215 Site Assessment Project Manager $160 Survey Design, Research and Analysis-Customer Satisfaction $115 Survey Design, Research and Analysis-Employee's Engagement $115 Page I 1 778 Phone : +1 (424) 302-3516 Email : services@umplanners.com www.umplanners.com Additional Costs: • Travel, printing, postage, and miscellaneous reimbursable expenses will be billed at actual incurred cost. • Such additional expenses will be incurred only upon prior approval from the City of East Palo Alto and will include no administrative markup. Note: To ensure clarity, the above hourly rates are applicable to all Service Categories outlined in the RFP. If required by the City, we will provide separate cost structures for each individual service category. Page 12 779 s=G SPECS Engineering Group Corporate Office Field Office 135 S.State College Blvd,#200 4375 Lowell St(Suite D&E) Brea,CA 92821 Ontario,CA 91761 HOURLY RATE/FEE SCHEDULE PRIME CONSULTANT FIRM RANGE(RATE/Hour) Fee Schedule Year 1 thru 4 Director Construction Managers 286.80 - 343.6 Resident Engineers 286.80 - 344.6 Structure Engineers 241.39 - 270.02 Construction Inspectors 169.66 - 198.29 Electrical/Building Inspectors 159.88 - 188.51 Landscape Inspectors 158.40 - 187.03 Office Engineers 145.12 - 173.75 Public Relations 139.40 - 158.03 Administrative Support 97.57 - 116.20 Sub-Consultant Costs: Notes: 1.Overtime and weekend work is not included.Overtime is to be charged at 1.5 the above rate for Inspection work. 2.Project related miscellaneous expenses including vehicle,mileage,cellphones,travel....etc.are INCLUDED in the above Rates. 3.Inspectors will be fully equipped with vehicles,computers,tools,and equipment required to perform their tasks. 4.Cost proposal is subject to prevailing wage rates for inspection. 5.Billing rates are based on actual hours worked. 6.Prevailing wage for inspectors=5189.66/hour,when performing PW inspection work. 780 G Professional Staff Rates Per Hour Unless Otherwise Noted Rate Classification 2025 2026 2027 2028 Principal/Project Director $248.00 $260.40 $273.42 $287.09 Quality Program Manager $233.00 $244.65 $256.88 $269.73 Project Technical Advisor $227.00 $238.35 $250.27 $262.78 Project Manager $217.00 $227.85 $239.24 $251.20 Staff Engineer $184.00 $193.20 $202.86 $213.00 Laboratory Manager $139.00 $145.95 $153.25 $160.91 Laboratory Technician $117.00 $122.85 $128.99 $135.44 Administrative $69.00 $72.45 $76.07 $79.88 IIIIIIIIIIIIIIIMI Field Inspection and Technician Services Rate Classification 2025 2026 2027 2028 Quality Control Manager $180.00 $189.00 $198.45 $208.37 Public Works Inspector $152.00 $159.60 $167.58 $175.96 ICC Soils Inspector/Grading Inspector/LA Deputy $157.00 $164.85 $173.09 $181.75 ICC Structural Concrete/Masonry Inspector $157.00 $164.85 $173.09 $181.75 Roadway Inspector $157.00 $164.85 $173.09 $181.75 Structures Inspector $157.00 $164.85 $173.09 $181.75 HMA/Concrete Batch Plant Inspector $152.00 $159.60 $167.58 $175.96 Source Materials Fabrication Inspector $157.00 $164.85 $173.09 $181.75 Quality Assurance/Quality Control Technician $152.00 $159.60 $167.58 $175.96 AWS Certified Welding Inspector $157.00 $164.85 $173.09 $181.75 NDE Inspection (ASNT,NDT, UT/MT/PT) $181.00 $190.05 $199.55 $209.53 Coating Inspection(NACE II) $178.00 $186.90 $196.25 $206.06 Rate Classification - - 2025 2026 2027 2028 Monthly Certified Payroll Report $150 $157.50 $165.38 $173.64 Final Geotechnical or Design Report Replicate Copy $275 $288.75 $303.19 $318.35 Overnight Mail(cost plus 15%) 15% 15% 15% 15% 781 G3 ®la Equipment Usage Per Day Unless Otherwise Noted Equipment/Vehicle Rate Classification 2025 2026 2027 2028 Air Meter $39.00 $40.37 $41.78 $43.24 Drilling/Sampling Equipment By quote Nuclear Gauge(per hour) $9.00 $9.32 $9.64 $9.98 Concrete/Asphalt Coring Equipment $583.00 $603.41 $624.52 $646.38 Ground penetrating radar $299.00 $309.47 $320.30 $331.51 Magnetic Imaging Technology Scanner(MIT dowel bar Scanner) (per hour) $210.00 $217.35 $224.96 $232.83 Pavement Inertial Profiling truck(per hour) $236.00 $244.26 $252.81 $261.66 Field Truck $116.00 $120.06 $124.26 $128.61 Caftans Rapid Strength Concrete Testing Mobile Laboratory $473.00 $489.56 $506.69 $524.42 Onsite Project Mobile Laboratory By quote Remote Project Subsistence By quote Travel Time(billed Portal to Portal at hourly billing rate of the By quote individual) Overtime and Saturday Rate 1.5x Hourly Rate Double-time,Sunday and Holiday Rate 2.0x Hourly Rate Less than 12 Hour Notice Scheduling Surcharge Standard Rate plus 50% Laboratory Sample Handling Per Hour Unless Otherwise Noted SOMPIO,PiCk-Up Classification Rate 2025 2026 2027 2028 Sample Pick-Up Trip(within 100 miles of closest G3 Laboratory Flat Rate) $225.00 $232.88 $241.03 $249.46 Saturday or Sunday Sample Pick-Up Trip(within 100 miles of $355.00 $367 43 $380.28 $393 59 closest G3 Laboratory Flat Rate) t'oboratory+Services •`..ete:Avad..tor certain Tests at the Following Premiums,Above bst;Price Classification Rate Same Day Service (dependent on availability) 100% 1 Day Turnaround 80% 2 Day Turnaround 60% 3 Day Turnaround 40% 4 Day Turnaround 25% 782 G3 ®e. LaboratoryTestingServices Test Test Method Invoice Rate Code 2025 2026 2027 2028 Coefficient of Thermal Expansion AASHTO T-336 5000 $772.00 $799.02 $826.99 $855.93 Core Compression(including trimming) ASTM C42/C39 5001 $105.00 $108.68 $112.48 $116.42 Cylinder.Compression Strength-6"x 12"or 4"x 8" ASTM C39,CTM 5002 $48.00 $49.68 $51.42 $53.22 521,AASHTO T22 Cylinder:Tested out of Sequence-6"x 12"or 4"x 8" ASTM C39,CTM 5003 $54.00 $55.89 $57.85 $59.87 521,AASHTOT22 Density,Absorption,and Voids in Hardened Concrete ASTM C642 5004 $428.00 $442.98 $458.48 $474.53 ASTM C78,CTM Flexural Beams Not Exceeding Ref.Size of 6'x6"x18" 523,AASHTO T97, 5005 $92.00 $95.22 $98.55 $102.00 ASTM C1609 Modulus of Elasticity Test ASTM C469 5006 $249.00 $257.72 $266.74 $276.07 Splitting Tensile Strength:Cylinders ASTM C496 5007 $122.00 $126.27 $130.69 $135.26 Measuring Thickness of Concrete Elements Using Drilled ASTM C 174/CTM 5011 $55.00 $56.93 $58.92 $60.98 Cores(Per Core) 531 AASHTO T160/ Drying Shrinkage(28 Days),5 Readings up to 28 Dry Days ASTM C157 5009 $668.00 $691.38 $715.58 $740.62 Modified AASHTO T160/ • Additional Reading.Per Set of Three Bars ASTM C157 5009.1 $67.00 $69.35 $71.77 $74.28 Modified • Storage over Ninety(90)Days,Per Set of AASHTO T160/ Three Bars,Per Month ASTM C157 5009.2 $39.00 $40.37 $41.78 $43.24 Modified Nuclear Hot Concrete Test SPM-5.28.14 5012 By Quote By Quote By Quote By Quote Test Test Method Invoice Rate Code 2025 2026 2027 2028 Coring of Test Panels in Lab(Each) 5100 $71.00 $73.49 $76.06 $78.72 Diamond Sawing of Cores or Cylinders(Each) 5101 $48.00 $49.68 $51.42 $53.22 Test Test Method Invoice Rate Code 20251 20261 20271 2028 Concrete Laboratory Trial Batch ASTM C192 5200 By Quote Concrete Laboratory Mix Study ASTM C192 5201 By Quote lab Drying Shrinkage(28 days Wet/28 Day Dry),5 ASTM C157 5202 $689.00 $713.12 $738.07 $763.91 Readings AASHTO T160/ Lab Drying Shrinkage(Up to 28 days),5 Readings ASTM C157 5203 $638.00 $660.33 $683.44 $707.36 Modified AASHTO T160/ • Additional Reading,Per Set of Three Bars ASTM C157 5203.1 $67.00 $69.35 $71.77 $74.28 Modified • Storage over Ninety(90)Days,Per Set of AASHTO T160/ Three Bars,Per Month ASTM C 157 5203.2 $39.00 $40.37 $41.78 $43.24 Modified Time of Set(Up to 8 hours) ,ASTM C403 5204 $210,00 $217.35 $224.96 $232.83 Laboratory Concrete Mix Study ASTM C192 5205 By Quote Potential Alkali Reactivity of Aggregates(Mortar-Bar ASTM C1260 5206 $1,050.00 $1,086.75 $1,124.79 $1,164.15 Method)-Fine Aggregate Potential Alkali Reactivity of Aggregates(Mortar-Bar ASTM C1260 5207 $1,260.00 $1,304.10 $1,349.74 $1.396.98 Method)-Coarse Aggregate Potential Alkafi-Silica Reactivity of Aggregate ASTM C1567 5208 $1,260.00 $1,304.10 $1,349.74 $1,396.98 Combinations-Accelerated Mortar Bar Method Unit Weight Including Lightweight Concrete,Air Dry ASTM C567 5209 $132.00 $136.62 $141.40 $146.35 Method Unit Weight Including Lightweight Concrete,Oven Dry ASTM C567 5210 $116.00 $120.06 $124.26 $128.61 Method Potential Reactivity of Aggregate-Mortar Bar Expansion ASTM C 1293 5211 $2,900.00 $3,001.50 $2,900.00 $2,900.00 Method(12 Months) 783 G3 ltl®ri Potential Reactivity of Aggregate-Mortar Bar Expansion ASTM C1293 5212 Method(24 Months) $3,100.00 $3,208.50 $3,320.80 $3,437.03 Specifications for Lightweight Aggregates ASTM C330 5213 By Quote Test Test Method Invoice Rate Code 2025 2026 2027 2028 Absorption of Masonry Block(set of 3) ASTM C140 5300 $128.00 $132.48 $137.12 $141.92 Compressive Strength of Composite Prism,8"x8"x16" ASTM C1314 5301 $174.00 $180.09 $186.39 $192.92 Compressive Strength of Composite Prism,8"xl2"x16" ASTM C1314 5302 $272.00 $281.52 $291.37 $301.57 Compression Strength of Masonry Block(set of 3) ASTM C140 5303 $280.00 $289.80 $299.94 $310.44 Compressive Strength of Masonry Cores,6" ASTM C39 5304 $92.00 $95.22 $98.55 $102.00 Grout Compressive Strength,2"x2"x2"Cube ASTM C109 5305 $58.00 $60.03 $62.13 $64.31 Grout Compressive Strength,3"x3"x6"Prism UBC STD 21-18, 5306 $76.00 $78.66 $81.41 $84.26 ASTM C1019 Linear Shrinkage of Masonry Block(set of 3) ASTM C426 5307 $334.00 $345.69 $357.79 $370.31 Mortar Compressive Strength 2"x4".3"x6"Cylinder UBC STD 21-16, 5309 $128.00 $132.48 $137.12 $141.92 ASTM C780 Mortar Compressive Strength 2"x2"x2"Cube UBC STD 21-16, 5310 $58.00 $60.03 $62.13 $64.31 ASTM C780 Shear Test of Masonry Cores,6" DSA 5311 $128.00 $132.48 $137.12 $141.92 Unit Weight of Masonry Block(set of 3) ASTM C140 5313 $128.00 $132.48 $137.12 $141.92 Web and Face Shell Measurements ASTM C140 5314 $79.00 $81.77 $84.63 $87.59 Laboratory Batched Cement Mortar.2"x2"x2"Cubes(Set ASTM C109 5315 $620.00 $641.70 $664.16 $687.41 of 9) Relative Mortar Strength of Portland Cement Concrete CTM 515 5316 $1,320.00 $1,366.20 $1,414.02 $1,463.51 Sand Test Test Method Invoice Rate Code 2025 2026 2027 2028 Abrasion:Los Angeles Rattler ASTM CTM 2000 $349.00 $361.22 $373.86 $386.94 211,AASHTASHT O T96 Abrasion:Los Angeles Rattler,Large-Size Coarse Agg. AST C535,CT 2001 $386.00 $399.51 $413.49 $427.97 21Atterberg Limits/Plasticity Index ASTM D4318,CTM 2002 $313.00 $323.96 $335.29 $347.03 204,AASHTO T90 California Bearing Ratio Excluding Maximum Density(Multi-ASTM D1883, 2003 $549.00 $568.22 $588.10 $608.69 Point) AASHTO T193 California Bearing Ratio Excluding Maximum Density(One ASTM D1883, 2003.1 $263.00 $272.21 $281.73 $291.59 Point) AASHTO T193 California Bearing Ratio Excluding Maximum Density ASTM D1883, 2003.2 $683.00 $706.91 $731.65 $757.25 (Cement or lime Treated) AASHTO T193 Chloride and Sulfate Content 4C22 417,CTM 2004 $203.00 $210.11 $217.46 $225.07 Clay Lumps and Friable Particles ASTM C142 2005 $301.00 $31 1.54 $322.44 $333.72 Cleanness Value:1"x#4 CTM 227 2006 $275.00 $284.63 $294.59 $304.90, Cleanness Value:2.5"x 1.5'or 1.5"x.75" CTM 227 2007 $550.00 $569.25 $589.17 $609.79 Corrosivity Series:Sulfate,Cl,pH,Resistivity CTM 643,417,422 2008 $402.00 $416.07 $430.63 $445.70 Crushed/Fractured Particles ASTM D5821,CTM 2009 $267.00 $276.35 $286.02 $296.03 205,T335 Durability Index:Per Method-A,B,C.or D ASTM D3744,CTM 2010 229,AASHTO 1210 $338.00 $349.83 $362.07 $374.75 Expansion Index ASTM D4829 2011 $251.00 $259,79 $268.88 $278.29 Flat Particle and Elongated Particle ASTM D4791,CTM 2012 $273.00 $282.56 $292.44 $302.68 235 Flat or Elongated Particle A35M D4791,CTM 2013 $281.00 $290.84 $301.01 $311.55 Full Depth Reclamation(FDR)Mix Design Project Specified 2014 By quote Material Finer than#200 Sieve by Washing ASTM D1140.CTM 2015 $129.00 $133.52 $138.19 $143.02 202,AASHTO T11 Moisture and Density:Ring Sample ASTM D2937 2016 $67.00 $69.35 $71.77 $74.28 Moisture and Density:Shelby Tube Sample ASTM D2937 2017 $95.00 $98.33 $101.77 $105.33 784 G3 Organic Impurities ASTM C40,CTM 2018 $135.00 $139.73 $144.62 $149.68 213.AASHTO T21 Permeability of Granular Soil ASTM D2434,CTM 2019 By quote 220,AASHTO 7215 R-Value:Soil ASTM D2844,CTM 2020 $371.00 $411.33 301,AASHTO T190 $383.99 $397.42 R-Value:Aggregate Base ASTM D2844,CTM 2021 $516.00 $534.06 $552.75 $572.10 301,AASHTO T190 Relative Compaction of Soils(California Method) CTM 216 2022 $281.00 $290.84 $301.01 $311.55 Sand Equivalent ASTM D2419,CTM 2023 $177.00 $183.20 $189.61 $196.24 217,AASHTO T176 Sieve w/Hydrometer: Gravel to Clay ASTM D422 CTM r: 2024 $315.00 $326.03 $337.44 $349.25 203.AASHTO T88 Sieve w/Hydrometer:Sand to Clay ASTM D422,CTM 2025 $315.00 $326.03 $337.44 $349.25 203,AASHTO T88 Sieve Analysis with Wash ASTM C136,CTM 2026 $177.00 $183.20 $189.61 $196.24 202 AASHTO T27 Sieve Analysis w/out Wash ASTM C136,CTM 2027 $150.00 $155.25 $160.68 $166.31 202.AASHTO T27 ASTM C 136,CTM Split Sieve Analysis(coarse/fine aggregates) 2028 $261.00 $270.14 $279.59 $289.38 202,AASHTO T27 Sieve Analysis w/o Wash:W/Cobbles ASTM C136,CTM 2029 $287.00 $297.05 $307.44 $318.20 202,AASHTO T27 Soil Cement Treated Mix Design Project Specified 2030 By quote Soil Max.Density 8 Optimum Moisture:Standard Effort ASTM D698, 2031 $299.00 $309.47 $320.30 $331.51 AASHTO T99 Soil Max.Density 8 Optimum Moisture:With Rock ASTM D698, Correction D1557,D4718, 2032 $393.00 $406.76 $420.99 $435.73 AASHTO T99,T180 Soil Max.Density 8 Optimum Moisture Density:Check ASTM D698, Point D1557.AASHTO 2033 $129.00 $133.52 $138.19 $143.02 T99,T180 D1557,AASHTO Max.Density 8 Optimum Moisture:Modified Effort T99 T180 2034 $320.00 $331.20 $342.79 $354.79 ASTM D566,CTM Soils and Aggregates:Moisture Content 226,AASHTO T255 2035 $42.00 $43.47 $44.99 $46.57 Soundness:Sodium or Magnesium Sulfate.5 Cycles,Per ASTM C88,CTM 2036 $183.00 $189.41 $196.03 $202.90 Sieve Size 214,AASHTO T104 Specific Gravity and Absorption:Coarse Aggregate ASTM C127,CTM 2037 $149.00 $154.22 $159.61 $165.20 206.AASHTO T85 Specific Gravity and Absorption:Fine Aggregate ASTM C 128.CTM 2038 $231.00 $239.09 $247.45 $256.11 207,AASHTO T84 Specific Gravity of Soils ASTM D854,CTM 2039 $145.00 $150.08 $155.33 $160.76 209,AASHTO T100 Standard Specification for Concrete Aggregates(C33) ASTM C33 2040 By quote ASTM C 1252.CTM Uncompocted Void Content-Fine Aggregate 234,AASHTO T304 2041 $212.00 $219.42 $227.10 $235.05 ASTM Unconfined Compression of Soils D2166,CTM 2042 $313.00 $323.96 $335.29 $347.03 221. 221 AASHTO T208 Unit Weight of Aggregates ASTM C29,CTM 2043 $137.00 $141.80 $146.76 $151.89 212,AASHTO T19 Voids in Aggregate AST,C29,CTM 2044 $137.00 $141.80 $146.76 $151.89 212,AASHTO T19 Lightweight Particles,Fine Aggregate ASTMC123, 2045 $184.00 $190.44 $197.11 $204.00 AASHASH TO T113 Lightweight Particles,Coarse Aggregate ASTM C123, 2046 $221.00 $228.74 $236.74 $245.03 AASHTO T113 Lightweight Particles,Coarse Aggregate(Cheri) ASTM C123. 2047 $221.00 $228.74 $236.74 $245.03 AASHTO T113 785 G3 ®IR Test Test Method Invoice Rate Code 2025 2026 2027 2028 SSD:Bulk Specific Gravity of Compacted HMA Sample or ASTM D2726,CTM Core 308C,AASHTO 3000 $71.00 $73.49 $76.06 $78.72 T166 Coated:Bulk Specific Gravity Compacted HMA Sample ASTM D1188,CTM or Core 308A,AASHTO 3001 $102.00 $105.57 $109.26 $113.09 T275 Draindown Characteristics in Uncompacted HMA ASTM D6390, 3002 $210.00 $217.35 $224.96 $232.83 AASHTO T305 Lab Mixed-Effect of Moisture on HMA ASTM D4867, 3003 $1,647.00 $1,704.65 $1,764.31 $1,826.06 AASHTO T283 Lob Mixed-Effect of Moisture on HMA.1 Freeze Thaw ASTM D4867,AASHTO T283 3004 $2,010.00 $2,080.35 $2,153.16 $2,228.52 Plant Mixed-Effect of Moisture on HMA Mix ASTM D4867, 3005 $1,191.00 $1,232.69 $1,275.83 $1,320.48 AASHTO T283 Plant Mixed-Effect of Moisture on HMA,1 Freeze Thaw ASTM D4867, 3006 $1,647.00 $1,704.65 $1,764.31 $1,826.06 AASHTO T283 Extraction:%Bitumen by Ignition ASTM D6307,CTM 3007 $270.00 $279.45 $289.23 $299.35 382,AASHTO T308 ASTM Extraction:%Bitumen by Ignition&Gradation D6307/D5444, 3008 $373.00 $386.06 $399.57 $413.55 CTM 382/202, AASHTO T308/127 Gyratory Compacted Bulk Sp.Gr.(set of 3) ASTM D6925, 3009 $368.00 $380.88 $394.21 $408.01 AASHTO T312 Plant Mixed-Hamburg Wheel Track Test AASHTO T234 3010 $1,511.00 $1,563.89 $1,618.62 $1,675.27 Lab Mixed-Hamburg Wheel Track Test AASHTO T234 3011 $2,562.00 $2,651.67 $2,744.48 $2,840.54 HMA Ignition Oven Correction Factor ASTM D6307,CTM 3012 $965.00 $998.78 $1,033.73 $1,069.91 382,AASHTO T309 HMA Moisture Content CTM 370,AASHTO 3013 $78.00 $80.73 $83.56 $86.48 T329 Hveem Mix Design Project Specified 3014 By quote ASTM Dl 188.CTM Hveem Compacted Bulk Sp,Gr.(set of 3):Paraffin 308A,AASHTO 3015 $261.00 $270.14 $279.59 $289.38 T275 ASTM D1560/1561, Hveem Stabilometer Test-Lab Mixed(set of 3) CT 304/366, 3016 $447.00 $462.65 $478.84 $495.60 AASHTO T246/247 ASTM D1560/1561. Hveem Stabilometer Test-Plant Mixed(set of 3) CT 304/366. 3017 $273.00 $282.56 $292.44 $302.68 AASHTO T246/247 Lab Mixed-Indirect Tensile Strength of HMA PDT) ASTM D6931 3018 $435.00 $450.23 $465.98 $482.29 Plant Mixed-Indirect Tensile Strength of HMA(1DT) ASTM D6931 3019 $294.00 $304.29 $314.94 $325.96 Lab Mixed-High Temperature Indirect Tensile Strength of ASTM D6931 3038 $435.00 $450.23 $465.98 $482.29 HMA(IDT-HT) Plant Mixed-High Temperature Indirect Tensile Strength of ASTM D6931 3039 $294.00 $304.29 $314.94 $325.96 HMA(IDT-HT) ASTM 02726.CTM 4"Marshall Compacted Bulk.Sp.Gr.(set of 3) 308C,AASHTO 3020 $292.00 $302.22 $312.80 $323.75 T166 ASTM D2726,CTM 6"Marshall Compacted Bulk Sp.Gr.(set of 3) 308C.AASHTO 3021 $302.00 $312.57 $323.51 $334.83 T166 Marshall Mix Design Project Specified 3022 By quote Max.Theoretical Specific Gravity[RICE) ASTM D2041,CTM 3023 $208.04 $215.32 $222.85 309,AASHTO T209 $201.00 786 i G3 I®1111 Open Grade Mix Design Project Specified 3024 By quote Quantitative Extraction:%Bit.&Sieve Analysis ASTM D2172, 3025 y AASHTO T164 $394.00 $407.79 $422.06 $436.83 RAP Quality Testing-Total of 3 Samples CTM 384,MS-2 3026 $3,074.00 $3,181.59 $3.292.95 $3.408.20 Lab Mixed-Resistance of Compacted HMA to Moisture CTM 371 3027 $2,405.00 Damage $2,489.18 $2,576.30 $2,666.47 Resistance to Plastic Flow-4"Marshall of Cored SampleASTM D6926/6927. 3028 $194.00 AASHTO R68/7245 $200.79 $207.82 $215.09 ASTM D6926/6927, Resistance to Plastic Flow-4"Marshall Test,Plant Mix 3029 $294.00 $304.29 $314.94 $325.96 AASHTO R68/T245 Resistance to Plastic How-4"Marshall Test Lab Mixed ASTM D6926/6927, 3030 $435.00 $450.23 $465.98 $482.29 AASHTO R68/T245 Resistance to Plastic Flow-6"Marshall Test Lab Mixed ASTM D5581 3031 $569.00 $588.92 $609.53 $630.86 Resistance to Plastic Flow-6"Marshall Test,Premixed ASTM D5581 3032 $454.00 $469.89 $486.34 $503.36 Superpave Mix Design Project Specified 3033 By quote Rutting Susceptibility of HMA using the APA Lab Mixed AASHTO T340 3034 $2,406.00 $2,490.21 $2,577.37 $2,667.58 Rutting Susceptibility of HMA using the APA-Plant Mixed AASHTO T340 3035 $2,009.00 $2,079.32 $2,152.09 $2,227.41 Lab Mixed-Rapid Shear Rutting Test(IDEAL-RT)-Set of 3 ASTM WK71466 3040 $1,575.00 $1,630.13 $1,687.18 $1,746.23 Plant Mixed-Rapid Shear Rutting Test(IDEAL-RT)-Set of 3 ASTM WK71466 3041 $1,050.00 $1,086.75 $1,124.79 $1,164.15 Lab Mixed-Indirect Tensile Cracking Test(IDEAL-CT)-Set ASTM 8225 3036 $1,575.00 $1,630.13 $1,687.18 $1,746.23 of 3 Plant Mixed-Indirect Tensile Cracking Test(IDEAL-CT)- ASTM 8225 3037 $1,050.00 $1,086.75 $1,124.79 $1,164.15 Set of 3 Test Test Method Invoice Rate Code 2025 2026 2027 2028 Emulsion Residue.Evaporation ASTM D244 3100 $159.00 $164.57 $170.32 $176.29 Emulsion Sieve Test ASTM D244 3101 $154.00 $159.39 $164.97 $170.74 Furol Viscosity®77°F ASTM D7496 3102 $161.00 $166.64 $172.47 $178.50 Furol Viscosity Q 122°F ASTM D7496 3103 $170.00 $175.95 $182.11 $188.48 Penetration ASTM D5 3104 $147.00 $152.15 $157.47 $162.98 Residue by Evaporation ASTM D6934 3105 $154.00 $159.39 $164.97 $170.74 Sieve Test ASTM D6933 3106 $120.00 $124.20 $128.55 $133.05 Storage Stability.1 Day ASTM D6930 3107 $189.00 $195.62 $202.46 $209.55 Storage Stability.5 Day ASTM D6930 3108 $218.00 $225.63 $233.53 $241.70 Wet Track Abrasion ASTM D3910 3109 $203.00 $210.11 $217.46 $225.07 Test Test Method Invoice Rate Code 2025 2026 2027 2028 Cone Penetration ASTM D217 3200 $135.00 $139.73 $144.62 $149.68 Hooke Viscosity LP-11 3201 $175.00 $181.13 $187.46 $194.03 Resilience®77°F ASTM D5329 3202 $135.00 $139.73 $144.62 $149.68 Rubber Binder Profile Project Specified 3203 $4,549.00 $4,708.22 $4,873.00 $5,043.56 Softening Point ASTM D36 3204 $147.00 $152.15 $157.47 $162.98 PG Binder Specification Compliance AASHTO M320 3205 $954.00 $987.39 $1,021.95 $1,057.72 PG Grade Determination AASHTO R29/ 3206 $1,213.00 $1.255.46 $1,299.40 $1,344.87 AASHTO M332 787 ICJ I ,�► ---- CERTIFICATE OF LIABILITY INSURANCE DATE /D0/YYYY) �„� I 0/29/2025 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 Ileu of such endorsement(s). PRODUCER CONAhMACI William Clerntani Gertnani Insurance Services Arc No,Ext): (310)733-2390 FAX No): 3415 S Sepulveda Blvd ADDRESS: William@gemtaniinsurance.net 1 100 INSURER(S)AFFORDING COVERAGE NAIC# Los Angeles CA 90034 INSURER A: VALLEY FORGE INSURANCE COMPANY 20508 INSURED INSURER B: CALIFORNIA AUTOMOBILE INSURANCE COWAN 38342 FCG CONSULTANTS,INC. INSURER C: CONTINENTAL CASUALTY COMPANY 60606 22885 SAVI RANCH PKWY,Unit#G INSURER D: AMERICAN CASUALTY CO OF READING,PENNSYI 20427 INSURER E: UNDERWRITERS AT LLOYDS 32727 I YORHA LINDA CA 92887-1659 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE Auntsol/Fr POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WW1 (MMIDD/YYYY) (MM/DDIYYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 UAMHUt IU HEN I tU I OOO,Ot10 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 10,000 A 7012791991 06/22/2025 06/22/2026 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 X POLICY I I JECTPRO LOC PRODUCTS-COMP/OP AGG $ 4,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIh11r $ 1,000.000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ Ft —AWNED SCHEDULED AUTOS ONLY AUTOS BA040000089827 • 06/22/2025 06/22/2026 BODILY INJURY(Per accident) $ —HIRED —NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) — S _ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE S 2,000,000 C EXCESS LIAB ~CLAIMS-MADE 7012792025 06/22/2025 06/22/2026 AGGREGATE $ 2,000,000 DED X RETENTIONS 10,000 $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY X STATUTE ER OR H- ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 D OFFICER/MEMBER EXCLUDED? Y N f A WC 6 21566857 06/22/2025 06/22/2026 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 EACH CLAIM 1,000,000 I E Pi20PFSIO\AL LIABILITY ANE483907025 06/22/2025 06/22/2026 AGGREGATE 2,000.000 DEDUCTIBLE 15,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Certificate holder is included as Additional Insured under the General Liability policy when required by written contract or agreement,per the Bla - t Additional Insured endorsement.30 days Notice o1'Cancellation, 10 days Notice of Cancellation for non-payment. APPROVED AS TO FOR Dy: MICHAEL J.VIGLIOTTA CIT' /T roRNEY CERTIFICATE HOLDER CANCELLAWN CS'HI INTII\IGTON BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street AUTHORIZED REPRESENTATIVE WilItpm Elias,Gf resri+4 1 Ilunlington Beach CA 92648 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CNA (Ed s0689) IMPORTANT:THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUiT.SEE PARAGRAPH C.,OF THIS ENDORSEMENT FOR THESE DUTIES. BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE AND BLANKET WAIVER OF SUBROGATION Architects,Engineers and Surveyors This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM BUSINESSOWNERS COMMON POLICY CONDITIONS A. Who is An Insured is amended to include as an insured any person or organization whom you are required to add as an additional Insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: 1. Crrentiy in effect or becoming effective during the term of this policy;and 2. Executed prior to the: a. 'Bodily injury'or'property damage';or b. Offense that caused the'personal and advertising injuy; for which the additional insured seeks coverage B. The insurance provided to the additional Insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for 'bodily injury,' 'property damage'or'personal and advertising injury'caused in whole or in part by: a. Your acts or omissions;or b. The acts or omissions of those acting on your behalf, In the performance of your ongoing operations specified in the written contract or written agreement;or c. 'Your work' that is specified in the written contract or written agreement, but only for 'bodily injury' or 'property damage'included in the'products-completed operations hazard,'and only if: (1) The written contract or written agreement requires you to provide the additional insured such coverage; tv and (2) This Coverage Part provides such coverage. 2. The Limits of Insurance applicable to the additional insured are those specified In the written contract or written agreement or in the Declarations of this policy,whichever is less.These Limits of Insurance are Inclusive of, and not in addition to,the Limits of Insurance shown In the Declarations. 3. The insurance provided to the additional Insured does not apply to 'bodily injury,' 'property damage' or 'personal and advertising injury'arising out of an architect's,engineer's,or surveyor's rendering of or failure to render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders,change orders or drawings and specifications by any architect, engineer or surveyor performing services on a project of which you serve as construction manager;or b. inspection, supervision, quality control, engineering or architectural services done by you on a project of which you serve as construction manager. 4. The Insurance provided to the additional Insured does not apply to 'bodily injury,' 'property damage' or 'personal and advertising injury' arising out of construction or demolition work while you are acting as a construction or demolition contractor. SB146968C(Ed. 10-19) Page 1 of 3 Copyright,CNA All Rights Reserved. • SB146968C (Ed, 10-19) C. Under Businessowners Liability Conditions, the condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended to add the following: An additional insured under this endorsement will as soon as practicable: 1. Give written notice of an occurrence or an offense to us which may result in a claim or'suit'under this Insurance; 2. Tender the defense and indemnity of any claim or'suit'to us for a loss we cover under this Coverage Part; 3. Except as provided for in paragraph D.2.below: a. Tender the defense and indemnity of any claim or'suit'to any other insurer which also has insurance for a loss we cover under this Coverage Part;and b. Agree to make available any other Insurance which the additional insured has for a loss we cover under this Coverage Part. We have no duty to defend or Indemnify an additional insured under this endorsement until we receive written notice of a claim or'suit'from the additional insured. D. With respect only to the insurance provided by this endorsement, the condition entitled Other insurance of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to delete paragraphs 2.and 3.and replace them with the following: 2. This insurance is excess over any other insurance available to the additional insured,whether primary, excess, contingent or on any other basis,But if required by the written contract or written agreement,this Insurance will be primary and noncontributory relative to insurance on which the additional Insured Is a Named Insured. 3. When this insurance is excess,we will have no duty under Business Liability insurance to defend the additional insured against any'suit' if any other insurer has a duty to defend the additional insured against that'suit' If no other insurer defends,we will undertake to do so, but we will be entitled to the additional insured's rights against all those other insurers. When this insurance is excess over other Insurance,we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this Insurance;and (b) The total of all deductible and self-insured amounts under all that other Insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess insurance provision and was not bought specifically to apply in excess of the Limits of insurance shown in the Declarations of this Coverage Part. E. Additional Insured—Extended Coverage When an additional Insured is added by this or any other endorsement attached to this Coverage Part, the section entitled Who Is An insured is amended to make the following natural persons insureds: if the additional Insured Is: 1. An individual,then his or her spouse is an Insured; 2. A partnership or Joint venture,then its partners,members and their spouses are Insureds; 3. A limited liability company,then its members and managers are Insureds; 4. An organization other than a partnership, joint venture or limited liability company, then Its executive officers, directors and shareholders are insureds;or b. Any type of entity,then its employees are insureds; 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. Furthermore,employees of additional insureds are not insureds with respect to liability arising out of: (1) 'Bodily injury' or'personai and advertising injury' to any fellow employee or to any natural person listed in paragraphs 1.through 4.above; SB148968C(Ed. 10-19) Page 2 of 3 Copyright,CNA All Rights Reserved. SB146968C (Ed. 10-19) (2) 'Property damage'to property owned,occupied or used by their employer or by any fellow employee; or (3) Providing or failing to provide professional health care services. F. The condition entitled Transfer of Rights of Recovery Against Others to Us of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to deleted paragraph 2.and replace it with the following: 2. We waive any right of recovery we may have against any person or organization with whom you have agreed to waive such right of recovery in a written contract or agreement because of payments we make for injury or damage arising out of your ongoing operations or 'your work' done under a contract with that person or organization and included within the'products-completed operations hazard." All other terms and conditions of the Policy remain unchanged. IMMO iv C SB146968C(Ed. 10-19) Page 3 of 3 Copyright,CNA All Rights Reserved. CNA80103XX CNA CNA80103XX THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY- OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: BUSINESSOWNERS COMMON POLICY CONDITIONS The following Is added to Paragraph H.Other Insurance and supersedes any provision to the contrary: Primary And Noncontributory insurance This Insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: 1. The additional Insured is a Named Insured under such other Insurance;and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other Insurance available to the additional insured. All other terms and conditions of the Policy remain unchanged. CNA80103XX(09-14) Page 1 of 1 Copyright,CNA Aft Rights Reserved.Includes copyrighted material of Insurance Services Office,Inc.,with Its permissfon CNA Workers Compensation And Employers Liability Insurance 1'011ey Li ui:;cliwilI. ' -NKET WAIVER OF OUR R1G11 TO RECOVER FROM OTHER ` This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers' Compensation Insurance G. Recovery From Others and Part Two - Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: G-19160-B(11-1997) Policy No:WC 6 21566857 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date:06/22/2025 Endorsement No: 2; Page: 1 of 1 Policy Page: 34 of 47 Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. /// i�� ....... ,,\\WY Ilk Professional Services 0 •••• 3RP0R •••• Contracts for On -Call •' \ ‘ ArFO •\4< \ Construction Management, -- -- - VI7, c) Materials Testing , and*--- __ ' / __ cm :, % Inspection Services__ ________,.__ __ ______ _ __ _ _ _ _ . 1 ---- -_ -- _ ` __T ; ist. 1 Department of Public Works �'�• December 16 , 2025 • ' • 4' ••••.> >' go9 ,.• CO I l Ccls!;i,# •••••0NTy 1286 1 BAC KG RO U N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for 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 �NTINGT r 4. - --XVILlagg,..4 _ i E-3 i ' \'‘' `-: lrT ---. ' : --- - :-. _ - * •+• \ : !. # �''" °1. \ •AFC •••..... .. °L/NT`I gill 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. �i�ANT I N G T •\NppRP0 ATF�•.,•,V \ • I �6/UNPI c%/li 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 Certerra 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 8 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 $2,500,000.00 12 NICK AMERICAS INC X X $1,500,000.00 13 Interwest Consulting Group X X X $2,500,000.00 14 Psomas X X $1,500,000.00 15 Southstar Engineering&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. I��� NT I N G I' �•• Q ;t P O Rg r;O'.,. V = OUNTY �'-0l 1290 f 'mot. ■ �+ ,. . . u e s Ions ■ . :� . ai¢ � .1. - `=1• IIftuiH • of ;) I Ljft!leji'a , :z=;� :;j::'a VIII ����VV�ttfnn J ,„.7..i'''..).10-T• 7 ..;.,7------7:-.„.„ .,..,..._....-:-:-:7-A--.•9,1 4D �r ter;..y t�^�_ 1.. r - . , k • MSS^ 1 `t��_ . i y / ti.:mq. F .A•� kr 114� 'R t � Y t w ";4'. A,4 ' ^ r1%..a.. /M ,µ ', +i4'`2-K)� -.4.,--f 4 „��n v^ •'^L".�`.r•. raw ,w f. y .. :1"ilk" ;-; .. Cam► '.� i .�._ ' •+r"r +reap ;�,.'.k k 1291