Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Griffin Structures, Inc. - 2025-12-16
4NTINCT 2000 Main Street, � �ti Huntington Beach,CA �` -,e�9> 92648 � _ Cityof Huntington Beach g APPROVED 6-0-1 F �FOQ (TWINING-ABSENT) COUNTY tp� 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: k A) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the Cityof Huntington Beach and Cannon Corporation for On-Call all 9 p Construction Management, Materials Testingand Inspection Services; and 9 P 41r, 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"" n s,wa la, 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 O,p-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 4( 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 1(r i fi� powered by LegistarT" !^' 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 toprovide additional support for the City's capital improvement program. Pp 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 � I 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. 20. PowerPoint Presentation, City of Huntington Beach Page 5 of 5 Printed on 12/10/2025 powered by LegistarT"' 601 oe�0NTINGio 1 Off,r pia a r6%. %%%NTY tPiio 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 Depaitalent is seeking experienced consultant Runs to assist the City's staff in the following service category, to perform Construction Management and Material Inspection services for any City related projects and activities. Qualified firms shall provide construction management consulting services on an "on-call"basis for projects assigned during the term of the contract.The contract will be for a minimum 3-year term.The City will issue task orders for each project based upon the scope-of-services; qualifications, work schedule,and reasonableness of the fee.' For task orders greater than $30,000 City may typically solicit proposals from 2 or more qualified consultants for City funded projects. 2. SCHEDULE OF EVENTS This Request for Proposal will be governed by the following estimated schedule: Release of RFP May 15, 2025 Deadline for Written Questions May 30, 2025 by 4pm Responses to Questions Posted on Web June 6,2025 Proposals are Due June 13th, 2025 by 4pm Interviews, if Necessary 3rd Week of July Proposal Evaluation Completed and Notification August 2025 Approval of Contract September 2025 3. SCOPE-OF-WORK BY SERVICE CATEGORY In general,the consultant shall perform consulting services on an"on-call"basis for projects assigned by the City. The scope-of-work for any one project may involve all phases of project development and may include but, is not limited to the following: A. Construction Management The City is seeking experienced Construction Management firms to assist the City's staff in providing Construction Management and Inspection Services for a wide variety of capital improvement projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: pump stations, lift stations, curb and gutter, sidewalks,pipelines,traffic signals,.structures,road rehabilitation, and bridge retrofits. In addition, the City anticipates consistent construction activity on City facilities, including fire stations, police department facilities and substations, community centers,beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits, 603 new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects,the City is planning to utilize Design-Build(DB) and Progressive Design-Build (PDB) delivery methods for applicable infrastructure and facility projects. As such, the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and contractors, early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. Interested firms shall address in their qualification statements, their firms ability to provide the following services if selected by the City. The successful firm will be expected to provide these services for locally funded CIP projects. The City prefers those qualified firms assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and gutter, sidewalks, pipelines, structures, road rehabilitation,.reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 604 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings, product data; samples; submittal;purchases; materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates. A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information(e.g., logs, payment applications, working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system (PTS) by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll,conducting spot interviews with employees on the project, preparing daily reports listing employee, labor classifications, hours worked and equipment on project, maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters, notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable'requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information (RFI's). 12. Conduct weekly construction progress meetings with contractor, subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress,problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city 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 final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment;labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation, photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out, require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 606 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced, or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project. Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site,number and names of workers with hours on site, work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion. Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 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. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable _contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four(24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. 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 B each 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 film 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. Staffmg - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points). After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of fmal contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. https://cros3.revize.com/revize/huntingtonbeachca/DocumentsBusiness/Licenses%20Pennits%20& %20CodeBusiness%20License/FORMS/Standard-Business-License-Application%202024.pdf K. Interview - After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. 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 "+'�_ ..iir� au y.� w.r3:;'s•ra.1;s�+�'s:�yS:.;-jt+s'::<-�,>�.�;..�g b.;;.:-r:r•r,-�.. ;c;,.r' .F' �• ,T i•ri' q:F` ,r rrT i 's''•�'.n �,,?.L . . d r•, �t; {'') 1 �ti`F 1 T a.\ t�.�r•�n1,p.,,,:�r;::5;;?r:^ 3. :t`."'!','�::y r, 'to, �% .,�. •- /vt ?c� e, `4�,!::�s-+" S,ERVIC CATGO Y,,[. .,:,wu.r: z,. . ..r,: .�POSINC ..YIN_ :."[�'',, ,�a.J�,.r`f t•'-1-:. ��i..:♦^. :s :zrt.;, --_t. .», .�, t..• =F.: iffy :;r=;+,}�'�':.7 „�..iT,°r»,a-a:-= �'t."'.rr ,E i%+'-� ,.�c=.•�"sue- ,C, �:�+. �i s,[;:,,1' 'a,y^ �::T?:��� �, ss,, ;y h'�, �.t'.Ap .!++,�41, ?,Ir;i�.,,,�r• ':w'�. `i:•y=�.,r;�h� 'rf;•:v •[.";`['.t:3:,,�i:4',..."i^" c.�?i`2Sf.`':�ustl is �',e6."`_5 Vie+f°s`a.'"`i":a*'�e`�.i..i�.'c�d'i�2�;,(:. �. "�:�.,;.�i?qqt �` •,�<ve` � t i�u. ..t�'F ,7 t11n n5'".a Fi. '.<i} AS. '}} � .? . .•�u�.�-.t:.t\.I....^� :i�.:. :•u;i;k 4i�-'�r�'4,^'°i_rk_ ''S:'�:�'..y k".t u'i,>,.a ,•7. ,�.�, �r!'i t. 7,'�,c �y�/� p '."',.X�n•., ..E._,:�;.p.s, 4•.v, - '1. ✓�„i, :2.0a i" ^ :c xr t F a ,?. Nei w-i,r a=e.t:'(3• „n •, cll V1V� S:"I�i ,�,. x.L.�.rpg„•f.c 4. .,Kr Si i:_.�o t r'+[' •-3 i..C ;r�.ri,4. ..�?'�;�; •�::i.�"�r.:�tir� � �'°V�+u�'.^ 4" �l�x:f��'L>+,,.'.�b�c:r?�-_s- i.,r,ev!unu'rx:,-a.k•:x.._r�rf" f:!?: .;4:S�;�e'.:i ra..�::�.:.:,i'r,.-X�i��,✓.>.'c[I�a�::5=m...:.;._:.::.i?-�:.o�,.. .�<;iLz.=.,- ., ..:c.,.,a.:w.+..,.�'..r'•:�=A�;o.;. :..::.�6�.' A. Construction Management Yes/No (Initial) Consultant is willing to execute the Agreement as drafted(See Appendix B). (Initial) Consultant is able to provide the insurance as required(See Appendix C). Firm Name: • Firm Address: Signature: Date: • • • 615 I APPENDIX A Vendor Application Form 616 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑NEW [CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Is your business: (check one) ❑NON PROFIT CORPORATION ❑FOR PROFIT CORPORATION Is your business: (check one) ❑CORPORATION ❑LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP [UNINCORPORATED ASSOCIATION 617 Names& Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 618 FAPPENDIX 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/surthedprofessional 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 teiiilinate 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/sur±et/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/surfnet/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 unfinished documents, exhibits, report, and evidence shall, at the option of CITY,become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all agree/surfnet/professional svcs mayor 5/19-204082 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.inthe 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/surthedprofessional 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/PresidentNice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney agree/surfnet/professional svcs mayor 5/19-204082 630 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANTS' DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: 631 EXHIBIT `B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; • B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 632 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. • • 633 EXHIBIT "B" Payment Schedule(Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. 2. Delivery of work product: A copy of every memorandum, letter, report, calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. . CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not,approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 634 PROFESSIONAL SERVICES CONTRACT BETWEEN THE • CITY OF HUNTINGTON BEACH AND FOR • Table of Contents • 1 Scope of Services 1 2 City Staff Assistance 2 3 Term; Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans, Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices .7 17 Consent 8 18 Modification 8 19 Section Headings 8 20 Interpretation of this Agreement 8 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 • 635 APPENDIX C City's Insurance Requirements 636 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City Council Resolution No.2008-63 requires submittal of certificates of insurance,evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions or similarforms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type Minimum Insurance Requirements Professional Liability Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate.Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). • 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix revised 10-27-08 1 of 1 637 CITY OF HUNTINGTON BEACH 0-<< NTINGT� F \ ~fin\ RCA Contract _ Agreement Summary VF."•• COUNTY i GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT December 16, 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT(S) In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pine! CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $1,500,000 3-years VENDOR NAME+TYPE OF SERVICE Griffin Structures will serve as an on-call professional specializing in construction management and inspection. Consultant will serve as construction managers and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. HE) CITY OF HUNTINGTON BEACH 794 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND GRIFFIN STRUCTURES, INC. FOR ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and, GRIFFIN STRUCTURES, INC., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Stephanie Burdo who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/392227 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 I?21 te , 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed One Million Five Hundred Thousand Dollars ($1,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/392227 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 exce t such loss or damage which was caused bythe sole negligence or willful p g 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 25-17168/392227 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. 25-17168/392227 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 25-17168/392227 5 of 12 of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense,hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner,the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of r this Agreement as an independent contractor herein and not as an employee of CITY. 25-17168/392227 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. 25-17168/392227 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 Griffin Structures, Inc. ATTN: Director of Public Works ATTN: Stephanie Burdo 2000 Main Street 1 Technology Drive, Building I, Suite 829 Huntington Beach, CA 92648 Irvine, CA 92618 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. 25-17168/392227 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. herein shall be construed so as to require the commission of any containedq 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 25-17168/392227 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 reared and signed in counterparts as duplicate originals, each of which so executed shall, prepared g � P 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 pg 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. 25-17168/392227 10 of 12 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 2S-17168/392227 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, GRIFFIN STRU TURES, IN a municipal corporation of the State of California By: - �--� Cty Manager print name ITS: (circle one)Chairm. 'residen ice President INITIATED AND PROVED: AND >41114Director o Public Works By: �/ f /Q APPROVED AS TO FORM: t name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary—Treasurer (�City Attorney Date 1 J I / RECEIVE AND FILE: City lerk Date IM 1 O 25-17168/392227 12 of 12 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide On-Call Construction Management and Materials Inspections. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: SEE ATTACHED EXHIBIT A C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PRO-GRAM/PROJECT SCHEDULE: EXHIBIT A 807 EXHIBIT A CITY OF HUNTINGTON BEACH GRIFFINOn-Call Construction Management, {t (t STRUCTURES Materials Testing & Inspection Services JUNE 13, 2025 11 .1 r r t .__. _ IP ;W ., _ — .-- -q ''�I pi 0 L �8 , •,I ' is " 1' ' I • iii iiirri..,� ..- !.1 — �` eta e.#♦ ¢ _ - s ---aI 1 - __ >�Rel^ , sue. d.Llr_ ---- - r _ s, it _,IyY -;732 — 1HUNTINGTON BEACH SENIOR CENTER /, ' ORANGE CITY FIRE DEPARTMENT HEADQUARTERS & STATION 1 -Aeu: (�161 1 44p±7Ll ""41 7 41 s.: F-- _ ,.40.:* ;_ 1 " iR t.:.,.:-r__a ..r__ us 1 -— - ,-, — :.. fir- ...," c r I" ,- —7VAL COUNTY OF ORANGE CIVIC CENTER SANTA CLARITA CANYON COUNTRY COMMUNITY CENTER It it R l� a P;71 w• t = is ' ' -o 211:5! '�ri: )' s I 11 i T im,, , , _ , .. .,; , tyc ..... - 1 144-71.M.'ks_ i ' , Wit M• '`F' I CARLSBAD POLICE &• FIRE "'} NEWPORT BEACH MARINA PARK '-. `+' _.. .*CttS. EAST VA LE CIVIC CENTER _.....—. HEADQUARTERS -, COMMUNITY & SAILING CENTER 808 TABLE OF CONTENTS A. Cover Letter 1 B. Vendor Application Form 2 C. Pre-Qualification Form 4 D.1. Qualifications 5 D.2. Preferred Staffing 14 D.3. Understanding & Methodology 16 D.4. Rate Sheet 21 E. Appendix 22 Why Our Team? ✓ ✓ ✓ Significant Unparalleled experience within-and-local Highlighted experience with: to Huntington Beach, including the City's Projects: Senior Center, and a number of adjacent Huntington Beach & coastal cities. Huntington Beach Senior Local City Projects ✓ Center Public Safety Facilities County of Orange Civic (Fire, Police, & Other) Unique founding as a developer offering Center an enhanced level of service as it Community pertains to Concept to Keys delivery. Orange City Fire Dept Centers, Libraries & Headquarters & Station 1 Administration Bldgs. Yorba Linda Library & Design-Build & Cultural Arts Center Progressive Design- A wealth of subconsultant resources that Build we are ready to draw upon at any time Santa Clarita Canyon to support successful project delivery. Country Community Concept to Keys Center Delivery CONFIDENTIAL. DO NOT RELEASE WITHOUT GRIFFIN STRUCTURES' CONSENT & REDACTIONS California Civil Code § 34261 (d); California Evidence Code section 1040 and 1060; California Government Code section 6254(k); Freedom of Information Act, 5 U.S.C. § 552(b)(4) GRIFFIN STRUCTURES 809 • ,',445"FW..:;.7-5-.'1C °'''' '''''''•';''''4' ....m44".-,"• l `7. l'''' • . *4,4)41414 '444,'I'-',' " - 4, 107:,4*•.„„0:".4141-‘, i. 4-44' ,-,' '‘ * 42.c.7.4.1.. ','''''' '',:i..':''.-.2, ''E::0*.l. i'. , .,,i,"!$-' '''`...:/.• s4,-;s4'' , > . l'..'2.- ' ' ' ' '-'•. - '--. '-`,13'44;4--t',0"*.#4.k.:*':;'11:-.••.;"•t- t',,i,{"."'"?.;'4t44-4'''-1,4"A•Zis-)/ -.'..,9;›.'•- "-- , . ' -• ' • 4,--*•-..J;vvkik:„'"'"I'4.,..i...4' 4"z'''-f.,-'''''., yk.4,-,4ter, i4-:'4::kt;24,t,t,--z :;...,-.11.',t . - . ' - -- ' -4," '.'t„"*.;t-,-,-t4iA.;?,‘,;,...,,Y,Att.',.,;..174 is,4/'''',,t-A-iie.,,t,-`'. ;•"4,`;,, -, ' '-• - - , ..., ' ,,`");-At..4,(-#;,4:''' 0-l'''',,, t‘•,I ",/' i ' ,- 4, n - ,,...,:illt xi 4 '''"*.* - ':`-'"';'''"--i-.Y:..z' -•tiL%,, .,. . '''''`• '.•• ' ill -1 f-t,: ,:,-,it:".4.:::,..t.)I,,,,,,,,..If'‘T*;', '14!"4-‘kV -'••s'''''''ii't -I ' )* :'4'4.•:-.4 ;',4g‘f'1,41'-' ' ..-.,••,: 4 M X , - -r ..E41*---_-_--, • - hi, I , . il... monow . .MM " Wall., MI 111/ I ffii, ill UT2U111 I. j-1 /I fl Pia I , A .„,,„ ' ..... , I It , ,1r , , . If A( ..i 4 , , ' . ,4` .- tc ,' V ; • I --- • t - 1 , . T. - , -a 7-.• " I slII.z411 . .. ' I , ' s". I I f l r; 1 0, ........ - ... 4 , ,. .........,4P, .gnopeow. I l 1 ....... *Pt' i '.- 1., ..lit.• ____ ..,..._......... --. .....„,,,. , wh..._... t, 1- ' •, , .. , ..., --, i ,,, , ..... , N — - .. ''----- uo ,... 3- ; onslor . ...... , vi.:. HUNTINGTON BEACH SENIOR cF CENTER - 810 _ .;,'.EI' LL ' ILI! GRIFFIN STRUCTURES 1 1 January 13, 2025 City of Huntington Beach RE: Proposal for On-Call Construction Management, Materials Testing & Inspection Services CATEGORIES: Construction Management & Inspection Dear City Evaluation Team, As Griffin Structures, Inc. celebrates 44 years of Program and Construction Management, we are pleased to submit our proposal to the City to provide the requisite services as noted within the RFP. As you will discover within our proposal, our team is uniquely qualified given our direct and very local experience with all relevant project types included within the City's Capital Improvement Program, a wealth of internal resources we are ready to draw upon at any time, and vast experience within the public sector. Griffin Structures is well versed in virtually every project type including: Public Safety + Justice Parks + Recreation Administrative + Office Community + Senior Centers Maintenance + infrastructure Affordable + Supportive Housing Library + Cultural Civic Centers Medical, Education + Other Unlike our competitors, Griffin Structures was founded as a developer and can offer the following services, including those as listed in the Request for Qualifications: Project Management Real Estate Consulting Project Delivery Construction Management Development Management Staff Augmentation Strategic Consulting Financial Services To summarize, we offer the following key benefits: • Experience in the successful management of comprehensive Capital Improvement Programs, including the ability to manage multiple ongoing projects simultaneously. • A team inclusive of Construction Managers certified on behalf of the Construction Management Association of America, Design-Build Associates on behalf of the DBIA, trained as both builders and inspectors, offering daily oversight of all projects for which they serve. • A team with a dedicated Pre-Development division with the ability to engage in programming and master planning, real estate services, cost / schedule development, and a wealth of additional services. • A collaborative streamlined delivery process to reduce administrative costs and ensure timely delivery. Griffin Structures takes great pride in providing both competitive pricing and highly qualified personnel and goes to great measures to ask, "What is our true value-added proposition to the City?". The answer to this question is our people. We bring a higher caliber of Construction Manager to our clients - one that is trained as a builder but thinks like an owner. Our people offer creative delivery options, solutions-based recommendations, and a true perspective of ownership that our competitors do not possess. This is our differentiator, and the meaning behind the Griffin Structures pledge to provide Excellence in Project Delivery. We look forward to the opportunity of working with you, We hereby acknowledge all addenda and accept the standard agreement. Jon Hughes, President P: 949.444.1615 I E: jhughes©a griffinstructures.com 1 TECHNOLOGY DR BUILDING I SUITE 829 I IRVINE, CA I 949 497 9000 I GRIFFINSTRUCTURES.COM 811 4 W • 2 0 0 D 13 n D �., ---" __ _ �_ a 50+rnx-•...�z.}9N ir; r«a^ # �.,� .""H' �Q''4'-. ''^uCXi ~1 . y. ., -,,, FIIF ,M` d a r •_ 1 • q $ f , °mar+ imirtra r Ai CLIP[CITY i i 1 `'.Y'-. '', . i ' rg k ' •its . V in ES .. 'rRIM L II c «,.. ^''' r.ram, + _ .dip h ORANGE CITY FIRE DEPARTMENT HQ & STATION 1 812 t,. \XL ;ii; il' Al' E'L ',. A IlG !; 1 :, i• L GRIFFIN STRUCTURES ( 2 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ENEW VCURRENT VENDOR Legal Contractual Name of Corporation: Griffin Structures, Inc. Contact Person for Agreement: Jon Hughes, President Corporate Mailing Address: 1 Technology Drive, Building i, Suite 829 City, State and Zip Code: Irvine CA 92618 E-Mail Address: J g'hu hesca griffinstructures.com Phone: 949.444.1615 x265 Fax: 949.497.8883 Contact Person for Proposals: Stephanie Burdo Title: Marketing Manager E-Mail Address:sburdo@griffinstructures.com Business Telephone: 949.497.9000 Business Fax: 949.497.8883 Is your business: (check one) ENON PROFIT CORPORATION XFOR PROFIT CORPORATION Is your business: (check one) XCORPORATION 71LIMITED LIABILITY PARTNERSHIP =INDIVIDUAL `SOLE PROPRIETORSHIP Ti PARTNERSHIP Ti UNINCORPORATED ASSOCIATION 1, GRIFFIN STRUCTURIS 813 Ari I ( All C, II IC,, l A GRIFFIN STRUCTURES 1 3 Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Roger Torriero Chief Executive Officer 949.497.9000 x210 Jon Hughes President 949.497.9000 x208 Mark Hoglund Chief Financial & Operating Officer 949.497.9000 x203 Kelly Boyle Executive Vice President 949.497.9000 x202 Korin Crawford Executive Vice President 650.823.2302 Dustin Alamo Vice President - Strategic Services 949.497.9000 x263 Robert Godfrey Vice President - Operations 949.497.9000 x211 Deryl Robinson Vice President 949.497.9000 x267 Federal Tax Identification Number: 330756139 Applied May 2025, pending final City of Huntington Beach Business License Number: receipt of license number (If none,you must obtain a Huntington Beach Business License upon award of contract.) Applied May 2025, pending final City of Huntington Beach Business License Expiration Date: receipt of expiration date 'GRIFCTURFIN STRUES 814 r.�} n �. t4.E1 r X `'` , k • ,• ♦ titr e � ;,y"�� R1 • t i 4tiiK�. i�• .4-0 Y ♦, } a v r , ;4.1,-r;ems t ,,yy [Y# '♦�S. w n Min 'b� } ' tT+ iWY a . �. 0 Z irgt 96.. , � i,rp' /'la ' _ + _ ( xi ' ' rf„*.itc„,,,....L.,_ ,,.. . .. , ,, ,, ,,,,,,,..,„.,, . , ,,„,1.41. .. ,.„.„; \ ‘ , . ., 4,0414. ",;,.... _ 4...,..,_`-' ''''!;44.4:4-• ,.. ....4, . -'' ..-.,..' .'.'• .-'' .01f;,..4 1 j . r+v..•lY owice', it+' �I ,!'� t ... :4w •r ! • Asai..`-wN a'�v, irirtim�'ns3 ''':' 'lir .:;-''''.' AM '11 ...,r.46.ii.,1'"gillgir I iiiiit ' -- 1 !I 1.." ... iii, _,_ ;iv., at 0.,,,e 14 ifrApatrab..' .. .:1 ..,,, it...,..1.1.4kirrtaigkiiikm. ' • .00,1 . iv la . .‘, •'''- - ' - "Viett•P'...:. ' ,,:'. d �Gr , ,....:0:41„...,-4 wNpLia .. 7 i-,-, 0:00001v, .:,,.... --- .1 , ,-,,,T.--in:-.'.: 4'.. .''' it *. . itiiiii410 - I .. _ . ' �' , '� 1100 ice * ;ill* 1 V ti 41114t- gR flu COUNTY OF ORANGE CIVIC CEO ,, .. 815 rPt i O1 M GRIFFIN STRUCTURES 4 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?Y/N (circle) A. Construction Management No J H (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). JH (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Griffin Structures, Inc. Firm Address: 1 Technology Drive, Building i, Suite 829, Irvine CA 92618 Signature: Date: June 13, 2025 %rp@� II { GRIFFIN STRUCTURES 816 L68 'a I. ''" a' i a .t Y%F . . ' . a. ap : i " %e F r ��.ir� —.S __...iY.amr`Am►.a — — -- — ---- — I. !7 r immeimpilii �i� a �__x..., �_t_kk is �..u....rl ii a j. i id 1 : . ,tiiiir..1711,,.•i,..;_ ,,.. 8/ 1 ' II i k .+.Ill Ai .,*.;I tit r .,. i 4. 3-4cF I —I� � �,s.I!IIl !!!! _- _ - t L* 1, I. `�. �lR`silt!? I, ;a " __mil• I �,.. I i V.9sfM Z 0 f— U Li. -J Q D [ , ar+ � .e.' c a 2,, ...ups , '. y , • a�yc "#' ,,rt 4 y �, 4 � 4 ,' ,o, t ,. _ L : , „ GRIFFIN STRUCTURES 15 GRIFFIN t STRUCTURES • Firm Introduction t Founded in 1981, Griffin Structures is a '`.,` r`t'� - diversified Owner's Representative, Program, Project and Construction Management firm • serving public, private, non-profit, and ---- r , institutional sectors. r t A unique aspect of our firm rests not only in our • unparalleled portfolio inclusive of virtually every ; ` project type contained within the City's CIP, but also Design-Build and Progressive Design-Build - { projects as well. 1. Griffin Structures maintains over 44 years of ' leading industry service, maintaining a complete ":"T spectrum of supportive resources and expertise in the delivery of "concept to keys" project delivery' HUNTINGTON BEACH SENIOR CENTER Local Preference Check Griffin Structures has in the past held a City business license. We have currently re-applied for a current business license May 2025 and are awaiting our final license number. Maintaining its headquarters in Irvine, - - California, Griffin Structures has not only served the City of Huntington Beach for its Senior Center but also nationally recognized Coastal rug4h projects including Newport Beach's Marina Park \ • Community and Sailing Center, Lecture Hall, ..'�� -''kiit � Environmental Nature Center, Laguna Beach �" - Susi-Q Community & Senior Center, and more. Project Type Experience '`;' Griffin Structures has played a pivotal role in the successful delivery of virtually every project type within the City's Capital Improvement Program, including public safety facilities, libraries, w I community centers, city halls, Design-Build, eoe. ••-uuirr airn soli u,� c[r.Iiu Progressive Design-Build projects and more. GRIFF STRUCTURESIN 818 GRIFFIN STRUCTURES ' 6 1 �`. 4 t 1."''-- h ' _ �=�-- - yam -. '.6114 d r ' 'lit 11 .■. 3 .-1 i ' ' r !If ! 7. ,� 'I '0,� iira- nle ________,___________Immmi_i.................... .__=_.__ .--_-__ - ,_, .,_,.......1.4, _ e City Fire Department Headquarters & Station 1 q ORANGE, CA DESCRIPTION VALUE + SIZE Griffin Structures oversaw the development of the Orange City Fire Department Headquarters, $25,300,000 30,000 SF which services the Old Towne Section of Orange. The new station is substantially larger DATE than the former building. The campus provides Start & End Date: Jan 2020 - Oct 2022 firefighters with a more spacious vehicle bay, equipment maintenance and storage CLIENT + CONTACT areas, training facilities, and Fire Department City of Orange administrative offices. Frank Sun Deputy Director / City Engineer Most importantly, the new station provides (714) 744-5544 space and technology for the Orange City Fire fsun©cityoforange.org Department, offering updated equipment, AWARDS space flexibility, and administrative offices to continue their mission of providing the citizens APWA BEST Project of Orange superior service well into the 21st PROJECT MANAGER Century. I Lance Solomon ''i' r. i GRIFFIN STRUCTURES 819 L'.1 - 0U/, LII ICLIIi'IIS GRIFFIN STRUCTURES ( 7 { 3� •..-. .S . a -_ � / I j " = - -. y . - y "----' - -611411- I f! i :8�u F j[(`L�• r Carlsbad Police & Fire Headquarters CARLSBAD, CA DESCRIPTION VALUE + SIZE Griffin provided construction management $14,400,000 I 55,000 SF and inspection services to the 54,575 SF City y of Carlsbad Public Safety Center renovation DATE project and home to the city's Police, Fire, Start & End Date: Dec. 2021 - May 2024 and Public Works departments, which require all new mechanical, electrical, and security CLIENT + CONTACT systems to service the facility for the next 30 City of Carlsbad years. Mickey Williams Chief of Police (760) 931-2260 Intended to bring the building up to current codes and improve space functionality, mickey.williams@carlsbadca.gov renovations include a new main entry to make Steven Stewart it more inviting to the public, a new centrally Facilities Program Manager located staff lounge, a forensic laboratory, a (760) 317-3508 remodeled dispatch center, new furnishings steven.stewart@carlsbadca.gov throughout, improved compliance with the city's Transportation Demand Management PROJECT MANAGER plan to reduce traffic, and even a new solar Lance Solomon R /t photovoltaic system to offset increased energy demands. P rttGRIFFIURESN STRUCT 820 GRIFFIN STRUCTURES I 8 1 I din 1. I '4 Tri T. megi rig r 4� Santa Ana Libraries Renovation (Main Library + Three Additional Libraries) S A N T A A N A, CA DESCRIPTION VALUE + SIZE This comprehensive program consists of the $42,000,000 I 60,000 SF renovation of the existing 39,790 SF Main Library, including historical restoration, a new DATE parking lot, and a children's learning area. Start & End Date: April 2024 - Ongoing The Newhope Library Branch's existing 10,600 CLIENT + CONTACT SF library will also be modernized, including a City of Santa Ana new storefront, a new roof, and a media lab. Brian Sternberg The program will also incorporate the new Library Services Director construction of a 2,500 SF Delhi Library Branch (714) 647-5296 within the existing community center, including bsternberg@santa-ana.org an exterior patio and play area, and a new 1.78-acre Outdoor Library at Jerome Park, PROJECT MANAGER including a large book kiosk, multigenerational David Ruth play/activity areas, and parking lot improvements. .- i GRIFCTURESFIN STRU 821 Additional Relevant Experience ..r.,rr,.-.• 00„„ -.. ..ester Newport Beach Morino The project involved new construction of a public pork;a 24,000 SF Community and Soiling Center Value:$36M City of Newport Beoeh;David - ,S f . ), Park Community 8 building with classroom,office,and meeting space;0 23-slip visitor marina;o restroom budding; Dates:Although this project was Webb;Public Works Director; _.. Sailing Center a playground •7-lighthouse;a playground:an outdoor fitness circuit;open space;and picnic areas. completed outside of 7-year window, (949)6E9-1324;dowebb@, 11".. v _�T ' . • Newport Beach,CA As a result of the integrated and well-coordinated architectural,engineering,and construction we felt it pertinent ro include. newportbeochco.gov t -y:0. efforts,the project was completed four months ahead of schedule and$4 million under budget. PM:Jon Hughes Manhattan Beach Fire This two-story fire station includes an apparatus boy,six crew dormitories,a dining and exercise Value:S91A Jeff Fijalko;Former Principal Pi Station No.2 room,modern locker space,laundry rooms,and medicol storage.as well as associated office Dotes:2021-2024 Civil Engineer,City of Manhattan Beach,CA spore and workshops.A trash enclosure and backup power generator will also be constructed. PM:Robert Godfrey Manhattan Beach;(602)327- This project wos developed as a result of early Needs Assessment/Pre-Development services 1974;jetleryfijalkorgmail- l_t conducted by Griffin Structures. corn _ County of Orange Civic Griffin served as the developer,Program and Construction Managers for this County of Orange Value:5400M County of Orange:Frank - .- Center Civic Center,consisting of two 250,000 SF buildings.Griffin Structures was retained once again Dates:2017-2022 Kim;County Executive Officer 't,."�.'.r. "�"^ to assist the County as it embarks on the next iteration of its Facilities Strategic Plan.To be put Jon H hes (Ret.):(714)448-0747;fykfil' Santo Ana,CA u9 _�,..+ `Y.4 conducted in three phases,each phase will Include roughly 250,000 SF with on associated parking outlook.com t i,✓ �' i structure. ♦-_v Corlsbod Pine Avenue This new tyro-story project was comprised of an 18,000 SF two-story community center,site Value:$11M City of Carlsbad;Steven r T v Community Center 8 improvements.and on ornamental community garden.The multi-purpose gymnasium also Dates:2018 Stewart;Facilities Program ,- Gardens features a low climbing wall that spans one side of the gym.The second floor houses activity PM:Lone Solomon Manager;(760)317-3508; ..Y'' fi-. , rooms,a teen center,homework and classrooms.a computer lob,and a covered terrace.Outdoor steven.stewart Ecorlsbodco. a Carlsbad.CA r. highlights include an"ornamental"garden with a community plaza,water features,and seating. gov 1,. , Santa Clarita Canyon This 27.760 SF community center and outdoor space includes a new community center with four Volue:S58M City of Santo Cloita; r r Country Community multi-purpose rooms,a gymnasium,classrooms,a demonstration kitchen,a fitness room,and on Dates:2019-2021 Wayne Weber,Retired Parks ( -ii , .st$• Center office.Outdoor improvements also include an outdoor marketplace(mercodo)and pork features PM;Robert Godfrey Planning Manager;1661) t-.-Iiif .. .r as including courts,an event stage,a playground,on events garden,and a perimeter trail.The 255-4961;wayneweber2�a • Sonia Clarita.CA -.a;r s 4^ -- adjacent Mint Canyon Channel Was also redeveloped. idoud.00m to - ',orbs,Linda Library 8 This two-story 45,000 SF Library and 13,500 SF Cultural Arts Center is centered in the downtown Value:S52M City of Vorba Linda;Carrie r y; 1,.rr5-' • ' Cultural Arts Center of Verbs Linda.The library features play areas,collections,story time spaces,study and Dotes:2019-2020 tiny;Library Director; - 41 .c Yorbo Linda,CA community rooms,classrooms,and a retail store.The Arts Center houses a 250-seat black box eM:Jon Hughes I Griffin Support (714)777-2466; theater,art and dance studios,and gallery display space.The campus-like area Is connected via Team corrie.lixeyraylpl.org s a central paseo with outdoor plows and open space. Esencia Sports Pork. Esencia Sports Park's lower pork site encompasses two baseball fields and one softball field, Value:420M Rancho Mission Viejo • • Poncho Mission Viejo bullpens,soft toss cages,spectator seating,and batting cages.A multi-use soccer field.children's Dates:201E-2020 Company;Bill Sadler; -` • Company tot lot,concession/restroom building,and pool ore oho included.The upper pork site houses Iwo PpM:Lance Solomon Construction Manager /l ,r _IP -'..- Mission Viejo.CA tennis courts,two pickleball courts,a swimming pool,a splash pad,and a pool building.This (562)221-9779;bsadler@D it, ,I.{.. - IA.•_ sports park also has associated trails and connections with the adjacent trail network. ronchomv.com 'x -. ct:unN 822 LII I. GRIFFIN STRUCTURES I 10 Unique Abilities & Additional Benefits SUBMITTAL EXCHANGE By utilizing Submittal Exchange's cloud-based format, Griffin establishes a single document portal that saves and manages all ORACLE' project documents. This cloud-based system as a single source for Primavera document control provides clear and consistent communication to the field, ensuring comprehensive document coordination, Submittal Exchange protection against claims, and accelerates the construction schedule by streamlining communications and ultimately saving the entire project significant costs by eliminating printing and shipping and improving efficiency. For further information on Submittal Exchange see: www2.submittalexchange.com/public OPENSPACE We are ready to team with technology partner OpenSpace to provide the ability to utilize 360-degree video to capture jobsite OPENSPACE progress and mapping, which can be shared and integrated with BIM models. OpenSpace provides a virtual tour of your project updated at certain intervals to track construction progress, quality, and accuracy. The software can be shared with anyone to monitor the project from anywhere. OpenSpace additionally allows its user to compare construction progress with BIM models. i 4 c BIM COORDINATION Griffin Structures is ready to conduct regular interdisciplinary (. BIM coordination meetings with the project team to identify and resolve potential BIM issues in order to avoid impacts to cost and schedule. GRICTURISFFIN STRU 823 0.1. GU/ LIII( /• Ii fi ', GRIFFIN STRUCTURES I 11 Design-Build & Progressive Design-Build SAN BERNARDINO COUNTY - VALLEY COMMUNICATIONS CENTER � '1L Na 'Y"'� g ,' ,� t Yam } - s �� r`e.Atie.i! '''''t ^ E %e Fay • J .4 MI .• 3 _ Owner Type: San Bernardino County — Project and Facilities Management Division (PFMD) Delivery Structure: Design-Build CM Role: Griffin provided total Program and Construction Management including the development of Bridging Documents for solicitation of the Design-Build Entity (DBE). In this role, we managed the development of the Basis of Design (BOD.), the generation of 100% Design Development drawings, draft specifications, and managed the solicitation process. Once awarded, our team managed the DBE in their production of Construction Documents and permitting. The project is now under construction, where Griffin is providing Construction Management, and the project is on time and on budget. Lessons Learned: When developing Bridging Documents for an Essential Facility with multiple stakeholders and future tenants, we discovered that controlling change can be very difficult. This is due to the fact that the County has had significant staff turnover, resulting in new needs, floor plan changes, and challenging shared space coordination. In the future, we would strive to contain the changes by expediting the design duration while simultaneously requiring that the stakeholders sign off on their design and commit to that design regardless of personnel changes. GRIFFIN STRUCTURCS 824 L . _ , C.. L /. I + I , rtli GRIFFIN STRUCTURES 1 12 i SAN BERNARDINO COUNTY PUBLIC WORKS BLDG . & PROBATION BLDG I }-{ f Ij '- � i vi- �. i Cl?� WWI I_�I I —Li------I-,=-55�iVJ 51:i��_`'I I __�_.f_Ly(_j�31c 1 �._1_�...j.�_J.._!_-1._�� �� r l i 41 _ 1 61L 4ANt_�G a�1t'A'"ab_1.1 d{A'.STte 'lPt. r1 7v-. _' _'L_ !1_ I G�J1l��l/►4'dA►'r`sll4�v3fg 7: /11 / 11A4��/I► (� + ( ! j \ .13 o— 1_1_,_,_Olitr 2+`i tx____i_�_1 i ; s ,kx _ 1,,i E i?(1JY ��; t MI 0 : N o I r r � D • t ?T ri Fri Ill_ t ja to �. _ w 1 ,, I , ha oy 1 p 1, + . \I I 1 .4=t Et v - TI ' I I I i I i I I it ; + ., = i T--�--I- F T- - , r r r rl� - 1 l I fis - r --.-N Sierra Way. Owner Type: San Bernardino County — Project and Facilities Management Division (PFMD) Delivery Structure: Progressive Design-Build CM Role: Griffin Structures is currently providing total Program and Construction Management for two separate Progressive Design-Build projects that will be managed in tandem. In this role we have been working closely with County Counsel to develop a new Progressive Design-Build procurement approach and solicitation documents. Our team will be managing the successful bidders throughout the design and engineering phases, offering direction on design based on estimates provided at key stages of the project, and ultimately negotiating a comprehensive Guaranteed Maximum Price (GMP) contract at the end of 100% Design Development. Once a contract has been fully executed, our team will oversee the completion of Construction Documents, permitting, and provide comprehensive construction management through to completion. Lessons Learned: We are finding that public agencies experience a myriad of challenges when developing a new procurement strategy, RFQ/P, and form of agreement that is appropriate for a Progressive Design-Build. Our recommendation moving forward will be to utilize the form of solicitation and GMP based on the Design-Build Institute of America's (DBIA's) templates. These documents are vetted, thorough, concise, and structured in a way to maximize the benefits of the Progressive Design-Build form of delivery. GRIFFIN STRUCTURES 825 L . . ,L1 L i l .. .,II GRIFFIN STRUCTURES ( 13 WESTMINSTER POLICE DEPARTMENT ."..40110111 ilia ti ii,k40.. 1,1 .....li 0 I 1 ,,. iiiit . :wl, hi : . 'i 'wr . 4-.4 :41J 11A:k i 1 , • :t ram--� y� ! � � I � � u:.t�r , �"" }�� ir .........: :9-11 1 Owner Type: City of Westminster Delivery Structure: Progressive Design-Build — Program Management At-Risk CM Role: Griffin Structures delivered this project, serving as the Program Manager At-Risk, which utilizes a Progressive Design-Build delivery. In this role we provided design services and construction services as part of our contract to serve as the Program Manager At-Risk. Once under contract, our team developed all design documents through 100% Design Development (DD) and then negotiated a Guaranteed Maximum Price contract with the City of Westminster to deliver the project as a comprehensive turn-key delivery. In this role, our team carried all the contracts for design and construction, as well as all ancillary services, to deliver a turnkey project utilizing a Progressive Design-Build approach. Lessons Learned: Having served on both sides of a Progressive Design-Build project delivery, we have found that there are a great deal of risk scenarios that must be included in any GMP contract. This includes damages, definitions of stages, the use of contingencies, the definition of allowances, and defining the level of transparency required of the DBE in the solicitation and selection of trade contractors. Our team has generated a great deal of specialized knowledge in this regard and will offer this wealth of experience to the City of Huntington Beach. GRIFFIN STRUCTURES 826 LZ9 ..,, " S 2i3 .1. 21 , '32:113 1? 30 10d OVEIS1d ,, ..... _ _ -- , . -.` $.. I F - A 1 sill k . • ' r- . .... , - ,'• ___.- I__ —.7 1 ' , 1 ' a -------- 1 I .. — --- ----.. ''.r WIN/ - 11 t '.., I 01 i' e . • Li -. . 11 / ,.... .......... ' 4. • _ 2.„...,„. ./ _ I *, ... , .., . ....„ „471F-7, ____ . . ...... .. . ., „ . ,....„„....,,Lt ,. ... _. ...... ._, (.3 z . .. — mieliling;\elrit In..",fit iMin mum, MIN MR....'IIIIIIIIIPIII 1110 Mil LL LL L .. L,.."L .L\ ' l'• 1 ' * ^' , , jail,' •••••••.- rim Irma ino... . N.. ammo arm or ammon < ...a. .. —..- — ..., ...— * .......... . .... .... ... .... ...... . ...•,....mi .... I cn J w _ -._. _ • j( ,—J °...) 4 il ii„ It 4 w , L.L. Ai).0 10 ". fI. *4 .' , N. ;. CNI l , 4 CI • . t. t '' ( ' , . .. * ' , I eLI , l= rt _, � l , GRIFFIN STRUCTURES ( 14 Organization Chart In order to offer the highest value to the City, we have included a highly experienced, comprehensive team of individuals to provide specialty services for this project. We hereby confirm all of our proposed team members are able to perform the services as listed in the RFP. For this project, Lance Solomon will serve as the primary point of contact and will have overall responsibility for the work, providing strategic guidance to the team as we transition into the construction phase. Day-to-day oversight during construction will be led by David Ruth, who will serve as the on-site representative. In addition to Lance and David, our team includes a roster of experienced preconstruction and construction managers and inspectors available to support any level of project need from the City, ensuring flexibility and scalability throughout the project lifecycle. We have included our resumes at the end of our proposal so that they may be excluded from the page count. ---,cow,o s',f4 PRIMARY CONTACT Lance Solomon Jon Hughes Robert Godfrey CCM.DBIA • • • • CCM _ CCM Principal-In-Charge Sr.Construction • Project Executive Manager i David Ruth Icc Inspector Agitikyo GRIFFURESIN STRUCT 828 . . l'hEI L1? I' L L, ;, 1 I ' GRIFFIN STRUCTURES I 15 Certifications LANCE SOLOMON , SR . CONSTRUCTION MANAGER Lance Solomon has maintained a professional CCM license for several years, continuing his education and certification on an annual basis. Currently, his CCM license is set to expire August 23, 2025, as a result of the extension provided below. If selected, the Griffin Structures team is happy to supply proof of said re-certification as necessitated by the City. Hello Lance. Lance Solomon,CCM I have opened your renewal application so It Is now showmg. Company Name:No Employer Selected I can grant en extension until August 23,2025. City: Irvine Regards, State:CA Blair Mariano(She/Her) Expiration Date:April25,2025 Associate,Credentialing CMCI Number: 11421 C MC 1 (703)995.7385 Ilmottannl,t'marine,tvg yv yr CMC,rnhoal inn nrg DAVID RUTH , INSPECTOR David Ruth is a licensed Inspector on behalf of the International Code Council with 20 years of inspection experience (commercial, industrial, residential) and over 15 years in the public works sector as a public sector Inspector-of-Record (IOR). COME ass COM: INTERNATIONAL B\�� CODE O E timber MumDew tam Umber m:wmss INTERNATIONAL CODE COUNCIL CERTIFICATES DAVE RUTH ,,,ME CERT, ,,,,,a UM Poe MbneLVW Code Caad.fbb Owl die ndiodual wild o.Se urtfiib/w aWharem' %Wooed Commie Sp.d.l Warshaw— U ONeepae awr.e�o,.d 1no.b,Nswvand M es Interns/ion/Chat Cana h sulastakayemplategv rAr O+x,lyd .nare ea.asv o,.baud an rods and Mndndr Ma 5,&5oS and 5 Natty Mood this aan0ufloo 0 S., 05 Ma.ony SpKW Imp.npr II mamas Reinforced Concrete Special Inspector limes etnpanddnpe pot how CREFRESH �❑ Gwen this day September 27,2005 Z)O+a09'.54tNY+t/— 'Certificate No.52426551 David Spence COO President,Board of Dresden OaYYOCK�� (e-c.0)CERIUM Chief Exeeative Officer Dom**Yoe/es►/Gal.AlreYMhee/41 olithesMarpsyr rtr uft+Y GRIFFURESIN STRUCT 829 v w c z i S. . m U1 , : citill i > v z 1 0 Re b g p 'd 0 --101 Li 1i , 1, . ' ,fit`' r v gle. ,_ 0 4 0 «.. lira , z. ... . •I '' ) 04 . . IF it li . . t - A - . , . to . .. ,•..,..7.1114„- . „,.., • .96. ir ,__, „J..... , I . ..,., . , . . . . ,., ,,, ,..._ , . li , 1i. .. .- ..-----y„,:rx,..... .. , . ,, ,. .. . �� �. 4 k • 0 • , 4 . k. d .� b . • T • . :#NEWPORT BEACH MARINA PARK , .., COMMUNITY & SAILING CENTER j 830 I tl I11 r.1L NGLF GRIFFIN STRUCTURES I 16 Project Understanding & Methodology The City of Huntington Beach is expecting a "steady amount of construction activity in the next 3 years", which includes renovations _. of existing facilities and the construction of new facilities. Some of the identified projects include pump and lift stations, City facilities, fire stations, libraries, and community centers. It is also clear that the City wishes to engage with j°' "' J ' `'r. l rp a firm that has both Design-Bid-Build (DBB), 11; t `•in l� .;� Design-Build (DB), and Progressive Design-Build t' experience (PDB). , I #" HUNTINGTON BEACH SENIOR CENTER We understand the nuances of delivering complex vertical construction projects in the proposals for design, preconstruction services, context of a public sector procurement. With and the negotiation of a Guaranteed Maximum this experience, we are able to tailor our Price (GMP) contract. We also recommend services depending on the delivery method. In requiring that the bidders provide a fixed a DBB delivery, the emphasis is on the strict percentage for markup of all trades, along with enforcement of the contract documents, but a monthly cost of General Conditions. By using it does not lend itself well to collaboration this procurement approach, the City increases and scope adjustments throughout the design its chances of retaining a strong DBE to serve process. As a result, our efforts typically involve as a partner in the project while also having heavy enforcement and conflict resolution. pricing guardrails in place. The team will then In a DB or PDB delivery, a much greater be charged with designing to the stipulated opportunity exists to craft the scope of work in budget and making adjustments to that design direct alignment with the budget, which makes based on estimates provided at key stages of for a more collaborative team approach. Strict the project. enforcement of the contract is still required, Once the DBE reaches 100% Design Development, as it is in all forms of delivery, but given that they will be required to establish a GMP. To the Design-Build Entity (DBE) is responsible for develop the GMP, we will require the DBE to their own design coordination, there is a much receive a minimum of three bids for every trade, more streamlined approach to construction fully disclose those bids to the City, and provide administration and thus grants a more efficient a comprehensive work breakdown of the bids delivery process. and a reconciliation of those bids to arrive at Specific to Progressive Design-Build, we are an "apples to apples" bid recommendation. By experts in this form of delivery, having managed using this approach, the City will be assured projects within this context for decades. Key to the project is properly scoped and is paying for the true cost of the j roect as envisioned in a the success of a Progressive Design-Build project p is in scoping the first phase of the project. Ina delivery of this nature. Our team is well versed PDB, the DBE is selected via best value, focusing in all areas of project delivery, as reflected in our on qualifications of the team mixed with firm motto, "Excellence in Project Delivery. GRICTURESFFIN STRU 831 L IIrIFIE !,', IAIILIIIC. IAFIHOInC)I.0C-,Y GRIFFIN STRUCTURES I 17 Scope of Work a pima aG,J I>+. p., iif�iii ..il.a. nc -- s I' • 1 II ORANGE COUNTY C I V IC C ENNT E R PROJECT APPROACH AND SCOPE ASIs, CDs, Deltas, daily reports, project photos, SWPPP reports, schedules, and closeout Griffin approaches a project with the documents will be carefully integrated into the perspective of an Owner, and the insight of City's third-party web-based Software-as-a- an Architect and Contractor. Like an Owner, Service (Baas). we approach each project as if it is our own money, schedule, and facility that is being Schedule Management developed. With several licensed Architects A comprehensive master project schedule will and Contractors within our ranks, we also be created to include all aspects of the project, understand the technical aspects and trade including, but not limited to, design iterations secrets essential to providing quality services & review times, permitting phases, pre- from pre-design through to construction qualification, bidding, contracts & insurance, completion. construction phasing, city installations, utility We confirm we will provide all services listed in connections, IT installations, punch list, the RFQ for Construction Management services commissioning, & contingency. and have included a brief summary of our all- encompassing approach below. Financial Controls Effective financial controls depend on change Communication / Document Control management, timely invoices, claim mitigation Standardized Communication and Document & avoidance, commitment to value, clear Management Protocols will be utilized for all documentation, and legal comprehension. Our project document controls. All RFIs, submittals, expertise in this category is best-in-class and GRLFTURESFIN STRUC 832 o. 11 t. F I' I .". f; „ I !;is .d t. Iri (:(, / GRIFFIN STRUCTURES I 18 includes an estimating team to serve as a 3. Staffing and Consultant Selection reference point in developing project budgets Griffin evaluates resource needs early in or negotiating change orders. each project and helps draft scopes, issue solicitations, evaluate proposals, and negotiate Quality Control Observations contracts for subconsultants and specialists, Inspections, photography/technology such as ensuring high-value expertise is brought to the recordings, photography, Bluebeam Technology team when needed. to facilitate the communication of challenges in the field for quick resolution & documentation, 4. Effective Communication of Project Building Information Modeling (BIM), and Expectations Field Observation Reports will be employed for We establish clear communication channels Quality Control and Assurance. and expectations through kickoff meetings, written protocols, and ongoing coordination. Project Management Scope of Services Roles, responsibilities, and reporting structures Griffin Structures is well-equipped to are defined and reinforced across internal and support the City with comprehensive project external project stakeholders. management services for Capital Improvement Projects (C1Ps). Our firm brings over 40 years of 5. Project Management Checklists and experience delivering municipal infrastructure Milestones projects, and our team is structured to handle Our project managers utilize milestone-based complex, multi-phased initiatives from tracking tools and checklist systems to ensure planning through closeout. Below is our specific all project requirements are fulfilled. These response to each of the 28 requested service tools allow us to identify issues early and items: maintain accountability throughout all phases. 1. Multi-Project Management 6. Prepare and Update Project Schedules Griffin routinely manages portfolios of Griffin develops detailed project schedules concurrent projects across departments and using CPM tools and real-time dashboards. jurisdictions. We employ shared resources, These schedules include all phases—planning, robust digital platforms, and standardized design, bidding, construction, inspections, and protocols to monitor progress, allocate staff, closeout—and are updated regularly to reflect and coordinate across schedules and scopes to project realities. ensure successful outcomes. 7. Track and Monitor Project Milestones 2. Define Project Scope, Goals, and Deliverables We monitor progress against established We begin every engagement by working with milestones, documenting completion status City leadership to define scope and objectives. and sharing regular updates with City staff. This alignment ensures project plans directly Issues impacting milestone achievement support the City's broader goals—whether are escalated quickly and tracked through related to infrastructure modernization, resolution. sustainability, or fiscal responsibility. GRIFFIN STRUCTURES 833 I ?. tItJL)tl", IAIIL, It1C MkIHOLIitLOGY GRIFFIN STRUCTURES ( 19 8. Project Budget Management 14. Project Work Plans and Revisions Griffin implements cost control strategies from Our project managers develop initial work day one. We monitor expenditures, evaluate plans aligned with the scope and schedule contractor pay apps, and provide real-time and revise them as needed to reflect evolving budget reporting. Our goal is to maintain project conditions or City priorities. budget integrity while maximizing value to the City. 15. Design Submittal and Constructability Review We review all design submittals and provide 9. Permitting and Environmental Compliance constructability analysis at key milestones We proactively identify permitting and to identify issues, reduce risk, and optimize environmental requirements, coordinate construction efficiency. with applicable regulatory agencies, and incorporate compliance milestones into the 16. Bidding Phase Participation project schedule to avoid delays. Griffin actively supports the bidding process, including bid document preparation, contractor 10. Risk Management and Dispute Resolution outreach, pre-bid meetings, addenda A project-specific risk register is maintained coordination, and bid reviews, ensuring fair for each CIP effort. We identify potential and transparent procurement. issues early and mitigate them through clear documentation, prompt resolution of scope 17. Site Inspections and Technical Guidance conflicts, and collaborative problem-solving Our construction management personnel with contractors and consultants. perform regular site visits to assess progress, verify compliance with drawings/specs, and 11. Progress Meetings and Coordination provide on-the-spot technical guidance. Griffin leads and documents all project meetings, ensuring action items are tracked and completed. Meeting notes, issue logs, and coordination items are shared with the City for transparency and continuity. 12. Cost Estimates and Construction Specifications Our in-house cost estimating team supports all I El °'ro say phases of design and construction budgeting, reviewing construction specifications and developing cost plans grounded in market data � and historical benchmarks. rig � .I . 13. Quality Control Assurance We implement multi-layered QA/QC protocols, MANHATTAN BEACH FIRE STATION NO 2 including inspection checklists, specialty inspections, and reporting tools such as Field Observation Reports, to uphold the quality and conformance of all work performed. `GRIFFIN STRUCTURES 834 I ,^ 111 11l6 3I Ilir': Iri i CJ (,1 GRIFFIN STRUCTURES I 20 18. Project Document Management 24. Project Closeout Documentation We maintain a centralized, cloud-based system We prepare complete closeout packages, (e.g., Submittal Exchange or equivalent) for including as-builts, warranties, final pay all project documentation, including RFIs, requests, release of liens, and certification of submittals, meeting notes, schedules, and substantial and final completion. closeout records, ensuring accuracy and 25. Other Project Management Duties accessibility. 19. Review of Amendments and Change Orders Griffin remains responsive to additional PM tasks, including assisting with grant We evaluate all contract changes with compliance, public presentations, or technical and financial scrutiny, confirming operational planning support where needed. necessity, scope clarity, cost validity, and schedule impacts before recommending City 26. Other Project Management Duties approval. In addition to all defined tasks, Griffin's team is available to provide strategic guidance, 20. Project Reporting emergency response support, or agency Griffin provides comprehensive reporting coordination to further support the success of packages tailored to the City's needs, including the City's capital program. project dashboards, budget and schedule updates, risk summaries, and narrative progress summaries. 21. Staff Reports for City Council Our team supports the preparation of staff reports for Council consideration, including summaries of key decisions, milestones, financial status, and upcoming actions. 22. Mentoring and Team Leadership We provide hands-on leadership to project teams, including mentoring junior staff, coordinating consultants, and leading with a problem-solving mindset that keeps projects moving forward. 23. Stakeholder Relationship Management Griffin actively cultivates strong working relationships with contractors, designers, utility providers, and community stakeholders— ensuring collaboration and responsiveness throughout. GUMSTRUCTURES 835 D . 4 . RATE SHEET co co• t }w 9 sice 9 4" ; ,i(� , yin, a ,.19 ,d , .4 }�9kalk i ,.__- -__..••'•-.1 :,era&.,,, I ,t . 1tYY.9}V♦'4.k,t}, f f # 'iY: sx W iS4 '►iTiWkk+.ktcc,,.... -fsWMdcfaNw T+V.'t .. as,11KrX*kf'..>. 111 - >a,. , 'y ., fRi 2 9K k iak X.X.a \ k ' T .r yi, W +j k a k.1k}ka a>1 ,. R9>Rf fi t. �(,t,. i I t 4 ll \� aqqa s ls1 +'E t V ,,.a, ^*�fij.a v.4+k�♦y,f ._w_. . d+ I,,,_ \ r l aaa ♦ Y {. RIIILA ♦ >. c ka X . as LLI ♦a r ,€a ., . 4 ,,,ppj( : II- T Ilw ::� �, y"ti 2 f '' . '•'" • Tsai i. Z. .T ..., µ - 0 N 4. a.J , N1Rr, ,77- r- 04 ,....-, .. ,,,, _• ,,,. ., . .., .. . .ks- , -11. , ,.. ...._. . .. .R-aims .4. _ _ ...„,..„....„. -. ..,. :..r.. :-....'''.1:'',,:-..:....-;1'-'-''''',.'''':::4166:-.-.1.'' -tif'h�� ': .. ..bill .... .=.a . ` i= [ =. ; GRIFFIN STRUCTURES I 21 Hourly Rates PROGRAM & CONSTRUCTION MANAGEMENT TITLE 2025 2026 2027 2079 2029 Chief Executive Officer $320 $336 $353 $371 $389 Chief Financial Officer $295 $310 $325 $341 $359 President $295 $310 $325 $341 $359 Principal-In-Charge $285 $299 $314 $330 $346 Project Executive $280 $294 $309 $324 $340 Predevelopment Manager $280 $294 $309 $324 $340 Sr. Program & Construction Mgr. $265 $278 $292 $307 $322 Program & Construction Mgr. $260 $273 $287 $301 $316 Inspector $240 $252 $265 $278 $292 Sr. Program Analyst $240 $252 $265 $278 $292 Estimator $240 $252 $265 $278 $292 Program Analyst $235 $247 $259 $272 $286 Accounting $230 $242 $254 $266 $280 *Subconsultants will be billed at cost+ 10%markup **Escalation is calculated on anticipated CPI based on a blended average of the past 5 years. (5%) GRIFFIN STRUCTURFS 837 1 ' . ' . •-•• - . M 1 . -4-', . ID .. ,. . _..... ... . - ,':,1", :-...r,;,•:".-74 ' - witIc4r."±; .44,47.,,,,,—,• .• Z -,,., ry'• ,,,` • _ . ' • , *=;..71-#•• .:, •-.,:„. ,, ••—;- ..-,7, +. ,4• . ',„,...$' 1 ,,,,.., • •.+... ,.. ..7‘., ... - .• - -...i ..,. 401$ 0 1 IN + In, . ) ' - ,ti".,"`--:::1,:1, . ... .., i.:e.i. ..... —....,..,.— , ' i. . .1 ''' .iii,. ' f • . Ii ,,,. i 1 •4 .t.ci 1 . I ilk Z4 I I 12.*''.,.' i0 ilV, til . 11 . ' ' '';14 tehlir'4"..,',±±± •i'. I...1/1011litilr it.. i„, ,, ii: i tili Ii.','..±.I. - ± 1 iti, i&-.! ± "' .' •'? -' i,. ' ?t • — :11,*,.'.' c. , .,. i, IF 0•'4 .4. ....z..P. 11111 ,.... PI:-i,,t .:1.' '',*. t. . --' . . ' * ;1.3::...-. 4.: • r or rril 'i-4 ' '. 1 ..t"' ^• 40 4 ir 1 4 40 WO i 1 "11:=.t ; ....•. I ...% i el . ,.. 4, ,,, .,,, t.t,- , 1 - ., - ..-.;.,,,.... 11H:f , .,... . It-" •" .c f . • s•-••• .".941(i. ,., , , i A''' 11. t ' 1 .., , — 1 • A, . ipirt'r;$' .11 . . . .. . . • - . . . . : . • . _ ......tri 0041414.4.610.1..- ., - " . . 1 YORBA LINDA LIBRAR, "., .4 -TUR"AL ARTS CENTER• ' , • - 838 i nI I JL. ,. GRIFFIN STRUCTURES I 22 tit ( , 4 QUALIFICATIONS President, Jon Hughes, offers a wealth of expertise in Program and Construction Management, contributing to —I, the successful completion of many of California's most prestigious properties. His tenure spans virtually every project type, including administrative headquarters, corporate yards/warehouses, community centers, recreational facilities, public safety and healthcare, as Jon Hughes well as maintenance and infrastructure projects. Jon's CCM,DBIA extensive background, coupled with his demonstrated Principal-In-Charge early career experience in the field, further enhances his ability to guide our team in order to provide Excellence in EDUCATION Project Delivery to each client we serve. Bachelor of Science, Westmont College REPRESENTATIVE EXPERIENCE Orange City Fire Department Headquarters, CA CERTIFICATION Carlsbad Police & Fire Headquarters, CA Certified Construction Manager Santa Ana Main Library Renovation + 3 Additional (CCM) Libraries, CA Design Build of America Institute Newport Beach Marina Park Community & Sailing Ctr., CA (DBIA) Associate Manhattan Beach Fire Station No.2, CA AFFILIATIONS County of Orange Administration North, Santa Ana, CA NAVFAC and US Army Corps County of Orange Administration South, Santa Ana, CA Construction Quality Management Carlsbad Pine Avenue Community Center & Gardens, CA (CQM) Program Santa Clarita Canyon Country Community Center, CA YEARS OF EXPERIENCE Lake Forest Sports Park & Recreation Center, CA 32 Yorba Linda Library & Cultural Arts Center, CA Esencia Sports Park, Rancho Mission Viejo, CA Salinas Police Services Headquarters, CA San Bernardino County, Valley Communication Center, CA Cathedral City Fire Station No. 411, CA Tustin Water Administration Building, Corporate Yard & Emergency Operations Center, CA Burlingame Community Center, Washington Park & Subterranean Parking Structure, CA Campbell Police Operations Building, CA Visalia Civic Center Ph2 Project (Public Safety Office Building, Evidence/Storage Bldg. & Council Chambers), CA GRIFFIN STRUCTUIRES 839 1• ,• L , i, GRIFFIN STRUCTURES I 23 QUALIFICATIONS Robert Godfrey brings more than 20 years of combined experience in construction management and planning. As a construction manager, he has been involved during all phases of development and construction. His responsibilities as a project/construction manager have entailed pre-construction services, public and stakeholder outreach, managing entitlement and plan check Robert Godfrey processes, obtaining building permits and coordinating ccM inspections, and generating punch lists and overseeing Project Executive project closeout. Robert has a proven record of project management involving effective communication with EDUCATION design team members, coordinating consultants, vendors Bachelor of Science, Management, and contractors - all to assure the client's goals and The Georgia Institute of Technology, objectives are achieved. Atlanta REPRESENTATIVE EXPERIENCE CERTIFICATIONS Santa Ana Main Library Renovation, CA Certified Construction Manager Santa Ana Newhope Library Renovation, CA (CCM) Santa Ana Delhi Center Library Branch, CA Santa Ana Outdoor Library at Jerome Park, CA AFFILIATIONS Construction Management Manhattan Beach Fire Station No.2, CA Association of America, Member Santa Clarita Canyon Country Community Center, CA La Canada-Flintridge City Hall Renovation, CA YEARS OF EXPERIENCE West Hollywood City Hall Lobby Renovation, CA 24 Orange County Transportation Authority (OCTA), Headquarters (Stadium Tower II), CA Orange County Employees Retirement System (OCERS) Headquarters, Santa Ana, CA San Jacinto Civic Center, CA Half Moon Bay Library, CA Jurupa Community Services District Harrel Headquarters Renovation, Jurupa Valley, CA Pico Rivera Smith Park Aquatic Center Renovation, CA Corona City Park Revitalization, CA Jurupa Area Recreation & Park District, Vernola Park Expansion & Community Center, Jurupa Valley, CA Eastvale Civic Center (City Hall, Library, Senior & Community Center, Police Station, Fire Station), CA Orange County Fire Authority, Multiple Fire Stations, CA GRIFCTURCSFIN STRU 840 GRIFFIN STRUCTURES I 24 QUALIFICATIONS Lance Solomon offers more than 25 years of construction experience that encompasses public works renovations and new construction, educational facilities, sports parks/ recreational facilities, underground utilities, demolition, and stormwater. His responsibilities have encompassed preparation of a bid ability review; evaluation of the bids; conduction of the pre-construction conference; and Lance Solomon processing control documents such as minutes, progress ccM payments, schedules, change orders, weekly reports, and Sr. Construction Manager all federally and state required documents. EDUCATION / REPRESENTATIVE EXPERIENCE CERTIFICATIONS Certified Construction Manager Huntington Beach Senior Center in Central Park, CA (CCM) Orange City Fire Department Headquarters, CA Qualified SWPPP Practitioner Carlsbad Police & Fire Headquarters, CA APWA, Public Works Inspection Carlsbad Pine Avenue Community Center & Gardens, CA Certification Campbell Police Operations Building Renovation, CA Certified Professional in Erosion & Esencia Sports Park, Mission Viejo, CA Sediment Control (CPESC) Lake Forest Sports Park & Recreation Center, CA Confined Space Training East Bay Regional Parks Dist., Aquatic Center, Oakland, CA Concrete Field Testing Technician Campbell Library Renovation, CA OSHA, Construction Safety & Health Vista Hermosa Aquatic Center & Sports Park, San US Army Corps, Construction Quality Clemente, CA Mgmt Rialto Frisbie Park Expansion, CA CPR & Basic First Aid, ASHI Dixon Hall Memorial Park, CA San Juan Capistrano Paseo Adelanto Mixed-Use Housing YEARS OF EXPERIENCE & City Hall, CA 29 San Bernardino County Govt Center Landscape Beautification, CA San Bernardino County Lake Gregory Dam Rehab., CA Jurupa Area Recreation & Park District, Vernola Park Expansion & Community Center, CA Carlsbad Orion Center Maintenance Building, CA Urban Runoff Treatment Facility, San Clemente, CA Corona City Park Revitalization, CA Mountain View Rengstorff Park Aquatic Center, CA GRICTURESFFIN STRU 841 L L GRIFFIN STRUCTURES ( 25 QUALIFICATIONS David Ruth has a distinguished background in construction inspection. With beginnings in the field as a Masonry Foreman, David excels in inspection, testing, and quality assurance, bringing a wealth of high-level i >'„• rr skills to every project. David has a proven track record of meeting demanding standards and effectively managing teams while fostering professional relationships. David Ruth icc His communication prowess allows him to convey Inspector complex information clearly and effectively, and his expertise in creating detailed reports and maintaining EDUCATION precise records to ensure project transparency. David's Fire Science, Santa Ana College collaborative approach and commitment to resolving issues with management and stakeholders highlight CERTIFICATIONS / LICENSES his dedication to ensuring successful delivery for every project. ICC Reinforced Concrete & Structural Masonry REPRESENTATIVE EXPERIENCE ACI Field Testing Technician Grade 1: Santa Ana Main Library Renovation, CA ASTM Testing of Concrete Santa Ana Newhope Library Renovation, CA Masonry Journeyman Santa Ana Delhi Center Library Branch, CA Advanced Training Center, Anaheim, Santa Ana Outdoor Library at Jerome Park, CA CA Los Angeles State Historic Park, Parkwide Renovation, CA Orange County ROP Training Center, WETA Central Bay Operations & Maintenance Facility, Anaheim, CA Alameda Point, CA Cuyamaca Rancho State Park Water System Rehabilitation, Descanso, CA AFFILIATIONS American Concrete Institute, Mount Diablo State Park Road Improvements, Walnut California Chapter Creek, CA Malibu Lagoon State Beach, CA YEARS OF EXPERIENCE City of San Marcos Creek District, Via Vera Cruz & Bent 31 Ave. Bridges, CA Palm Springs Ariel Tramway, Mountain Station Water Treatment Facility, CA ' GRIFFCTURESIN STRU 842 T 'a exi . .,r,,.. 4 I .. ..,. .I r it �f •_. '� , Il 1Mill IA ;i,,,,/i/u, ,. • -// -:r r- --4 '�'i�rr :,mrl.� !;..,:_ � i .psi mo — lif— 77. —L t ...i. i' .�� •�.• _' "`ww.,u,''' III! Il ��.." 1 h. : r t 1, • __. \� _. HUNTINGTON BEACH SENIOR CENTER w ORANGE CITY FIRE DEPARTMENT HEADQUARTERS & STATION 1 —.4 " ,nL!C`•a w ir — i F• _ , _ _j 4 i I I rr i • rr, wii tFili Pr. .• �� } 1��j �••- a, yf..c —, -,�, - .- .—.^ . . .• - p -- - _ ' yR.';• - ir �' 444 r ems._ • COUNTY OF ORANGE CIVIC CENTER SANTA CLARITA CANYON COUNTRY COMMUNITY CENTER - - !f E1 \ _. . . .--.„. ->, �L1 I.t!le. f I A F^ ). ,....-..a 1p." ! •r-E Alm ,P f •- _ -1;11'11 ; lit: ..i, a X. - yy �i�� I • � i —� ��• , • iT 11111/ � ( ,_I ,,, "ate r I 1 ( 1 p • I ,,, I t" �.. tea•'°! �- -IW L Z. CARLSBAD POLICE & FIRE NEWPORT BEACH MARINA PARR ,y _ HEADQUARTERS _ COMMUNITY 8 SAILING [ENTER EAST VALE CIVIC CENTER NORTHERN CALIFORNIA OFFICE SOUTHERN CALIFORNIA OFFICE 1850 WARBURTON AVENUE 1 TECHNOLOGY DRIVE SUITE 120 BUILDING I SUITE 829 SANTA CLARA, CA 95050 IRVINE, CA 92618 408 955 0431 949 497 9000 843 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 duringtravel are not reimbursable g 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 CONSULTANTS 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. 844 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 qaddition 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. 845 EXHIBIT B L.._ . F. J . , HEL l GRIFFIN STRUCTURES Hourly Rates PROGRAM Sr CONSTRUCTION MANAGEMENT 111LL 2025 262G 2021 2028 2529 Chief Executive Officer $320 $336 $353 $371 $389 Chief Financial Officer $295 $310 $325 $341 $359 President $295 $310 $325 $341 $359 Principal-ln-Charge $285 $299 $314 $330 $346 Project Executive $280 $294 $309 $324 $340 Predevelopment Manager $280 $294 $309 $324 $340 Sr. Program & Construction Mgr. $265 $278 $292 $307 $322 Program & Construction Mgr. $260 $273 $287 $301 $316 Inspector $240 $252 $265 $278 $292 Sr. Program Analyst $240 $252 $265 $278 $292 Estimator $240 $252 $265 $278 $292 Program Analyst $235 $247 $259 $272 $286 Accounting $230 $242 $254 $266 $280 *Subconsultants will be billed at cost + 10%markup **Escalation is calculated on anticipated CPI based on a blended average of the past 5 years. (5%) GRIFFIN 578.LKTURLS 846 , _ � ,c �. A� CERTIFICATE OF LIABILITY INSURANCE DATE(MM10D/YYYY) 12/24/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Dani JaluiZe AssuredPartners Design Professionals Insurance Services, LLC PHONE 714-202-0390 I FAXC No): I 3697 Mt. Diablo Blvd Suite 230 (NC.No.Fxt): Lafayette CA 94549 ADQRess: CertsDesignPro AssuredPartners.com INSURER(S)AFFORDING COVERAGE NAIC 0 Licensett:6003745 INSURERA:ARCH SPECIALTY INSURANCE COMPANY 21199 INSURED GRIFSTR-Ot INSURER B:The Travelers Indemnity Company 25658 Griffin Structures Inc 1 Technology Dr., Building I Ste. 829 INSURER C:Travelers Property Casualty Company of America 25674 Irvine CA 92618 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:772016766 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 AODL SUBR POLICY EFF POLICY EXP .. LTR TYPE OF INSURANCE INSU WYO POLICY NUMBER (MM/O0/ YYY) (MMIDD/YYYY) LIMITS C X COMMERCIAL GENERAL LIABILITY Y Y 680C2582051 12/31/2025 12/31/2026 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $1,000,000 X Contractual Liab MED EXP(Any one person) S 10,000 Included PERSONAL&ADV INJURY 51,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X jEC7 X LOC PRODUCTS-COMP/OPAGG 52,000,000 OTHER: S C AUTOMOBILE LIABILITY V Y BAC259119A 12/31/2025 12/31/2026 COMBINED SINGLE LIMIT S 1,000,000 (Ea accident X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS — --- X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY jeer accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ 8 WORKERS COMPENSATION Y UBC2593772 12/31/2025 12/31/2026 X OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N N I A E.L.EACH ACCIDENT 51,000,000 OFFICER/LIEMBER EXCL.UDED7 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT Si,000,000 A Pr o'oss ciai Lab I ly& Y PDCPPO038505 12/31/2025 12/31/2026 Per Claim $2,000,000 Contractors Pollution Liability lAggregale Limit $4,000,000 'Deductible S25,000 DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) AM Bests Rating on all policies above:A/XII or greater. RE:City of Huntington Beach 2025 On Call Construction Management and Inspection Services APPROVED AS TO FORM City of Huntington Beach is named as an additional insured as respects general liability and auto liability as required per written contract.Insurir e rage includes waiver of subrogation per the attached endorsement(s). Ely MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION 30 Day Notice of Cancellation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach 2000 Main St. AUTHORIZED REPRESENTATIVE Huntington Beach CA 92648 (::: V1 ' 1 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 680C2582051 COMMERCIAL GENERAL LIABILITY POLICY NUMBER • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Names of Additional Insured Person(s)or Organization(s): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part, provided that such written contract was signed by you before, and is in effect when,the "bodily injury"or"property damage"occurs or the"personal injury"or"advertising injury"offense is committed. Location of Covered Operations: Any project to which a written contract with the Additional Insured Person(s)or Organization(s)in the Schedule applies. (Information required to complete this Schedule, if not shown above,will be shown in the Declarations.) A. Section II—Who Is An Insured is amended to in- This insurance does not apply to"bodily injury"or dude as an additional insured the person(s) or "property damage" occurring, or "personal injury" organization(s) shown in the Schedule, but only or "advertising injury" arising out of an offense with respect to liability for"bodily injury", "property committed,after: damage", "personal injury" or "advertising injury" 1. All work, including materials, parts or equip- caused, in whole or in part,by: ment furnished in connection with such work, 1. Your acts or omissions;or on the project (other than service, mainte- 2. The acts or omissions of those acting on your nance or repairs) to be performed by or on behalf; behalf of the additional insured(s)at the loca- tion of the covered operations has been corn- in the performance of your ongoing operations for pleted; or the additional insured(s) at the location(s) desig- 2. That portion of "your work" out of which the nated above. injury or damage arises has been put to its in- B. With respect to the insurance afforded to these tended use by any person or organization • additional insureds, the following additional exclu- other than another contractor or subcontrac- sions apply: tor engaged in performing operations for a principal as a part of the same project. 12131/2025 CG D3 61 03 05 Copyright uup ie St. Paul Travelers Companies, Inc.All rights reserved. Page 1 of 1 CG T8 OX XX XX Includes copyrighted material of Insurance Services Office, Inc.with its permission. DATE OF ISSUE: 680C2582051 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part for"bodily injury"or"property damage"included in the"products- , completed operations hazard", provided that such contract was signed and executed by you before, and is in effect when,the bodily injury or property damage occurs. Location And Description Of Completed Operations Any project to which an applicable contract described in the Name of Additional Insured Person(s)or Organization(s)section of this Schedule applies. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section II — Who Is An Insured is amended to in- location designated and described in the schedule of dude as an additional insured the person(s) or or- this endorsement performed for that additional in- ganization(s) shown in the Schedule, but only with sured and included in the"products-completed opera- respect to liability for"bodily injury" or"property dam- tions hazard". age"caused, in whole or in part, by"your work"at the CG 20 37 07 04 12/31/2025 ©ISO Properties, Inc.,2004 Page 1 of 1 CG T8 OX XX XX DATE OF ISSUE: Policy it 865C2582c5+ COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a. The statements in the Declarations are If all of the other insurance permits contribution accurate and complete; by equal shares, we will follow this method also. b. Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c. We have issued this policy in reliance upon limit of insurance or none of the loss remains, your representations. whichever comes first. The unintentional omission of, or unintentional error If any of the other insurance does not permit in, any information provided by you which we relied contribution by equal shares, we will contribute upon in issuing this policy will not prejudice your by limits. Under this method, each insurer's rights under this insurance. However, this provision share is based on the ratio of its applicable limit does not affect our right to collect additional of insurance to the total applicable limits of premium or to exercise our rights of cancellation or insurance of all insurers. nonrenewal in accordance with applicable insurance d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7, Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, and agreement that the insurance afforded to an any rights or duties specifically assigned in this insured under this Coverage Part must apply on Coverage Part to the first Named Insured, this a primary basis, or a primary and non- insurance applies: contributory basis, this insurance is primary to a. As if each Named Insured were the only other insurance that is available to such insured Named Insured;and which covers such insured as a named insured, and we will not share with that other insurance, b. Separately to each insured against whom claim provided that: is made or"suit"is brought. (1) The"bodily injury'or"property damage"for 8. Transfer Of Rights Of Recovery Against Others which coverage is sought occurs; and To Us (2) The "personal and advertising injury" for If the insured has rights to recover all or part of any which coverage is sought is caused by an payment we have made under this Coverage Part, offense that is committed; those rights are transferred to us.The insured must subsequent to the signing of that contract or do nothing after loss to impair them.At our request, agreement by you. the insured will bring "suit" or transfer those rights to us and help us enforce them. 6. Premium Audit 9. When We Do Not Renew a. We will compute all premiums for this Coverage If we decide not to renew this Coverage Part,we will Part in accordance with our rules and rates. mail or deliver to the first Named Insured shown in b. Premium shown in this Coverage Part as the Declarations written notice of the nonrenewal advance premium is a deposit premium only.At not less than 30 days before the expiration date. the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficient the earned premium for that period and send proof of notice. notice to the first Named Insured. The due date for audit and retrospective premiums is the date SECTION V—DEFINITIONS shown as the due date on the bill. If the sum of 1. "Advertisement"means a notice that is broadcast or the advance and audit premiums paid for the published to the general public or specific market policy period is greater than the earned segments about your goods, products or services premium, we will return the excess to the first for the purpose of attracting customers or Named Insured. supporters. For the purposes of this definition: c. The first Named Insured must keep records of a. Notices that are published include material the information we need for premium placed on the Internet or on similar electronic computation, and send us copies at such times means of communication; and as we may request. b. Regarding websites, only that part of a website 6. Representations that is about your goods, products or services By accepting this policy, you agree: for the purposes of attracting customers or supporters is considered an advertisement. Page 16 of 21 0 2017 The Travelers Indemnity Company.All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc.with its permission. Policy# 580C2582051 COMMERCIAL GENERAL LIABILITY occupational therapist or occupational that is available to any of your "employees" therapy assistant, physical therapist or for"bodily injury"that arises out of providing speech-language pathologist;or or failing to provide "incidental medical (b) First aid or "Good Samaritan services" services" to any person to the extent not by any of your"employees"or"volunteer subject to Paragraph 2.a.(1) of Section II — workers", other than an employed or Who is An Insured. volunteer doctor. Any such "employees" K. MEDICAL PAYMENTS—INCREASED LIMIT or"volunteer workers" providing or failing The following replaces Paragraph 7. of to provide first aid or "Good Samaritan SECTION III—LIMITS OF INSURANCE: services"during their work hours for you will be deemed to be acting within the 7. Subject to Paragraph 5. above, the Medical scope of their employment by you or Expense Limit is the most we will pay under performing duties related to the conduct Coverage C for all medical expenses of your business. because of "bodily injury" sustained by any 3. The following replaces the last sentence of one person,and will be the higher of: Paragraph 5. of SECTION III — LIMITS OF a. $10,000; or INSURANCE: For the purposes of determining the b. The amount shown in the Declarations of applicable Each Occurrence Limit, all related this Coverage Part for Medical Expense acts or omissions committed in providing or Limit. failing to provide "incidental medical L. AMENDMENT OF EXCESS INSURANCE services", first aid or "Good Samaritan CONDITION—PROFESSIONAL LIABILITY services"to any one person will be deemed The following is added to Paragraph 4.b., to be one"occurrence". 4. The following exclusion is added to Excess Insurance, of SECTION IV — Paragraph 2., Exclusions, of SECTION 1 — COMMERCIAL GENERAL LIABILITY CONDITIONS: COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE This insurance is excess over any of the other LIABILITY: insurance, whether primary, excess, contingent Sale Of Pharmaceuticals or on any other basis, that is Professional Liability or similar coverage, to the extent the "Bodily injury" or "property damage" arising loss is not subject to the professional services out of the violation of a penal statute or exclusion of Coverage A or Coverage B. ordinance relating to the sale of pharmaceuticals committed by, or with the M. BLANKET WAIVER OF SUBROGATION — knowledge or consent of the insured. WHEN REQUIRED BY WRITTEN CONTRACT 5. The following is added to the DEFINITIONS OR AGREEMENT Section: The following is added to Paragraph 8.,Transfer "Incidental medical services" means: Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL a. Medical, surgical, dental, laboratory, x- LIABILITY CONDITIONS: ray or nursing service or treatment, If the insured has agreed in a written contract or advice or instruction, or the related agreement to waive that insured's right of furnishing of food or beverages;or b. The furnishingor dispensing of drugs or recovery against any person or organization, we p g g waive our right of recovery against such person medical, dental, or surgical supplies or or organization, but only for payments we make appliances. because of: 6. The following is added to Paragraph 4.b., a. "Bodily injury" or "property damage" that Excess insurance, of SECTION IV — occurs; or COMMERCIAL GENERAL LIABILITY CONDITIONS: b. "Personal and advertising injury" caused by This insurance is excess over any valid and an offense that is committed; collectible other Insurance, whether primary, subsequent to the signing of that contract or excess, contingent or on any other basis, agreement. CG D3 79 0219 2017 The Travelers Indemnity Company.All rights reserved. Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.with its permission. TRAVELERS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76( A)— POLICY NUMBER: UBC2593772 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation pre- mium. Schedule Person or Organization Job Description Any Person or organization for which the insured has agreed by written contract executed prior to loss to furnish this waiver.. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Insurance Company Countersigned by The Travelers Indemnity Company DATE OF ISSUE: 12/24/2025 Page 1 of 1 BAC259119A COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties,and what is and is not covered. A. BLANKET ADDITIONAL INSURED H. AUDIO, VISUAL AND DATA ELECTRONIC B. EMPLOYEE HIRED AUTO EQUIPMENT—INCREASED LIMIT C. EMPLOYEES AS INSURED I. WAIVER OF DEDUCTIBLE—GLASS D. SUPPLEMENTARY PAYMENTS — INCREASED J. PERSONAL PROPERTY LIMITS K. AIRBAGS E. TRAILERS—INCREASED LOAD CAPACITY L. AUTO LOAN LEASE GAP F. HIRED AUTO PHYSICAL DAMAGE M. BLANKET WAIVER OF SUBROGATION G. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT A. BLANKET ADDITIONAL INSURED performing duties related to the conduct of The following is added to Paragraph A.1., Who Is your business. An Insured, of SECTION II—COVERED AUTOS 2. The following replaces Paragraph b. in B.5., LIABILITY COVERAGE: Other Insurance, of SECTION IV — BUSI- Any person or organization who is required under NESS AUTO CONDITIONS: a written contract or agreement between you and b. For Hired Auto Physical Damage Cover- that person or organization, that is signed and age, the following are deemed to be cov- executed by you before the "bodily injury" or ered"autos"you own: "property damage" occurs and that is in effect during the policy period, to be named as an addi- (1) Any covered "auto" you lease, hire, tional insured is an "insured" for Covered Autos rent or borrow; and Liability Coverage, but only for damages to which (2) Any covered"auto"hired or rented by this insurance applies and only to the extent that your "employee" under a contract in person or organization qualifies as an "insured" an "employee's" name, with your under the Who Is An Insured provision contained permission, while performing duties in Section II. related to the conduct of your busi- B. EMPLOYEE HIRED AUTO ness. 1. The following is added to Paragraph A.1., However, any"auto"that is leased, hired, Who Is An Insured, of SECTION II — COV- rented or borrowed with a driver is not a ERED AUTOS LIABILITY COVERAGE: covered "auto". An "employee" of yours is an "insured" while C. EMPLOYEES AS INSURED operating a covered "auto" hired or rented The following is added to Paragraph A.1.,Who Is under a contract or agreement in an "em- An Insured,of SECTION II—COVERED AUTOS ployee's" name, with your permission, while LIABILITY COVERAGE: CA T4 20 0215 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO Any"employee"of yours is an "insured"while us- (2) An adjustment for depreciation and physical ing a covered"auto"you don't own,hire or borrow condition will be made in determining actual in your business or your personal affairs. cash value in the event of a total"loss". D. SUPPLEMENTARY PAYMENTS — INCREASED (3) If a repair or replacement results in better LIMITS than like kind or quality,we will not pay for the 1. The following replaces Paragraph A.2.a.(2) of amount of betterment. SECTION II—COVERED AUTOS LIABILITY (4) A deductible equal to the highest Physical COVERAGE: Damage deductible applicable to any owned (2) Up to $3,000 for cost of bail bonds (in- covered "auto". cluding bonds for related traffic law viola- (5) This Coverage Extension does not apply to: tions) required because of an "accident" (a) Any "auto" that is hired, rented or bor- we cover. We do not have to furnish rowed with a driver; or these bonds. (b) Any "auto" that is hired, rented or bor- 2. The following replaces Paragraph A.2.a.(4)of I SECTION II—COVERED AUTOS LIABILITY rowed from your employee . COVERAGE: G. PHYSICAL DAMAGE — TRANSPORTATION (4) All reasonable expenses incurred by the EXPENSES—INCREASED LIMIT "insured" at our request, including actual The following replaces the first sentence in Para- loss of earnings up to $500 a day be- graph A.4.a., Transportation Expenses, of cause of time off from work. SECTION III — PHYSICAL DAMAGE COVER- E. TRAILERS—INCREASED LOAD CAPACITY AGE: The following replaces Paragraph C.1. of SEC- We will pay up to $50 per day to a maximum of The I—COVERED AUTOS: $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- 1. "Trailers" with a load capacity of 3,000 ered "auto"of the private passenger type. pounds or less designed primarily for travel H. AUDIO, VISUAL AND DATA ELECTRONIC on public roads. EQUIPMENT—INCREASED LIMIT F. HIRED AUTO PHYSICAL DAMAGE Paragraph C.1.b. of SECTION III — PHYSICAL The following is added to Paragraph A.4., Cover- DAMAGE COVERAGE is deleted. age Extensions, of SECTION III — PHYSICAL I. WAIVER OF DEDUCTIBLE—GLASS DAMAGE COVERAGE: The following is added to Paragraph D., Deducti- Hired Auto Physical Damage Coverage ble, of SECTION III — PHYSICAL DAMAGE If hired "autos" are covered "autos" for Covered COVERAGE: Autos Liability Coverage but not covered "autos" No deductible for a covered "auto" will apply to for Physical Damage Coverage, and this policy glass damage if the glass is repaired rather than also provides Physical Damage Coverage for an replaced. owned "auto", then the Physical Damage Cover- J. PERSONAL PROPERTY age is extended to "autos" that you hire, rent or The following is added to Paragraph A.4., Cover- borrow subject to the following: age Extensions, of SECTION III — PHYSICAL (1) The most we will pay for "loss" to any one DAMAGE COVERAGE: "auto" that you hire, rent or borrow is the Personal Property Coverage lesser of: We will pay up to $400 for "loss" to wearing ap- (a) $50,000; parel and other personal property which is: (b) The actual cash value of the damaged or (1) Owned by an"insured"; and stolen property as of the time of the (2) In or on your covered "auto". "loss";or This coverage only applies in the event of a total (c) The cost of repairing or replacing the theft of your covered "auto". damaged or stolen property with other No deductibles apply to Personal Property cover- property of like kind and quality. age. Page 2 of 3 ©2015 The Travelers Indemnity Company.AU rights reserved. CA T4 20 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO K. AIRBAGS (2) Any: The following is added to Paragraph 6.3., Exclu- (a) Overdue lease or loan payments at the sions, of SECTION III — PHYSICAL DAMAGE time of the"loss"; COVERAGE: (b) Financial penalties imposed under a Exclusion 3.a. does not apply to "loss" to one or lease for excessive use, abnormal wear more airbags in a covered "auto"you own that in- and tear or high mileage; flate due to a cause other than a cause of"loss" set forth in Paragraphs A.1.b, and A.1.c., but (c) Security deposits not returned by the les- sor; only: a. If that "auto" is a covered "auto" for Compre- (d) Costs for extended warranties, Credit Life hensive Coverage under this policy; Insurance, Health, Accident or Disability b. The airbags are not covered under any war- Insurance purchased with the loan or ranty; and lease; and c. The airbags were not intentionally inflated. (e) Carry-over balances from previous loans or leases. We will pay up to a maximum of $1,000 for any M. BLANKET WAIVER OF SUBROGATION one"loss". L. AUTO LOAN LEASE GAP The following replaces Paragraph A,5., Transfer The following is added to Paragraph A.4., Cover- Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- age Extensions, of SECTION III — PHYSICAL TIONS: DAMAGE COVERAGE: Auto Loan Lease Gap Coverage for Private 5. Transfer Of Rights Of Recovery Against Others To Us Passenger Type Vehicles In the event of a total "loss"to a covered "auto"of We waive any right of recovery we may have the private passenger type shown in the Schedule against any person or organization to the ex- or Declarations for which Physical Damage Coy- tent required of you by a written contract exe- erage is provided, we will pay any unpaid amount cuted prior to any "accident" or "loss", pro- due on the lease or loan for such covered "auto" vided that the"accident"or"loss"arises out of less the following: the operations contemplated by such con- (1) The amount paid under the Physical Damage tract.The waiver applies only to the person or Coverage Section of the policy for that"auto"; organization designated in such contract. and CA T4 20 0215 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office,Inc.with its permission. Professional Services ' A1LNGi , k./4.••b.oRPOR'� ••.• Contracts for On -Call rFo ••• \ ab. <•. Construction Management,00 ---- -/7 Materials Testing , and {" Inspection Services - . - Department of Public Works - '/�• • December 16 , 2025 • 17 190 9 , e 0 •�•• \ I C � 0 / / C V NTy 1286 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 / or ic.I NTINGT jIlk � r. CC,,��.......... �jf j �•. • tj - •� i ' �,. ., — 10 -�ice• _______ __ ••tl' / • ...,41-.:-•0• .... e ...-.71 \ kc .itiMiliStat ,r �, .• � 19. � /�� / NTV 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. iii ANT I N G T for O� •\\CO PORArFN � • 7:77o • • COUNT`! c,,' 1288 RFP Selection Matrix Construction # Firms 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 Geotechnical, 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 MCK 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 Tatum Corp X X $1,500,000.00 18 Transtech Engineers, Inc. X X X $2,500,000.00 19 Ally Construction Services $0.00 20 Bowman Consulting Group Ltd. $0.00 21 Crede Construction Advisory LLC $0.00 22 Fountainhead Consulting Corporation $0.00 23 GCS Construction Management $0.00 24 H W Lochner $0.00 25 Ledesma &Meyer Construction Co., Inc. $0.00 26 Pinner Construction Co, Inc $0.00 27 Willdan Engineering $0.00 1289 RECOMMENDATION Approve and authorize the Mayor and City Clerk to execute Professional Services Contracts between the City of Huntington Beach and the nineteen (9) firms (listed below) for On-Call Construction Management, Materials Testing, and Inspection Services. Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers, Inc. The City does not guarantee any amount of work to awarded vendors as these services are on an "as-need" basis. #1'�NTINGT :3\ l � \N�ORP0 A?f�'•.? c`\ _. 1 i_ , s= � • =. • Q1 1290 .„.. . y'ti _.1..,. .,z_ ___ ., . .,... t__„..„....„.... . . . :, ., 0(....,. :Ti--..,--, , ti, .Ti. 44.:14 it 1II:ta - 5 • i j i ;J,'' 'i s ��'. mom : t' v. ,L1 • 1. -•-.,R'- LAf T J .,. 9 1"2:—:---,77--7— :ii ft. ',- e' ,, ! •' Cu . (1) 0 ■ MEM vimo a)