Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Interwest Consulting Group, Inc. - 2025-12-16
�NTiNGT , 2000 Main Street, oF?;...� -.,,4' Huntington Beach,CA 9264 ( • 9=) City of Huntington Beach APPROVED 6-0-1s:e:�s = Q \e. `�EOQ� (TWINING-ABSENT) �+z-y tt File #: 25-929 MEETING DATE: 12/16/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Joseph Pinel, Capital Projects Administrator Subject: Approve and authorize execution of Professional Services Contracts for On-Call Construction Management, Materials Testing and Inspection Services with Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers Inc. Statement of Issue: The Public Works Department requires professional construction management, materials testing, and inspection services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). To meet this need, the Department advertised a Request for Proposal (RFP) for these services and recommends awarding on-call Construction Management, Materials Testing and Inspection Services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for construction management, materials testing, and inspection services. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: A) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Construction Management, Materials Testing and Inspection Services; and 4. 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 .3. , U�/�� �� �� powered by LegistarT" '��/Cex�/ 597 File #: 25-929 MEETING DATE: 12/16/2025 Construction Management, Materials Testing and Inspection Services; and C) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Griffin Structures, Inc. for On-Call Construction Management and Inspection Services; and D) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Interwest Consulting Group, Inc. for On -Call Construction Management, Materials Testing and Inspection Services; and E) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and MCK Americas, Inc. for On-Call Construction Management and Inspection Services; and F) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Southstar Engineering & Consulting, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and G) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and SYRUSA Engineering, Inc for On-Call Construction Management, Materials Testing and Inspection Services; and * H) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Totum Corp for On-Call Construction Management and Inspection Services; and * I) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and TRANSTECH Engineers, Inc for On-Call Construction Management, Materials Testing and Inspection Services. Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Analysis: To efficiently manage the City's growing Capital Improvement Program (CIP), the City utilizes on-call professional service contract agreements with pre-qualified firms that provide specialized services on an as-needed basis. These contracts allow staff to quickly assign work when specific projects or increased workloads arise, without committing to a guaranteed minimum amount of work. This approach provides both flexibility and cost efficiency, enabling the City to meet service demands without adding permanent staff. Each year, the City undertakes an extensive CIP that includes a wide range of infrastructure improvements requiring engineering and construction support. Many projects demand construction management, materials testing, inspection, and regulatory compliance services that extend beyond internal staff capacity. Engaging qualified external consultants allows the City to ensure projects are delivered efficiently, safely, and in full compliance with federal and state standards. City of Huntington Beach Page 2 of 5 Printed on 12/10/2025 ,AA,, ,^, / f ' powered by Legistar to TM 'G[ 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 p P p based on qualifications and relevant experience. The request for Council action associated with the June 13, 2025 RFP for On-Call Construction Management, Materials Testing, and Inspection Services was presented in two phases. The first group of nine qualified consultants-consisting of firms currently providing active on-call services for City construction projects-was approved at the November 18, 2025 Council meeting. The remaining nine consultants represent newly selected on-call firms. The Public Works Department consistently attracts highly qualified firms for such RFPs, resulting in a competitive and robust selection process. Based on evaluation results, staff recommends awarding nine (9) on-call contracts to provide additional support for the City's capital improvement program. The nine firms listed would help reduce potential interruptions in construction services. Additionally, approval of the firms listed would provide a total of eighteen firms, enabling competitive proposals and greater availability of specialized construction services. Recommended Firms The current recommended firms are: Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum City of Huntington Beach Page 3 of 5 Printed on 12/10/2025 powered by LegistarTM 599 File #: 25-929 MEETING DATE: 12/16/2025 Corp; and TRANSTECH Engineers, Inc. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-materials basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant task orders include Heil Pump Station, Admiralty Bridge, Humboldt Pump Station, Traffic Signal Installations, Sunset Beach Sewer, to name a few. Projects upcoming that will use construction management and inspection include Humboldt Bridge, McFadden Lift Station, Davenport Lift Station, Water Well projects, Street Overlays/Rehabilitation, Downtown Street Lighting, Traffic Signals, and include inspection support for Development permitting. On-call contracts will be activated only when project demands exceed available City staff capacity. Each contract will have a three-year term and a not-to-exceed amount, with no guaranteed work. All expenditures under these agreements remain subject to City Council approval through the annual budget process. Environmental Status: Not Applicable Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Request for Proposals (RFP) 2. Cannon Corporation Contract Summary 3. Professional Services Contract with Cannon Corporation 4. FCG Consultants Inc. Contract Summary 5. Professional Services Contract with FCG Consultants Inc. 6. Griffin Structures, Inc. Contract Summary 7. Professional Services Contract with Griffin Structures, Inc. 8. Interwest Consulting Group, Inc. Contract Summary 9. Professional Services Contract with Interwest Consulting Group, Inc 10. MCK Americas, Inc. Contract Summary 11. Professional Services Contract with MCK Americas, Inc. City of Huntington Beach Page 4 of 5 Printed on 12/10/2025 powered by LegistarT" 600 File #: 25-929 MEETING DATE: 12/16/2025 12. Southstar Engineering & Consulting, Inc. Contract Summary 13. Professional Services Contract with Southstar Engineering & Consulting, Inc. 14. SYRUSA Engineering, Inc. Contract Summary 15. Professional Services Contract with SYRUSA Engineering, Inc. 16. Totum Corp Contract Summary 17. Professional Services Contract with Totum Corp 18. TRANSTECH Engineers, Inc. Contract Summary 19. Professional Services Contract with TRANSTECH Engineers, Inc. 20. PowerPoint Presentation City of Huntington Beach Page 5 of 5 Printed on 12/10/2025 powered by LegistarTM 601 is - CUNTY itIO 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 Depaitiiient is seeking experienced consultant firms to assist the City's staff in the following service category, to perform Construction Management and Material Inspection services for any City related projects and activities. Qualified firms shall provide construction management consulting services on an"on-call"basis for projects assigned during the term of the contract. The contract will be for a minimum 3-year term.The City will issue task orders for each project based upon the scope-of-services; qualifications, work schedule,and reasonableness of the fee. For task orders greater than $30,000 City may typically solicit proposals from 2 or more qualified consultants for City funded projects. 2. SCHEDULE OF EVENTS This Request for Proposal will be governed by the following estimated scheduler 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 (BFI's). 12. Conduct weekly construction progress meetings with contractor, subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress,problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19. Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences, realistic durations, constraints, schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor (weekly) to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress 605 pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City. Review and evaluate contractor's request for changes. Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains "As-Built"project schedule. 25. Review pay requests and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy of the project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout- Consultant shall provide the following project closeout services: • Administer and coordinate fmal inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment,labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction • contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out,require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 606 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced, or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project. Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site,number and names of workers with hours on site, work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion. Daily.Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10. During the course of construction, maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements, reporting, and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon& State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates, benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a final report to the City upon completion of each project summarizing any identified discrepancies and resolutions to those discrepancies affecting the project. 9. Defend certified payroll audits if conducted by controlling agency. E. Construction Materials Testing 1. The consultant shall be responsible for all the tests as required by the Caltrans Standard Specifications and the Project Special Provisions. 2. The consultant shall perform the materials testing services in accordance with the City's approved Quality Assurance Program (QAP) (See Appendix E), California Department of Transportation, Construction Manual, Chapters 3, "Control of Materials" and Chapter 6, "Sample Types and Frequencies."The consultant shall provide for initial"Samples and Tests" on materials proposed for use in the project. The firm shall provide for "Acceptance Tests" on materials that will be incorporated into the work. Sampling should begin as soon as 607 material is delivered or in place. Sampling shall continue as work progresses. 3. The consultant shall conduct all testing in a Caltrans Certified Laboratory, or equivalent. All sampling and testing shall be done by personnel and laboratory with the appropriate accreditation for the testing and sampling designated to perform. Proof of the appropriate accreditation shall be submitted for approval by the City. 4. Provide a qualified technician as necessary to conduct density tests as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four (24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. 608 • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17" sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward,)concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max. and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter. (Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form(See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years 609 in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel, sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, • Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish (months &years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point , of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer, water, and paving. • Facility Inspectors certified in California Building Code(CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding &Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches, and solutions to similar projects that would be undertaken by the City, and 610 detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CIP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major_projects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying,the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBNIITTING 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 fain that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of fmal contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. http s://cms3.revize.com/revize/huntingtonbeachca/DocuinentsBusiness/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 I EXHIBIT A Pre-Qualification Form 614 PRE-QUALIFICATION FORM • ON-CALL CONSTRUCTION MANAGEMENT and MA'1'hRIALS INSPECTION CONSULTING SERVICES rY[�:�-.i..t.,....-''�-",^v.1.�.'4r.�u,�-.^..�:.'t..3:,.:,�-+::.r��n3x':.6,i:.ii..'':.A>�a;�``.f_r u����1,.$:er,.�:��.ri..°n:..�:.'..fg�i�?-r'�g;�au a,%'k.v:�;.itr3��c-t>x3-Y�`•,rril.�v"+',r.:�„3 y*.,f�.,}:.,�:�.;rr?�r�..xYur:a�.tr."..Ya�E-r�:r}x,p,.l�..tY�,"�_.t�:„:.,;.{�,;sK"F�,+,•„;£,wyr"ij*-rR1Yr.�f^s\,.z�,�;e.�.;E.."},'.';'S!..{i�4�.-';%y'1,T a>+...i;,+'i.h�:(/;£VF^ty--.- �a G.v7`r -i Ey`•rC y.f'ir'3,.l�y trG.Y s;���.'3n a a'E.✓..t'..,,F,+ 3Sr1'tir�...:ti 3�.i orraS?'. Nc�. � AT _0.®fiy, �� %,A%r �� ,,, ;�,�. it-.sy•E.-r:,=5,.s�:r.�%.;x.r�.:�-;,nvrcu;i>�Si�t•,».,.'"SOPQ if .•' ' 4n-::.;at.r Y2%oS,..':,-..w.`'7.YI 4�<:_`I k1,gvk"•�s`' ',1:..Cii:..n z'.r.:,'..,!.v: Jr.;.�T.,.,6s.r!! is:i,�''Caw�. .t5 V1yC1V sP'> . 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 IAPPENDIX A I Vendor Application Form 616 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: NEW ❑CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Is your business: (check one) NON PROFIT CORPORATION ❑FOR PROFIT CORPORATION Is your business: (check one) ❑CORPORATION ❑LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP DUN-INCORPORATED ASSOCIATION 617 Names& Titles of Corporate Board Members (Also list Names & Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 618 APPENDIX B Agreement as Drafted 619 Exhibit B — Draft Contract PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and , a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE agree/surfnet/professional svcs mayor 5/19-204082 620 Time is of the essence of this Agreement. The services of CONSULTANT are to commence on , 20_(the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Dollars ($ ). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or agree/surfnet/professional svcs mayor 5/19-204082 621 termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against 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/professionalsvcs 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 CON TRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all agree/surfneUprofessional svcs mayor 5/19-204082 625 approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same_in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach, CA 92648 agree/surfnet/professional svcs mayor 5/19-204082 626 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which agree/surfnet/professional svcs mayor 5/19-204082 627 the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of .services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event.suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. agree/surfnet/professional svcs mayor 5/19-204082 628 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that parry'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/surfriet/professionalsvcs mayor 5/19-204082 629 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, • CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/President/Vice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney agree/surfnet/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 HuntingtonBeach City Council Resolution No.2008-63 requires submittal of certificates ofinsurance evidencing the. following minimum limits with a California admitted carrier with a currentA.M.Best's Rating of no less than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions orsimilarforms 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 BB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix revised 10-27-08 1 of 1 637 N6T CITY OF HUNTINGTON BEACH 1` 0��`.• .o��,�\ RCA Contract Agreement Summary w :��Q�'' AUNTY ii 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 $2,500,000 3-years VENDOR NAME+TYPE OF SERVICE Interwest Consulting will serve as an FULL SERVICE on-call professional, specializing in construction management, materials testing, and inspection. Consultant will serve as CM's, provide testing, and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management, Materials Testing and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM, Material Test, and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. HE3 CITY OF HUNTINGTON BEACH 851 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND INTERWEST CONSULTING GROUP,INC. FOR ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING,AND INSPECICION 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, INTERWEST CONSULTING GROUP, INC., a hereinafter referred to as "CONSULTANT." WHEREAS,CITY desires to engage the services of a consultant to perform on-call construction management,materials testing and inspection services;and Pursuant to documentation on file in the office of the City Clerk,the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with;and CONSULTANT has been selected to perform these services, NOW,THEREFORE,it is agreed by CITY and CONSULTANT as follows: 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 Victor Aguilar who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/393207 I 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 124 1 1p, 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed Two Million Five Hundred Thousand Dollars ($2,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-171681393207 2 of 12 compensation for such extra work shall be allowed only y if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit"B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall 25-17168/393207 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,pp 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. 25-17168/393207 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 25-17168/393207 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 policyshall not be suspended, voided or P � canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense,hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner,the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. 25-17168/393207 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 com compensation and other p 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/PATF,NTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 25-17168/393207 7 of 12 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ p y 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 Interwest Consulting Group,Inc. ATTN: Director of Public Works ATTN: Victor Aguilar 2000 Main Street 1 Jenner,Suite 160 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. 25-17168/393207 8 of 12 18. MODIFICATION • No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties, 19. SECTION HEADINGS The titles,captions,section,paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used'in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement 25-17168/393207 9 of 12 which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals,each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work- involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25-17168/393207 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 authorityorpower is no in fact,held bythe signatory or is withdrawn. t, g �' n 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 parry's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance.on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 25-171681393207 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, INTERWEST CONSULTING GROUP, INC. a municipal corporation of the State of California By: 1 -aft r--;"v1.clt 41 print name ceity Manager ITS: (circle one)Chairman/PresidentNice President INITIATED N P OVED: AND x Director of Public Works ,/By: ---) a---2 APPROVED AS TO FORM: print name ITS: (circle one)Secretary/Chief Financial Officer/1) a� (Sect clatryTreasurer t f,, City Attorney Date (p 1 11 I RECEIVE AND FILE: 144-tit4416 At/hitr. City lerk Date 1/0)211 25-17168/393207 12 of 12 BROADSPEC INC. ISGiL, LLC INTERWEST CONSULTING GROUP, INC. KUTZMANN& ASSOCIATES, INC. PROPERTY SPECIALISTS, INC. TRI-LAKE CONSULTANTS, INC. Omnibus Written Consent of Directors and Managers Without a Meeting September l8,2025 Pursuant to: (a) Section 7-108-202 of the Colorado Corporations and Associations Act(the"CO Act")and the Bylaws of BroadSpec inc.,a Colorado corporation (-BroadSpec'); (b) Section 9(d) of the Operating Agreement of Esgil, LLC, a California limited liability company("Esgir); (c) Section 7-108-202 of the CO Act and the Bylaws of Inlerwest Consulting Group, inc., a Colorado corporation("InTL'rwest*); (d) Section 603 of the Corporations Code of California (the-C4 Code") and the Bylaws of Kutzmann&Associates, Inc.,a California corporation("I(utz u n z"); (e) Section 603 of the CA Code and the Bylaws of Property Specialists, Inc., a California corporation("Proper(r"):and (1) Section 603 of the CA Code and the Bylaws of Tri-Lake Consultants, Inc., a California corporation("Tri-Lake"and.collectively with BroadSpec.Esgil,Interwest,Kutzmann and Property. the"Companies"): the undersigned, being all of the directors or managers, as applicable, of each of the Companies, hereby consent in writing by this Omnibus Written Consent of Directors and Managers Without a Meeting (this"C'wise,:!")to the adoption of the following resolutions: Removal of Officer RESOLVED, that Paul Meschino is hereby removed as President oldie Companies. Appointment of Officers RESOLVED,that Matthew Causley is hereby duly appointed as Vice President of each of the Companies, to serve until such individual's successor is duly appointed and qualified or until the earlier of such individual's resignation, removal or death; FURTi IER RESOLViD, that Eric Pendley is hereby duly appointed as Vice President of each of the Companies, to serve until such individual's successor is duly appointed and qualified or until the earlier of such individual's resignation, removal or death;and FURTHER RESOLVED, that, for the avoidance of doubt, the current officers of the Companies are as listed on Exhibit A hereto. idM-500316to 1\t . 864 General RESOLVED_ that any and all actions heretofore or hereafter taken by the officers of the Companies (the "Authorized Officers"}, or any of them, within the foregoing resolutions, be and each of them is hereby ratified,confirmed and approved;and FURTHER RESOLVED, that the Authorized Officers be. and each of them hereby is, authorized,empowered and directed to execute and deliver such additional agreements, instruments and documents. and to take or cause to be taken such other actions, as such Authorized C)flicers or any such Authorized Officer may deem necessary, advisable or appropriate to implement the purposes and intent of the foregoing resolutions; each such agreement. instrument and document to be in such form and to contain such terms and conditions, consistent with the foregoing resolutions. as such Authorized Officers or any such Authorized Officer executing the same may approve, the execution and delivery of any such agreement, instrument or document by any such Authorized Officers or any such Authorized Officer or the taking of such action to be conclusive evidence of such authorization and approval, • Signature Page Follows; • • 865 This Consent may be executed in separate counterparts,each of v hich shall constitute an original and all of which together shall fbrni a single instrument. Delivery of an executed signature page to this Consent by facsimile or other electronic transmission(including in Adobe PDF format)will be effective as delivery of a manually executed counterpart to this Consent. This Consent shall be effective as of the date first set firth above when executed by all of the directors or managers of each of the Companies in the places designated for their signatures below. Upon execution of this Consent, the undersigned hereby direct that this Consent be filed in each Company's minute book. Alexander Abramovit? Eliza et�3urke • Michael Eblin / ti J/' ^- ram-••�� Christottl,er•-Citrrri'i<f• • Michael C. P.4cCurdie Loren J. .'chlachet 866 • Exhibit A Officers BroadS aec I Christopher Giordano Chief Executive Officer Kin Canzonieri Chief Financial Officer Matthew Causley Vice President Eric Penilley , Vice President Loren J. Schlachet Vice President Elizabeth Burke Vice President and Secretary Daniel J. Haynes Vice President and Treasurer M'ichelle.Aike.n, Assistant Secretary David Kniff Assistant Secretary • Estill Christopher Giordano Chief Executive Officer Kia Canzonieri Chief Financial Officer Matthew Causley Vice President Erie_Pendley- Vice President Loren J. Schlachet Vice President Elizabeth Burke Vice President and Secretary Daniel J. Haynes Vice President and Treasurer Michelle Aiken. Assistant Secretary David Kniff Assistant Secretary Interwest Christopher Giordano Chief Executive Officer K Canzonieri Chief Financial Officer Matthew Causley Vice President Eric-Pendley Vice-President Loren J. Schlachet Vice President Elizabeth Burke Vice President and Secretary Daniel J. Haynes Vice President and Treasurer Warren Kent Jorgensen Vice President of Real Estate and Broker of Record Michelle Aiken Assistant.Secretary David'Kniff Assistant Secretary Ali Satire Managing Engineer Theron Roschen Managing Engineer Stuart McKibben Managing Engineer Jon Crawford Managing Engineer and Surveyor Craig Bradshaw Managing Survey or Kutcntann ,.�1.5003t6ta'to,t 867 • Christopher Giordano Chief Executive Officer Kia Canzonieri Chief Financial Officer Matthew Causley Vice President Eric.Pendley Vice-President Loren J. Schlachet Vice President Elizabeth Burke Vice President and Secretary Daniel J. Haynes Vice President and Treasurer �rliLhelk Aiken .. Assistant,Se"creka"ry, David Kniff Assistant Secretary Property Christopher Giordano Chief Executive Officer Kia Canzonieri . Chief Financial Officer Matthew Causlcy Vice President Eric Pendfcv Vice President Loren J. Schlachet Vice President Elizabeth Burke Vice President and Secretary • Daniel J. Haynes Vice President and Treasurer Warren Kent Jorgensen Vice President of Real Estate and Broker of Record Michelle Aiken- Assistani-.Secretarv. David Kniff Assistant Secretary Tri-Lake Christopher Giordano Chief Executive Officer Kia Canzonieri Chief Financial Officer Matthew Causley Vice President Eric.Pend ley- Vice"President Loren J. Schlachet Vice President Elizabeth Burke Vice President and Secretary Daniel J. Hayncs Vice President and Treasurer • Michelle.Ail, ii Assi :ani.S,,e(Jai ty David Kniff Assistant Secretary • • N.1t-? ilili,IU4rn I 868 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) CONSULTANT shall provide consulting services on an"as-needed"basis for projects to be determined during the term of the agreement. During the term of the agreement, CITY may elect to solicit proposals from CONSULTANT. CITY shall issue task order for each project based upon the scope of services,work schedule,and fee proposal submitted to CITY for its review and approval. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: CONSULTANT'S duties and responsibilities shall be per CONSULTANT'S State of Qualification(Exhibit A), consistent with the City of Huntington Beach's Request for Qualifications for On-Call Construction Management, Inspection and Material Testing. Upon award, and the contract period, the CONSULTANT can choose to assign different personnel to the project, CONSULTANT must submit the names and qualifications of these staff to CITY for approval before commencingwork. pp C. CITY'S DUTIES AND RESPONSIBILITIES: 1. Furnish scope of work request for each project. 2. Furnish construction plans and specifications to the CONSULTANT 3. City shall issue a task order for each project based upon scope of services, work schedule, and fee proposal submitted. D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by CITY. EXHIBIT A 869 EXHIBIT A 0 17/W 'k,. �. -w INTERWEST ,__. - .,. . �- r. ... -ki A SAFEbuitt COMPANY t{ r, k ,u - _, : r „5F. vim ' *' -;• � y'J Th.- ,t - ,I'r { o �' aaa . r. K - � Ii _ y • 5', v •�. ha , mot ;, P ✓ a 11 i yam"• '�C c,. „ Y CITY OF HUNTINGTON BEACH On - Call Construction Management, Materials Testing, and Inspection Services June 13, 2025 4:00 PM PST MAIN PROPOSAL CONTACT: ACCOUNT MANAGER: TYRONE J.CHESANEK, PE VICTOR AGUILAR Project Manager Account Manager 949.285.5529 510.996.6351 tchesanek@interwestgrp.com vaguilar@interwestgrp.com www.interwestgrp.com -ns+ _ .. ....- - ,,�� - . i" mow•. .�1 � r ,w o- to 7. • fw S„ % • rtit TABLE OF CONTENTS A. Cover Letter 3 B. Vendor Application Form 5 C. Pre-Qualification Form 7 D. Service Category Firm 8 Qualifications 8 Preferred Staffing 17 Understanding & Methodology 18 Appendix A: Resumes 23 INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES. 871 A. Cover Letter • June 13, 2025 INTER WEST City of Huntington Beach A SAFEbu)lt COMPANY Public Works 1 Jenner,Suite 160 2000 Main Street Irvine,CA 92618 P 714.899.9039 Huntington Beach, CA 92648 RE: On-Call Construction Management, Materials Testing, and Inspection Services Members of the Evaluation Committee, Interwest Consulting Group (Interwest) is pleased to present our proposal for On-Call Construction Management, Materials Testing, and Inspection Services to the City of Huntington Beach (City). With nearly 400 employees, Interwest is large enough to serve your engineering needs yet small enough to be responsive and tailor our services to the needs of the City. Interwest provides similar services to many area clients, including the cities of Costa Mesa, Fountain Valley, Santa Ana, Signal Hill, and Brea, to name a few. Through our long-standing agreements with several municipalities, counties, regional agencies, and Caltrans, we have honed our project delivery processes to provide the timely, consistent, high-quality, and reliable service you rely on from your consultants. The City can count on Interwest's: • Responsiveness: We will respond to the City's needs quickly and with the appropriate team members. • Quality Work: We will produce quality deliverables by following City and other applicable standards, and perform quality control checks in accordance with Interwest's proven quality control standards. • Effective Communication: For all task orders, our Project Manager will maintain close contact with you from initiation of a task order through completion to ensure that your projects are executed smoothly. Tyrone Chesanek, PE, will serve as the City's Project Manager, responsible for individual construction management and inspection assignments. Tyrone has more than 35 years of experience in both construction management and inspection within the public and private sectors,and extensive experience in managing on-call contracts. Structuring a team with experienced professionals from Interwest's local staff, supplemented with our subconsultants, we are able to offer all of the construction management, materials testing, and inspection services detailed in the City's request for qualifications. Tyrone will manage this contract from Interwest's headquarters office at 1 Jenner, Ste 160, Irvine, CA 92618, (P) 714.899.9039. 872 As President of Interwest, I am authorized to sign any agreements that may result from this proposal and will provide contract support to the proposed Interwest team. Should any questions arise, please contact me a 619.372.9962 or via email at bids@interwestgrp.com. Sincerely, Paul Meschino, President Interwest Consulting Group 873 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services B. Vendor Application Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: VNEW 17CURRENT VENDOR Legal Contractual Name of Corporation: Interwest Consulting Group, Inc. Contact Person for Agreement: Paul Meschino Corporate Mailing Address: 1 Jenner, Ste 160 City, State and Zip Code: Irvine, CA 92618 E-Mail Address: bids@interwestgrp.com Phone: 619.372.9962 Fax: 714.899.9030 Contact Person for Proposals: Victor Aguilar Title:Account Manager E-Mail Address: vaguilar@interwestgrp.com Business Telephone: 510.996.6351 Business Fax: 714.899.9030 Is your business: (check one) _NON PROFIT CORPORATION OOR PROFIT CORPORATION Is your business: (check one) VCORPORATION :-LIMITED LIABILITY PARTNERSHIP INDIVIDUAL -SOLE PROPRIETORSHIP _PARTNERSHIP UNINCORPORATED ASSOCIATION INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES. 5 874 City of Huntington Beach On-Call Construction Management, Materials Testing, and Inspection Services Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Paul Meschino President 619.372.9962 Daniel J. Haynes VP and Treasurer 866.977.4111 Elizabeth Burke VP and Secretary 866.977.4111 Loren J. Schlachet Vice President 866.977.4111 Michelle Aiken Assistant Secretary 970.473.5865 Federal Tax Identification Number: 73-1630909 City of Huntington Beach Business License Number: To be obtained upon contract award. (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: N/A INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES. 6 875 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services C. Pre-Qualification Form PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?YIN (circle) A. Construction Management Et o PM(Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). PM (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: Interwest Consulting Group Firm Address: 1 Jenner, Ste 160, Irvine, CA 92618 Signature: Date:June 13, 2025 INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES 7 876 City of Huntington Beach i On-Call Construction Management, Materials Testing, and Inspection Services D. Service Category Firm Qualifications • Interwest Consulting Group (Interwest) has extensive experience nv and a proven track record of successfully providing civil engineering INTERWEST services, various development applications, and/or specific plans, A sAFEbui1C COMPANY and California Environmental Quality Act (CEQA) compliance to public agencies for 23 years.We currently serve more than 330 public YEAR FOUNDED& B USINESS STRUCTURE: agencies, providing planning, capital project design, public works 2002, CORPORATION services, construction, and inspection services. In 2020, Interwest became a wholly owned subsidiary of SAFEbuilt, FIRM CAPACITY: LLC. Interwest, combined with our subsidiaries, employs nearly 400 NEARLY 400 professional staff in California,supported by SAFEbuilt's larger resources EMPLOYEES of 1,600+ national employees. Our employees span a multitude of disciplines, roles, and job placements to municipalities within building PROJECT OFFICE: 1 JENNER SUITE 160 safety and public works departments throughout California. IRVINE, CA 92618 Providing municipal engineering services is at the core of our business. We retain highly qualified staff and extensive resources SERVICES INTERWEST throughout the state. The Interwest team is comprised of Engineers, PROVIDES: Building Inspectors, Plan Examiners, Planners, Urban Designers, BUILDING SAFETY Grant Writers, licensed Architects, and other professionals who CAPITAL PROJECTS specialize in providing community development services to local CITY ENGINEERING government agencies. CONSTRUCTION MANAGEMENT Our staff has held senior and executive management positions within DEVELOPMENT SERVICES numerous California cities and public agencies, including the titles of GRANT WRITING b ADMINISTRATION Building Official, City Engineer, Public Works Director, Construction LAND DEVELOPMENT DESIGN Manager, City Planner, and other management personnel. This PLANNING b URBAN DESIGN depth of experience brings a high level of knowledge and sensitivity RIGHT OF WAY ?t REAL ESTATE towards community and special interest group issues. We value the TRAFFIC ENGINEERING importance of a focus that represents the interests of our public TRANSPORTATION PLANNING agency clients and reflects positively on the citizens they serve. TRANSPORTATION PROGRAMMING We furnish both technical excellence and a thorough understanding of the regulatory process to assist our clients through the sometimes daunting complexities associated with the delivery of projects, implementation of important public programs, and adoption of significant public policy. INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES. 8 877 City of Huntington Beach 1 On-Call Construction Management, Materials Testing, and Inspection Services Experience Providing Construction Management & Inspection Services Interwest has provided construction management and inspection services to California municipalities for more than 20 years. The following list of California municipalities represents clients for whom we have provided construction management and inspection services. American Canyon, CA, City of Hermosa Beach, CA, City of Pico Rivera, CA, City of Atherton, CA, Town of Laguna Beach, CA, City of Pomona, CA, City of Brea, CA, City of Lake Forest, CA, City of Rancho Mirage, CA, City of Canyon Lake, CA, City of Lomita, CA, City of Rancho Palos Verdes, CA, City of Cathedral City, CA, City of Maywood, CA, City of San Juan Capistrano, CA, City of Corona, CA, City of Merced, CA, City of Santa Ana, CA, City of Costa Mesa, CA, City of Moreno Valley, CA, City of Santa Clara, CA, City of Culver City, CA, City of Mountain House Community South Gate, CA, City of Eastvale, CA, City of Services District Stanislaus, CA, County of Elk Grove, CA, City of Newport Beach, CA, City of Thousand Oaks, CA, City of El Monte, CA, City of Oceanside, CA, City of Vacaville, CA, City of Fountain Valley, CA, City of Orange, CA, County of Vallejo, CA, City of Gardena, CA, City of Oxnard, CA, City of Vernon, CA, City of Grand Terrace, CA, City of Palm Desert, CA, City of West Hollywood, CA, City of Hanford, CA, City of Palm Springs, CA, City of Yorba Linda, City of ' Pill&Atl!it III;IIII 1' IliI (� III I I I "The people of Interwest is what makes the contract one of our most important ones in our agency. We have also built a long-term working relationship with the Interwest staff. They are irreplaceable. " Melissa L. Tigbao, Public Works Director, City of Vallejo, CA INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES 9 878 City of Huntington Beach 1 On-Call Construction Management, Materials Testing, and Inspection Services Sub-Consultants NINYO & MOORE I MATERIALS TESTING Ninyo & Moore is a multidisciplinary consulting firm that provides high-quality Njn odziwiOre geotechnical and environmental consulting services. The firm was incorporated UotechnItal EnvinnnMnnl Edna.CnroWVM. in 1986 to provide consulting services in geotechnical engineering,construction inspection and testing, engineering geology, hydrogeology, hazardous waste remediation and environmental assessment. The experience of Ninyo & Moore's geotechnical staff encompasses projects throughout the southwestern United States. They have five fully equipped, certified geotechnical laboratory facilities in California, supervised by registered engineers. Their laboratories are certified by AASHTO, Caltrans, the Division of the State Architect, the City of Los Angeles, and the City of San Diego. Ninyo & Moore have held on-call materials testing and inspection services contracts with the City of Huntington Beach since 2022. AVANT-GARDE I LABOR COMPLIANCE AVANT-GARDE has successfully provided labor compliance services, grant research, grant writing, fund administration, compliance management, and AVANT community outreach for over twenty years. They have intimate knowledge of the f A L) [ City of Huntington Beach's processes and administrative policies due to the funding administration, grant writing, and labor compliance services provided the City since 2021. AVANT-GARDE has successfully obtained $18.9 million in competitive grant funds for the City of Huntington Beach, and has completed several Caltrans submittals in various stages for federally-, state-, and locally-funded projects for the City. AVANT-GARDE is currently providing Labor Compliance services for the City's Oak View Streetscape Improvement project,with a construction value of$4,288,143. Their understanding of the City of Huntington Beach makes AVANT-GARDE uniquely qualified to perform the scope of work. AVANT-GARDE is a 100% woman-owned California Corporation and a certified minority business enterprise, women business enterprise, disadvantaged business enterprise, and small business p p 9 P enterprise (MBE, WBE, DBE, SBE). INTERWEST THOUGHTFUL SOLUTIONS THRIVING COMMUNITIES 10 879 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services ADAMS PINECREEK INTERSECTION PROJECT (FEDERAL PROJ. NO. CML-5312(104)) Costa Mesa, CA CLIENT CONTACT: Ramin Nikoui, PE, TE I Senior PROJECT CHALLENGES AND SOLUTIONS / COST Engineer 1714.754.5184 I ramin.nikoui@ CONTROL SCHEDULE costamesaca.gov • The City reinstated work that was previously from the original bid contract due PROJECT TEAM: Tyrone Chesanek, PE (PM) I Bill removed Evans Scott Harrison, CPRP John Welch Alison to funding constraints. Interwest successfully Luedtke, CCM, QSP ( Martin Stolze, ICC I Ninyo & negotiated a lump sum price for the additional Moore (sub) AVANT-GARDE (sub) work at a reduced rate and reduced the contractor's requested schedule extension from PROJECT DATES: May 2024 - May 2025 25 to 17 working days. CONSTRUCTION COST: $2.8 million • The project site was not balanced and no bid The project involves intersection improvements item was included for export. The AC bike and traffic signal modifications at Adams Avenue path/sidewalk lacked a redwood header, and and Pinecreek Drive. Key safety enhancements the original topography did not account for include converting the existing eastbound and retaining curbs behind the sidewalk. Interwest northbound right-turn slip lanes into standard developed a solution to adjust the bike path/ right-turn lanes, installing new multi-use paths, sidewalk elevations, maintaining a 2% slope upgrading concrete curb ramps,and adding traffic while eliminating the need for export. Interwest and parking signage. Additional improvements also secured a credit for this adjustment, include pavement striping and markings, green covering the cost of redwood headers and bicycle lane markings with a bicycle box, median retaining curbs with no impact on the project modifications, and updated traffic signals with schedule. new poles and video detection equipment. The • Interwest coordinated with Southern California project area will also undergo slurry sealing for Edison to relocate the traffic signal cabinet and roadway maintenance. meter on the same day, minimizing disruptions This project requires oversight of intersection to the traffic signal. improvements, traffic signal modifications, and The contract incorrectly identified the water multi-modal safety enhancements. Interwest's meters as City-owned. As a result of median key responsibilities include ensuring compliance narrowing, the water meters ended up in the with design specifications, managing construction roadway. Interwest was engaged to develop activities, inspecting pavement markings, a water meter relocation plan for Mesa Water curb ramps, median modifications, and signal District, which was completed and approved upgrades, and verifying slurry seal application. without delaying the project completion. Effective construction management will ensure safety, quality, and efficiency in delivering these critical infrastructure upgrades. INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES 11 880 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services LOCAL ROADWAY PAVEMENT REHAB PROJECT CIP NO. 23-24; OLD RANCH RD, PARK RD, ANCHO NIGUEL RD, CLUB HOUSE DR, AND TESSIER ST f Laguna Niguel, CA CLIENT CONTACT: Harrison Martin, PE I Senior replacement, verifying crack sealing and REAS Civil Engineer 1949.962.4316 I hmartin@ Type II application, and overseeing the installation cityoflagunaniguel.org of striping, pavement markings, and traffic loops. PROJECT TEAM: Tyrone Chesanek, PE (PM) I Bill Additionally,construction management is essential Evans I John Welch I Alison Luedtke, CCM, QSP in coordinating adjustments to manhole covers and water valves while minimizing disruptions. PROJECT DATES: May 2023 - Sept 2024 Effective inspection and quality control will be CONSTRUCTION CosT: $1.4 million critical to ensuring durability,safety,and adherence The scope of work for the Local Roadway to industry standards throughout the project. Pavement Rehabilitation FY 23-24 project PROJECT CHALLENGES AND SOLUTIONS / COST includes a range of roadway maintenance and CONTROL SCHEDULE improvement activities. This includes clearing • Interwest successfully maintained the original and grubbing to prepare the site, implementing contract quantities for R&R and REAS slurry traffic control measures to ensure safety, and within the initial bid limits. Utilizing available removing and replacing asphalt concrete of contingency funds, the City added three varying thicknesses to restore roadway integrity. additional areas,increasing the scope by45,000 Additional tasks include crack sealing to prevent sq. ft. of R&R and 220,000 sq. ft. of REAS slurry. further pavement deterioration, furnishing and Interwest was successful in negotiating the placing REAS Type II for surface treatment, and additional work at a lump sum cost of$280,000 installing new striping and pavement markings with no impact on the contract schedule. to enhance visibility and compliance with • While excavating to repair the road at Tessier roadway standards. The project also involves Street, it was discovered that the subgrade installing traffic loops for signal detection and was unsuitable. Interwest worked with the Soils adjusting manhole covers and water valves to Engineer and the contractor to mitigate the maintain accessibility and functionality within the issue at no additional cost to the client. rehabilitated roadway areas. The Local Roadway Pavement Rehabilitation FY23- 24 project aligns with the As-Needed Horizontal Construction Management & Inspection RFP by requiring comprehensive oversight of roadway resurfacing and rehabilitation activities. Responsibilities include ensuring compliance with project specifications, managing traffic control measures, inspecting asphalt removal and INTERWEST THOUGHTFUL SOLUTIONS THRIVING COMMUNITIES 12 881 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services SOUTH BREA WATER, SEWER, AND PAVEMENT PROJECT CIP NOS. 7454, 7466, & 7626 I Brea, CA CLIENT CONTACT: Ryan Chapman, PE I City Construction Management & Inspection RFP Engineer 1262.370.1737 I ryanch@cityofbrea.net due to the comprehensive oversight required for PROJECT TEAM: Tyrone Chesanek, PE (PM) Bill the successful execution of the project, which Evans I John Welch I Gonzalo Murillo, Jr. includes water and sewer system upgrades, roadway resurfacing, and utility installations. The PROJECT DATES: Sept 2022 - Feb 2023 project involves pavement installation, utility CONSTRUCTION COST : $6 million infrastructure upgrades, and traffic control, all The project is located on 12 streets in the City of of which require expert inspection to ensure Brea, Orange County, California, within the area compliance with specifications, safety standards, south of Imperial Highway, east of Berry Street, and environmental regulations. Additionally, west of State College Boulevard, and north of the construction surveys, monument protection, and city's southern limits.The scope includes upgrading landscape repairs require ongoing monitoring to water and sewer infrastructure and resurfacing guarantee the accuracy and quality of the work. streets throughout the project area. Work involves PROJECT CHALLENGES AND SOLUTIONS / COST mobilization, traffic control, and stormwater CONTROL I SCHEDULE pollution prevention, along with the removal and • The contractor lacked sufficient resources to disposal of damaged pavement, sidewalks, curbs, effectively execute the work while maintaining gutters, and vegetation. Improvements include full- the project schedule. To help mitigate delays, depth asphalt concrete (DGAC) pavement, cold Interwest collaborated with the contractor milling, asphalt leveling, and an asphalt rubber hot and the City to modify the sewer replacement mix (ARHM) overlay. Utilityupgrades feature the y pg method, opting for pipe bursting. This installation of a new C-900 waterline with valves,fire adjustment impacted only two manholes where hydrants, blow-off hydrants, water meters, services, the sewer line was deeper than indicated in the and air release valves, as well as pressure testing, plans, and had no effect on the contract cost. disinfection, and abandonment of existing water The original contract specified slot patching mains. Sewer enhancements include new 8" VCP and slurry sealing for most streets. However, sewer mains, manholes, and lateral reconstruction. after assessing the extent of the slot patches, Additional work includes AC slot paving, traffic Interwest worked with the contractor and the striping and signage replacement, landscape City to revise the street repair approach to a and irrigation repairs, construction surveying, header cut and overlay.This upgrade, resulting monument protection and restoration, and other from a change in the contract scope, incurred necessary improvements to complete the project an additional cost of$100,000 for the City but per the plans and specifications. significantly improved the area's Pavement The City of Brea Infrastructure Improvement Project Condition Index (PCI). is directly relevant to an As-Needed Horizontal INTERWEST THOUGHTFUL SOLUTIONS THRIVING COMMUNITIES 13 882 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services FOUNTAIN VALLEY CITY PROJECTS I Fountain Valley, CA r€ '. ---��, ■ r s ► ,1, , r . 1. It , CLIENT CONTACT: Temo Galvez l Director of Public Works J 949.294.4508 I temo.galvez@fountainvalley.gov PROJECT TEAM: Tyrone Chesanek, PE (PM) PROJECT DATES: Aug 2020- Present CONSTRUCTION COST : Varies Fountain Valley is a current client of Interwest. For the following projects Interwest provided project and program construction management/construction inspection services: Fountain Valley Fire Station 2: Interwest provided project and construction management and inspection of this tilt-up building constructed on the back lot of Fire Station 2 in the City of Fountain Valley in 2020.The building was constructed to house all fire department vehicles and required consistent communication with both the Fountain Valley Public Works Department and Fire Department. Spec Building Demolition/Site Grading Project for Fire Station 1: Interwest delivered project management, construction management, and inspection services for this project with an estimated design/construction budget of$200,000. In addition to the construction management and inspection, this project included drafting the demolition RFP, advertising, and awarding the demo contract. Fountain Valley Police Department Improvements: Interwest delivered project management, construction management, and inspection services for the improvements to the Fountain Valley Police Department building with an estimated design/construction budget of$5 million. The design coordinates and phases the renovation of the locker rooms,CSI lab,and the workout room and provides temporary facilities to minimize impacts to their operations. INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES. 14 883 Cityof Beach On-Call Construction Management, Materials Testing, and Inspection Services HuntingtonI 9 9 P Firm's Unique Qualities We are committed to a "no surprises" approach built upon presenting ideas, asking questions, and identifying and addressing issues early in the process. We will propose options, seek direction, and implement solutions in close coordination with the City.Our team will provide the following fundamental elements and advantages to the City: • Local Understanding: We currently provide construction management and inspection services, to multiple local municipalities, including Costa Mesa, Fountain Valley, Santa Ana, Signal Hill, and Brea. This has kept our team current with the local codes, ordinances, and unique nuances of the Orange County area. • Account Management: Each community we serve is supported by a dedicated Account Manager who ensures consistent communication, service quality, and quick resolution of any issues—reflecting our commitment to being a true municipal partner. • Full Service Firm: Unlike many of our competitors, lnterwest is a full-service organization with the resources to provide all the expertise required,while simultaneously able to scale our services to the City's changing needs. Our local, dedicated staff will provide the City of Huntington Beach with continuity and consistency in project delivery. Our staff has served as municipal employees, often in management roles,so we understand how the system works from the inside out.Similarly, our staff understands how to manage projects while representing the City's goals responsibly and respecting budgetary and time restrictions. Understanding of the Services The City of Huntington Beach is seeking qualified consulting firms to provide on-call services in support of various capital improvement projects. These services primarily encompass construction management, construction materials testing,inspection,and labor compliance across a range of infrastructure and facility projects. Construction management firms will be responsible for managing construction activities for public works like pipelines, road rehabilitation, and traffic signals, as well as vertical construction projects such as fire stations, libraries, and police facilities. The City also anticipates the use of alternative delivery methods like design-build and progressive design-build, requiring construction management firms to demonstrate experience in early-phase constructability reviews and collaborative project coordination. The City is also seeking firms to provide construction materials testing that meets rigorous standards aligned with Caltrans specifications and the City's Quality Assurance Program. Responsibilities in this discipline include conducting acceptance tests, maintaining a detailed testing log, and operating certified laboratories; testing various materials such as soil, concrete, and asphalt using standardized procedures and submit timely, certified results. Testing personnel are required to hold certifications (e.g.,ACI),and any material failures must be documented and reported, maintain detailed records, and submit a formal certification of materials compliance, signed by a licensed California engineer, upon project completion. INTERWEST THOUGHTFUL SOLUTIONS THRIVING COMMUNITIES 15 884 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services Inspection and labor compliance services are also key components of the scope. Inspectors will monitor all aspects of field construction for compliance with plans and contracts, maintain detailed logs, conduct special inspections, document field changes, and ensure SWPPP and safety compliance. Labor compliance includes enforcing prevailing wage laws,auditing certified payrolls,investigating complaints, and coordinating with California DIR. The consultant must monitor wage compliance throughout the construction life cycle and prepare final reports summarizing discrepancies and resolutions. Together, these services support the City's goal of ensuring successful, timely, and compliant project delivery. Design-Build Experience Interwest does not have experience supporting design-build or progressive design-build project delivery. "finterwest is]responsive, professional, personable, detail-oriented, solution- oriented, mindful of limited resources, anticipates the needs of City clients, and challenges the norms in municipal government." Thomas Toman, Director of Public Works & Community Services City of San Juan Capistrano, CA ,v , IIA 4 ` , !y il`le T _ --,.. •- - ., 4. //): -7--. —11-7- - ‘\AV\ Nt'-‘4,,, 4...L--.. --.-',...k t".". . - \\ 'IN „,..,..._ , , , i ..„.____ iie - , , „,‘,„ _ _ tet:Itt\\::,,,,,,,.,,,... \ 2,,,,,- .,... .r.7.,„ .,, . /:7 < ,I' _ `‘ \ \4,, _. ,„ z_____ �` ,•„ N T E R W E S T THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES 16 885 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services Preferred Staffing Organizational Chart oiNcr -01 s.�0UNTV t," PROJECT MANAGER PROFESSIONAL IN ACCOUNT MANAGER Tyrone J. Chesanek, PE _ _ CHARGE Victor Aguilar 949.285.5529 Bill Evans tchesanek@interwestgrp.com INTERWEST CONSTRUCTION MANAGERS INTERWEST CONSTRUCTION INSPECTORS Tyrone J. Chesanek, PE John Welch Scott Harrison, CPRP Alison Luedtke, CCM, QSP Alison Luedtke, CCM, QSP Gonzalo Murillo, Jr. Martin Stolze, ICC Javad Mirsaidi, PE, PMP, PgMP, LEED GA Zaid Ali Ryan Spradlin, CBC, CCM Paul Keizer MATERIALS TESTING LABOR COMPLIANCE Ninyo & Moore AVANT-GARDE Randy Reichert I Lissette Montoya Project Manager/Materials Program Director Testing Summer Mann Matthew Jacobs I Senior Program Coordinator Senior Field Technician/ Inspector INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES. 17 886 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services Understanding & Methodology Interwest understands that the City of Huntington Beach requires a flexible, responsive, and highly skilled team to provide construction management, materials testing, and inspection services for a wide range of municipal infrastructure CIP projects. Our team is committed to ensuring the highest level of quality assurance, regulatory compliance, and cost-effective project execution while minimizing community disruptions.We understand that each project presents unique challenges,and our expertise enables us to adapt seamlessly to the City's evolving construction needs. Our team is well-versed in managing both locally- and federally-funded projects, ensuring strict compliance with: • Caltrans Local Assistance Procedures Manual (LAPM) • Federal Highway Administration (FHWA) regulations • The City of Huntington Beach's Quality Assurance Plan (QAP) • Local, state, and federal construction standards and guidelines We prioritize collaboration with City staff, contractors, and stakeholders to facilitate efficient project execution while maintaining transparency, accountability, and adherence to regulatory requirements. On-Call CM & I Services Key Objectives 1. Efficient & Standardized Project Documentation • Implement uniform documentation standards to streamline record-keeping and reduce risk exposure. • Ensure all construction activities are well-documented and organized, minimizing the potential for claims and disputes. • Flexible to use City project management systems for real-time access to documentation and streamlined workflows. 2. Comprehensive Inspection & Quality Control • Assign highly experienced inspectors to oversee contractor performance and ensure adherence to City, state, and federal regulations. • Conduct proactive field inspections to identify and address potential construction defects early, reducing costly rework. • Verify compliance with contractspecifications,safetystandards,and material quality requirements. 3. Public & Stakeholder Engagement • Develop and implement clear communication strategies to keep the public and stakeholders informed. INTERWEST THOUGHTFUL SOLUTIONS THRIVING COMMUNITIES 18 887 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services • Minimize community disruptions by coordinating with local businesses, residents, and other affected parties. • Provide project updates,schedule adjustments, and issue resolution strategies to address public concerns proactively. On-Call Construction Management Services 1. Pre-Construction & Procurement Support • Plan & Specification Review: Perform constructability reviews to identify cost-saving opportunities and eliminate design conflicts before bidding. • Bid Assistance: Support the City in the following: — Responding to Requests for Information (RFIs) — Preparing bid addenda — Reviewingcontractor submissions for compliance with project specifications and City p p regulations • Pre-Construction Meetings: Facilitate meetings with all stakeholders to ensure a clear understanding of project scope, schedule, and expectations. • Site Documentation: Conduct pre-project site condition assessments using photographs and video to establish baseline conditions and prevent future disputes. 2. Construction Phase Management • Project Schedule Oversight — Monitor contractor Critical Path Method (CPM) schedules and identify potential delays early. — Ensure contractor adherence to approved schedules while optimizing efficiency. • Field Inspection & Compliance — Ensure compliance with City standards, APWA "Greenbook" specifications, AWWA Standards, and ADA Title 24 requirements. — Conduct on-site monitoring for conformance with prevailing wage laws (Davis-Bacon Act & AB 1506). • Document Control & Reporting — Maintain digital records for RFIs, change orders, submittals, and certified payroll. — Provide timely and accurate progress reports for City review. • Progress Meetings: Lead weekly/monthly construction meetings to keep projects on track and resolve any issues proactively. INTERWEST THOUGHTFUL SOLUTIONS THRIVING COMMUNITIES 19 888 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services • Change Order Management & Dispute Resolution: — Assess change order requests for validity and cost-effectiveness. — Provide independent estimates and recommendations to protect the City's financial interests. 3. Quality Assurance & Materials Testing • Coordinate with accredited materials testing labs to confirm compliance with contract specifications. • Oversee compaction control, soil testing, and structural integrity assessments to ensure quality construction practices. 4. Contractor Payment Review & Labor Compliance • Validate contractor payment requests against actual work completed, ensuring accuracy in quantities, materials, and certified payroll documentation. • Conduct on-site labor compliance audits and worker interviews to ensure adherence to prevailing wage laws and contract requirements. On-Call Materials Testing Services Ninyo&Moore's requested soils and materials testing and inspection services may include the following: • Project coordination and client liaison, including scheduling of personnel to provide observation and materials testing services and meeting attendance. • Review of readily available background materials pertaining to the site, including geotechnical reports, project plans, and specifications. • Attendance at pre-construction and field meeting as requested by the client. • On-site soil and materials testing and inspection during construction on an as-requested basis. Inspection services will be performed in accordance with the applicable building codes and in accordance with the frequency of testing indicated in the Caltrans Standard Specifications, Construction Manual, Greenbook Specifications, and the project's Special Provisions and/or specifications.Specifically,soils and materials testing and inspection services will include the following: — Field observation and inspection during foundation construction, including observation of footing excavations, pier drilling, and pile driving, as appropriate. — Field observation, documentation,and testing during the earthwork operations. Services will include observation and field density testing of compact-ed fill, including embankment fill, structure and wall backfill, utility trench backfill, subgrade, aggregate subbase, aggregate base, and materials. — Field sampling and in-place density testing will be performed during asphalt pavement construction.Asphalt production plant inspection and sampling will be performed to evaluate INTERWEST THOUGHTFUL SOLUTIONS THRIVING COMMUNITIES 20 889 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services conformance with project specifications. Laboratory testing of raw aggregate and completed mix samples will include sieve analysis, sand equivalent, percent asphalt, film stripping, CKE, swell, and maximum density per the Construction Manual and project specifications. — Field sampling and testing of concrete structures and paving during construction.Field-testing services will include sampling of concrete, and evaluating the temperature, penetration, air content, and unit weight. Concrete cylinders will be cast during concrete placement for structures and will be transported to our laboratory for compressive strength testing.Concrete beams will be cast during concrete paving and transported to our laboratory for flexural strength testing. Concrete batch plant inspection and sampling will be performed to obtain raw aggregate samples for acceptance testing and to evaluate the batch plant operation for conformance with project specifications. Laboratory testing of aggregate samples will include sieve analysis, sand equivalent, and cleanness value per the Construction Manual, Standard Specifications, and project Special Provisions. Further, specialized tests, such as L.A. rattler, durability index, specific gravity, etc., will be per-formed upon request by the Resident Engineer. — Field inspection of the construction materials, both during fabrication/erection/construction and after construction completion (finish project inspections)will be performed by inspectors certified by ICC, AWS-CWI and other agencies. Inspections may include: ✓ Reinforced concrete, including foundations, cast-in-place concrete structures, and miscellaneous concrete construction ✓ Structural masonry, including retaining walls, sound walls, building and site walls ✓ Field and fabrication shop welding of structural steel ✓ High strength bolting ✓ Non-destructive testing (ultrasonic) ✓ Roofing ✓ Laboratory testing on collected construction material samples in accordance with the appropriate California Test, AASHTO, and ASTM test methods and utilizing calibrated and certified laboratory equipment. Laboratory testing may include maximum dry density and optimum moisture content of the soils to be placed as fill or backfill; compressive strength testing of the concrete; and conformance testing (including sieve analyses, sand equivalent, R-value, cleanness value and durability tests) on the proposed aggregate subbase, aggregate base, asphalt concrete, and concrete pavement. Testing will be per- formed at frequencies required by the Caltrans Construction Manual and/or the project specifications. INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES 21 890 City of Huntington Beach 1 On-Call Construction Management, Materials Testing, and Inspection Services ✓ Preparation of daily reports and other memoranda to summarize the field operations and test results. Reports will include the information required by the review agencies. Preparation of a final report summarizing the results of our field and laboratory test results, in-cluding final report of grading and certification of compliance, as required. Innovative Approaches • Interwest utilizes real-time commercial off-the-shelf digital project tracking systems (Microsoft Teams, SharePoint, Bluebeam, OneDrive), as well as our proprietary, in-house CommunityCore project tracking system, to enhance collaboration and efficiency. • We Implement mobile inspection tools for instant reporting, reducing delays in issue resolution. Efforts Taken to Achieve Client Satisfaction • On-Call Responsiveness: We provide rapid mobilization to support the City on any assigned project, ensuring seamless execution. • Compliance:We have no history of disallowed charges on federally-funded or Caltrans projects, demonstrating our commitment to accountability. • Cost-Effective Management: We employ proactive risk mitigation strategies to reduce change orders, project delays, and budget overruns. • Community-Focused Approach: Our commitment to minimizing public disruptions while maintaining open and transparent communication with residents, businesses, and stakeholders puts our clients and the communities they serve first. By leveraging our expertise, innovative technology, and commitment to excellence, we will provide the City of Huntington Beach with best-in-class construction management, materials testing, and inspection services, ensuring that all projects are delivered on time, within budget, and to the highest quality standards. INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES 22 891 APPENDIX A : RESUMES a. ., ,. ., a• P +cF -• .dip , . ,.. ___,., ,..iui — 4 , III 1 ,__� a �� v p > . 4 J A, �..'"* 1 1 • 1 a r..!/ „o so , .., i i .._ ,.•_---__ _....--.-.., ' :0'0(.11 7 ''Ir''— a, ,- c L � LW INTERWEST A SAFEbu111'COMPANY 892 TYRONE J. CHESANEK, PE ray � r I N T E R W E S T Project Manager/Construction Manager A SAFIA,,P.,CAW AA. 34 YEARS OF EXPERIENCE 3 YEARS WITH THE FIRM EDUCATION • Construction Manager Interwest Contract with the City of Fountain Valley BS,Civil Engineering Police Department Facility Remodel University of Texas,El Paso Universal Playground and Recreation Area Project LICENSES&CERTIFICATIONS City Hall Finance Office Remodel State of California City Hall Entry Security Project Professional Civil Engineer No.59426 Fire Station No. 1 Project IT UPS/AC/Generator Project WORK HISTORY • Deputy Public Works Director ■ Construction Manager City of Santa Ana Interwest Consulting Group Southwest Senior Remodel Project 2021-Present Santa Ana Senior Center Remodel Project • Deputy Public Works Director Walnut Pump Station Project City of Santa Ana City Manager Office Remodel 2019-2021 HR Office Remodel Project • Principal Civil Engineer • Principal Engineer City of Santa Ana City of Santa Ana 2011-2019 Council Chamber Remodel Project PROJECT EXPERIENCE Council Meeting Room Remodel Project Ross Annex Chiller Replacement ■ Construction Manager PD Evidence Freezer and Refrigerator Storage Replacement Project Interwest Contract with the City of Laguna Niguel Local Roadway Pavement Rehabilitation Project Corporate Yard Rood Replacement Project La Paz Phase 2 Project Water Department Office Remodel Project Residential Rehabilitation Project OC Fire Station 72 Sink Hole Mitigation Project Residential Overlay Project OC Fire Station 70 Roof Replacement Project Aliso Creek-La Paz to Moulton Rehab Rancho Niguel-La Paz to Greenfield Rehab • Project/Construction Manager Interwest Contract with the City of Costa Mesa Adams Pinecreek Intersection Project Adams Rehabilitation Project-Mesa Verde to OC Bridge Wilson Street Rehabilitation Project Fire Station No.3 Rehabilitation Fairview Road Rehabilitation Adams Avenue Rehabilitation Project = Construction Manager Interwest Contract with the City of Brea South Brea Water Sewer Project 893 • ..,„ WILLIAM 'BILL' EVANSv .. , .,... t Professional in Charge/Public Works Division Director INTERWEST 35 YEARS OF EXPERIENCE 3 YEARS WITH THE FIRM AREAS OF EXPERTISE • Professional-in-Charge • Project Manager FHWA Project Management Downtown Traffic and Pedestrian 2024 Street R&R Project FEMA Emergency Management-Certified Improvements Elk Grove,CA PMP Methodology Hanford,CA 2024 Erosion and Sediment Control 2023-Present The City of Elk Grove has 251,050 SF SWPPP&OSHA Managing a multi-faceted$4.4 million of three-inch and 5,007SF of asphalt Workplace Sensitivity downtown revitalization and safety removal and replacement at 501 locations Management Academy-Trained improvement project that includes throughout the City.Bill led the team traffic signal optimization,road diet providing construction management and WORK HISTORY implementation,streetscape design inspection services as well as materials integration,and a roundabout design. testing services. • Public Works Division Director Services include traffic engineering,CEQA • • ProjectManager Interwest Consulting Group,a SAFEbuilt compliance,civil engineering,construction an Arlington and Centennial Ball Field Parks Company y administration,electrical engineering, 2021-Present feasibility analysis,irrigation design, Vacaville2023 ,CA • Public Works j Parks and Recreation landscape architecture,public outreach,and Bill led the team providing construction Director streetscape planning,analysis,and design. management and inspection services for City of Parkland,FL • Project Manager the installation of 12 Musco Baseball Field 2016-2021 Lake Dalwigk Park Lights,including conduits,wires,lighting • Senior Project Manager Vallejo,CA control panels,and cabinets. Calvin Giordano&Associates,Inc. 2024 2015-2016 This Project provides for the improvement • Assistant City Manager and beautification of Lake Dalwigk Park City of Sunny Isles Beach,FL and enhanced community connections 2013-2015 from the surrounding neighborhoods into the park.Specific elements include 3.8 • Public Works Director acres of drought tolerant landscaping; Town of Surfside,FL replacement of broken concrete pedestrian 2011-2013 path including grading forADA access; • Capital Improvements Director adding prefabricated restrooms and City of Escondido,CA connecting to existing utilities;extensive 1996-2006 pathway and park lighting utilizing solar and/or low voltage LED lights;a pathway to PROJECT EXPERIENCE Curtola Park and Ride facility;pedestrian bridge restoration;and installation of picnic • Project Manager/Construction Manager tables,trash cans,dog waste stations,shade Enchanted Hills Park structures,drinking fountains,and two 2019-Perris CA 2022monument signs. • The$10.5 million,22-acre park project Project Manager featured active play elements like Holbrook Palmer Park playgrounds,splash play,a skate spot, Atherton,CA zip lines,a BMX track,and basketball 2023 Present courts.Additional features included trails, Project includes the replacement of shaded seating,picnic areas,a large lawn, playground and restroom facilities for storm water features,native gardens,and a 22-acre municipally-owned park. low-water irrigation forsustainability. Services provided include public outreach, The project won the 2022 CPRSAward of construction management,construction Excellence in Design-Park Planning and inspection,and park design. APWA Midsize Park of the Year. 894 CPRP r SCOTT HARRISON, rw - INTERWEST Construction Manager t' A WT.....COMPANY { ' # 13 YEARS OF EXPERIENCE 2 YEARS WITH THE FIRM EDUCATION • Construction Manager projects and supervised construction Town of Atherton,CA activities;scheduled pre-construction and BS,Human Performance 23/24 Pavement Management Project weekly project update meetings,monitored Florida Gulf Coast University 04/2024-8/2024 status of work,and inspected completed LICENSES&CERTIFICATIONS This project consisted of mill and fill,overlay, work to ensure compliance to plans.Scott and slurry seal done in three separate would prepare and present agenda and National Recreation and Park Association projects by three different contractors. action items to the City commission during Certified Parks and Recreation Professional,CPRP There was a lot of coordination between strategic planning sessions and public contractors and scheduling of work to be meetings.Scott served as the Logistics Federal Emergency Management Agency completed while keeping the public notified Section Chief in times of Emergency (FEMA) in advance.Project cost-$1.5M. Operations. 15100,15200,15700,15800,G300,and G400 Certifications = Project/Construction Manager • Parks and Recreation Facility Coordinator City of Vallejo,CA City of Cooper City,FL WORK HISTORY 10/2022-1/2025 2016-2019 Project ManagerLake Dalwigk Park Improvement Project Coordinated and organized staff schedules, • Project Manager/Construction Manager for rentals,and facility operations of a Interwest Consulting Group,Inc.,a Community Center and Pool and Tennis SAFEbuilt Company the design and construction of a$4.7M park Center.He administered the planning, 2023-Present improvement project funded by a Clean California Grant.This project consisted of a coordination and supervision of department • Assistant Director of Parks and park projects and facility renovations. restroom building,asphalt trails with lighted Recreation Oversaw curriculum,hiring,and training of bollards,reconstruction of the playground City of Parkland,FL area,local artist coordination of monuments staff.Served as the Logistics Section Chief in 2021 2023 and mosaic insets,landscape and irrigation, times of Emergency Operations. • Parks and Recreation Manager decorative thermoplastic crosswalks,a mini City of Parkland,FL roundabout,and signing and stripping with 2019-2021 traffic logic speed cushions and tuff curbs. • Parks and Recreation Facility Coordinator • Project/Construction Manager City of Cooper City,FL City of Canyon Lake,CA 2016-2019 09/2023=07/2025 • Crew Leader HSIP Cycle 11 Safety Improvement Project Town of Davie,FL Project Manager/Construction Manager for 2014-2016 the design and construction of a 1.6M HSIP • Recreation Leader II Safety corridor project The projects PS&E are Town of Surfside,FL currently going through review by the DOT 2012-2014 for authorization to bid.This project consists of Caltrans 60MS concrete median barrier PROJECT EXPERIENCE walls,median street lighting,tragic signal improvements for pedestrians,signing and • Construction Manager stripping,and protected left turns to help Fair Oaks/LLoyden Drive Pedestrian with congestion ata main intersection. Improvement Project • Assistant Director of Parks and Town of Atherton,CA Recreation 08/2024-11/2024 City of Parkland,FL Construction Manager for the installation 2021-2023 of a raised crosswalk with solar powered Directed,planned,implemented,and RRFErs,bioretention bioswale,overflow provided overall supervision of Parks and parkway drains, landscaping/irrigation Recreation Operations.He developed scopes improvements,sidewalk,curb and gutter, of services for various RFP,RFO,and IT8 and signing and stripping.Project cost competitive bids.He reviewed plans and $500K specifications for proposed construction 895 *yu • • ALISON LUEDTKE, CCM, QSP • ns a. -. , Construction Manager/Construction Inspector I N T E R W E S T ' _w 20 YEARS OF EXPERIENCE 1 YEAR WiTH THE FIRM te EDUCATION PROJECT EXPERIENCE BS,Business Administration • Construction Inspector Alliant International University, San Diego,CA Interwest AA,Integrated Studies 2023 Present San Diego Mesa College,CA Alison is responsible for conducting site inspections for public improvements,including utilities,lighting,and traffic signals,ensuring LICENSES&CERTIFICATIONS compliance with plans and standards.Recent projects follow. Construction Management Association of America(CMAA) • Construction Inspector Certified Construction Manager #36170 Palomar Road Widening and Cemetery Improvements Qualified SWPPP Practitioner(QSP) City of Wildomn Registration#26341 1/2025 Present Project includes road widening,new curb gutter and sidewalk and WORK HISTORY traffic signal modification and improvements to municipal cemetery • • Construction Inspector Construction Inspector Interwest Consulting Group,Inc.(Interwest),a SAFEbuilt Company Laguna Niguel Local Street Rehab FY23/24 2023 Present City of Laguna Niguel 7/2024.10/2024 • Construction Inspector II Project included REAS Type/I slurry at various locations throughout the City of Carlsbad,CA City of Laguna Niguel. 2015-2023 Field Inspector II • Construction Inspector • ity of Engineering Escondido,CA Adams and Pinecreek Intersection Improvements C2004-2015 City of Costa Mesa 05/2024-10/2024 Project consists of new curb,gutter and sidewalk,new median,traffic signal modifications and new bike path with associated inlets and clean outs. • Construction Inspector II(Previous Employer) City of Carsl bad,CA 2015-2023 Managed inspection logs and daily reports for private development and capital improvement projects.Reviewed and processed change orders,tracked T&M work,prepared progress payments,and issued weekly working days logs.Maintained comprehensive project files, including RFIs,as-builts,payroll,and site photos,and coordinated record drawings and third-party inspections for capital projects. • Field Engineering Inspector II(Previous Employer) City of Escondido,CA 2004-2015 Coordinated with City departments for construction activities,reviewed plans for private development and capital projects,and conducted site inspections for public improvements,including utilities,lighting, and traffic signals,ensuring compliance with plans and standards. Performed BMP inspections for NPDES and Storm Water Program compliance and verified traffic control setups for public safety. 896 ttic ,iol ?I anager ertj jrcoot .t1tt01, t e CrtItttb Con5truction itlanager Alison Luedtke has voluntarily met the prescribed criteria of the CCM program with regard to formal education,practical experience and demonstrated capability and understanding of the construction management body of knowledge. The aforementioned individual has met the professional standards and demonstrated a commitment to providing the highest level of quality professional construction management services. 36170 . January^,,'_0� _5 - CM _ Certification Date # i— _ -- )az�uan'2028 CM I oard of Governors Chair Valid Through 897 4E'. JAVAD MIRSAIDI, PE, PMP, PGMP, LEED GA irw Construction Manager I"• TERWESI "^ a sarro-n caMvnr.r t 17r45 YEARS OF EXPERIENCE 1 YEAR WITH THE FIRM EDUCATION PROJECT EXPERIENCE MBA,Business Administration • Construction Project Manager California State University,Fresno I nterwest Contract with the Town of Atherton,CA MS,Civil Engineering Projects:23/24 Pavement Projects,Alameda de la Pulgas Traffic Safety California State University,Fresno Improvement Project,Atherton 2022-23 Street Overlay,Atherton ADLP BS,Civil Engineering Tiaffic Study,Atherton HPP Playground,and Atherton Lloyden Drive East Tennessee State University Pedestrian Improvement. ■ Interim Town Engineer LICENSES&CERTIFICATIONS Interwest Contract with the Town of Portola Valley,CA State of California • Construction Project Manager Professional Engineer,Civil#38508 Interwest Contract with the City of Vacaville,CA Project Management Institute Projects:1025 Design-Sierra Vista Park Project Management Professional(PMP) Program Management Professional(PgMP) Army Corps of Engineers Certified Construction Quality Manager USGBC Central Coast Green Building Council LEED Green Associate(LEED GA) Department of Homeland Security HSPD12 Security Clearance WORK HISTORY • Senior Project Manager Interwest Consulting Group 2024-Present • Senior Project Manager AEI 2021-2024 • Project Manager Synergy Project Management,Inc. 2001-2021 • Program Director Vanir Construction Management,Inc 1987-2001 • Associate Engineer Caltrans 1984-1987 • Construction Manager Balsam Meadows Hydroelectric Project 1982-1984 • Construction Engineer Helms Pumped Storage Hydroelectric 1980-1982 898 N I eon,6rtr .11 r 'el4,svtRPa -O PN Project 0 fir K; Management M. Institute. THIS IS TO CERTIFY THAT Javad Mirsaidi, PE HAS BEEN FORMALLY EVALUATED FOR EXPERIENCE.KNOWLEDGE AND PERFORMANCE OF PROGRAM MANAGEMENT AND IS HEREBY BESTOWED THE GLOBAL PROFESSIONAL CERTIFICATION Program Management Professional (PgMP)' IN TESTIMONY WHEREOF WE HAVE SUBSCRIBED OUR SIGNATURES UNDER THE SEAL OF THE INSTITUTE AAA. HpGEMF qd.../V: RN""' w l\JI Ike Nwenkwo,PMP I Chair, Board of Directors `", tx`.a*,.}Y Pierre eM h I�utto Certification Number:3982090 Original Grant Date:26 November 2024 Expiration Date:26 November 2027 r 899 • RYAN SPRADLIN, CBC, CCM Construction Manager and Inspector I N T E R W E S T 17 YEARS OF EXPERIENCE 2 YEARS WITH THE FIRM U.S.AIR FORCE VETERAN EDUCATION • Field Coordinator Calvin,Giordano&Associates Inc.,a SAFEbuilt Company BS,Business Administration 2011-2013 Old Dominion University • Project Coordinator/Estimator Norfolk,VA Tenex Enterprises,Inc. AS,General Studies 2009-2011 Tidewater Community College Norfolk,VA PROJECT EXPERIENCE LICENSES&CERTIFICATIONS City of Vacaville,CA Projects • Construction Inspector Construction Manager Certification Institute's(CMCI) Electric Bus Charging Station-CIP 1008 Certified Construction Manager#30732 City of Vacaville,CA State of Florida 10/2024-11/2025(est.) Certified Building Contractor#1264416 Providing construction inspection services for 12 electric bus charging Occupational Safety and Health Administration stations and 5 solar canopies to include conduit and wire installation, OSHA 3015-Excavation,Trenching,and Soil Mechanics as well as site restoration. Florida Stormwater,Erosion,and Sedimentation Control Inspector • Construction Manager and Inspector Program Mariposa Neighborhood Improvement Center-CIP 1018 Qualified Stormwater Management Inspector#23525 4/2024-1/2025 Federal Emergency Management Agency(FEMA)Incident Command Provided construction management and inspection services for the System Training installation of a new playground,a dog park and a small tenant IS-100.b,IS-200.b,G-200,IS-230.d,G-300,G-400,IS-700.a,IS-800.b improvement. • Construction Manager and Inspector WORK HISTORY City Hall Tenant Improvements(City Attorney's Office and Finance Construction Manager and Inspector Department)CIP 1017 • 10/2023-3/2024 Interwest Consulting Group,Inc.(Interwest),a SAFEbuilt Company 2023 Present Provided construction management and inspection services for this project which included the demolition and construction of walls, • CIP Manager electrical,mechanical,plumbing,glazing,carpentry and finish work. Interwest,a SAFEbuilt Company 2022-2023 • Construction Manager and Inspector Arlington and Centennial Ball Field Park Lighting-CIP 1014 • Assistant Public Works Director 7/2023-9/2023 City of Parkland,FL Provided construction management and inspection services for the 2018 2022 $1.2MArlington/Centennial Park Ball Field Lighting Project for the • Public Works Manager installation of 12 Musco LED lights with BallTracker technology, City of Parkland,FL including all electrical panels,conduits and wires. 2016-2018 • Superintendent Ric-Man International 2016 • Construction Inspector II Calvin,Giordano&Associates Inc,a SAFEbuilt Company 2013-2016 • Estimator Lanzo Construction 2013 900 o:icy Auger Certifi,o (Certif teb QCongtruction iflattager Ryan Spradlin has voluntarily met the prescribed criteria of the CCM program with regard to formal education,practical experience and demonstrated capability and understanding of the construction management body of knowledge. The aforementioned individual has met the professional standards and demonstrated a commitment to providing the highest level of quality professional construction management services. 30732 AUGUST 2023 CM # Certification Date L s ue—— - AUGUST 2026 CMCI Board of Governors Chair Mid Through 901 ,1 ,JOHN WELCH t o Public Works Inspector `NTERWEST "Val* 29 YEARS OF EXPERIENCE 7 YEARS WITH THE FIRM ENGLISH SPANISH BILINGUAL EDUCATION PROJECT EXPERIENCE AA,Spanish • Deputy Inspector Golden West Community College Interwest contract with various Cities 2018-Present Civil Engineering Coursework Reviews permits for CIP projects,sewer and water replacements,and California State University-Long Beach utility work,ensuring compliance with traffic control plans and City LICENSES&CERTIFICATIONS and County specifications.Additionally,reviews underground permits for traffic signal upgrades and street revitalization projects,including U.S.Army Corps of Engineers replacements and slurry seal work.Currently serves as Deputy Inspector Construction Quality Management(CQM)Certification for the City of San Juan Capistrano and previously for the cities of Brea, and Costa Mesa.Recent projects include: WORK HISTORY • Deputy Inspector • Construction Inspector City of San Juan Capistrano,CA Interwest Consulting Group,Inc.(Interwest),a SAFEbuilt Company 2019 Present 2018-Present Projects include: • Construction Superintendent - Skate Park Inspection OP 21201(Non-Prevailing Wage) CMG 09/2024-Est.Completion 4/2025 2017 - Ramos Street Parking Lot CIP No.20204 • Construction Quality Control Inspector 04/2024.05/2024 CTE - San Juan Creek Stream Restoration Project CIP No.20203 2016-2017 10/2023-06/2024 • Project Manager - Arizona Crossing Removal CIP No.20202 Emerald Acquisition 10/2023-01/2024 2016 - Encroachment Permit Processing • Foreman Ongoing Knife River Corporation 2014 2017 - Pavement Rehabilitation Project Received"Project of the Year Award,"2018 • Project Manager • SFM Constructors,Inc. Deputy Inspector 2014-2015 Interwest contract with the City of Brea 2018-2019 • QCM Superintendent Ensured the safety and compliance of CIP projects such as major Eagle Engineering&Development,Inc. pavement rehabilitation projects along with sewer and storm 2012-2014 drain installations.Reviewed permits,conducted inspections,and • Superintendent maintained necessary documentation. CC Meyers,Inc. 2011-2012 • Deputy Inspector Interwest contract with the City • Partner/Officer 2018-2019 Autobahn Construction Corporation Ensured the safety and compliance of ClP projects such as major 2006-2009 pavement rehabilitation projects along with sewer and storm • Foreman drain installations.Reviewed permits,conducted inspections,and All-American Asphalt maintained necessary documentation. 2006 902 • GONZALO MURILLO, .JR. rw • Public Works Inspector INTERWEST ♦S�F£!u,u CDM�NY "= 20+YEARS OF EXPERIENCE 13 YEARS WITH THE FIRM EDUCATION • Public Works Inspector Interwest contract with the City of Brea Riverside County Water District City of Brea Stormwater Pollution Prevention Plan(SWPPP)Training 7/2020-4/2024 Best Management Practices(for Stormwater management) Performed inspections for C/P Domestic Waterline Improvements WORK HISTORY Paving and performed Encroachment Permit inspections.Projects include: • Public Works Inspector - (NPW)Brea CM Services for Traffic Signal Modification,CIP Interwest Consulting Group,Inc.,a SAFEbuilt Company 7717 2012-Present 01/2024-4/2024 • Public Works Inspector - Brea Inspection Services for ADA Ramp Compliance Upgrades, City of Chino 2007 2008 CIP Project No.7948 10/2023-3/2024 • Public Works Inspector Consulting Group - Brea Inspection Services for Traffic Signal Modification,CIP 2005-2007 7717 ■ Labor Foreman 01/2023 06/2024 AW Davies - South Brea Water Project,CIP 7454 1988-2005 01/2023-2/2024 PROJECT EXPERIENCE C/P Domestic Waterline Improvements and Paving. Public Works Inspector • Public Works Inspector • p Interwest contract with the City of Eastvale Interwest contract with the City of Corona Eastvale,CA 5/2024-Present 06/2012-07/2020 Performed inspections of CIP Parks ADA Compliance Improvements of Performed inspections for CIP Domestic Waterline Improvements Sidewalks and park accessibility.Installation of playground equipment, Paving and performed Encroachment Permit inspections.Projects shade structures and rubberized mats perADA compliance.Uses include: previous labor union experience to collaborate with construction personnel.Projects include: - Citywide Encroachment Permits/Fiber Optic Installation - Border/Fairview/Mountain Gate Park Playgrounds This project required multiple permits for directional boring and 5/2024 Present installation of electrical conduit and fiber optic placement,traffic control,restoration of sidewalks,parkways and asphalt base paving - City Park Pool&Building Demolition Project No.FC-2023.08 with grind and asphalt overlay. 5/2024-Present - Mountain Gate Shade Structures Project -Hellman Ave.and Schleisman Rd. 5/2024-Present This project involves 354 new single-family homes at the southeast - (NPW)Parks ADA Compliance Upgrade Project corner of Schleisman Road and Hellman Avenue.Interwest 5/2024-Present inspectors have reviewed 3.15 miles of residential roadways(19 streets),6.3 miles of sidewalk,curb,and gutter,0.85 mile of arterial - (PW)-Border/Fairview/Mountain Gate Park Playgrounds roadway,and all traffic control devices. 5/2024-Present - (PW)City Park Pool&Building Demolition Project No.FC-2023- 08 5/2024-Present - (PW)Mountain Gate Shade Structures Project 5/2024-Present - (PW)Parks ADA Compliance Upgrade Project 5/2024-Present 903 • MARTIN "MARTY" STOLZEriv "f'l Senior Public Works Inspector INTERWEST F.AR Ph• 39 YEARS OF EXPERIENCE 1 YEAR WITH THE FIRM U.S.NAVY VETERAN EDUCATION • Adams Avenue and Pine Creek Dr.Intersection Interwest contract with the City of Costa Mesa,CA Soils Mechanics Coursework 10/2024 -Present Orange Coast Community College This project includes a street reconfiguration and total rehab of the Costa Mesa,CA intersection,including new storm drain sewer,electrical and irrigation, LICENSES&CERTIFICATIONS placement of new signal,light poles,and controller box,storm drain catch basin,asphalt grind and overlay,and finished off with slurry seal. CPN International This is a Ca/Trans and Federal COP job. Radiation Safety Officer Certification#01892910 • 1st Street&Mills Street Rehabilitation California Department of Transportation(Caltrans) Interwest contract with the City of Claremont SIADTL-0111 CT Certification#01312 10/2024 -Present CT 125 AGG Sampling-AGGREGATES This project indudes rehab and overlay of downtown streets. CT 125 GEN Sampling GENERAL p g- California Street CT 125 HMA Sampling-HMA Interwest contract with the City of Claremont CT 231 Relative Compaction-Nuclear Gage 12/24-Present CT 375 AC Density by Nuclear Gage This project includes NPL California Edison,electrical trench placement, WORK HISTORY backfilled,paved,and concrete repairs. Senior Public Works Inspector • Experience with Harrington Geotechnical Engineering Inc. • (Previous Employer) Interwest Consulting Group Inc.(Interwest),A SAFEbuilt Company 2024-Present Inspected construction sites and public works projects for code, regulation,and standard compliance.Reviewed project specifications, • Field Engineering Technician Supervisor/Radiation Safety Officer blueprints,and plans for accuracy and feasibility.Documented findings, Harrington Geotechnical Engineering Inc. prepared reports,and recommended corrective actions. 1986-2024 ■ Experience with United States Navy(Previous Employer) • GMT E5 Performed regular inspections and preventive maintenance on United States Navy equipment to ensure readiness and safety.Trained and supervised 1977-1986 junior personnel in weapons handling,maintenance,and safety PROJECT EXPERIENCE protocols to meet Navy standards.Coordinated with departments and units to support shipboard operations and training,enhancing mission ■ Senior Public Works Inspector readiness. Interwest Consulting Group 2024-Present MEMBERSHIPS&AFFILIATIONS Inspects public works construction projects for compliance with Member specifications,city standards,regulations,and safety.Coordinates American Concrete Institute third party inspection.Interprets engineering plans and specifications California Department of Transportation for civil engineering projects.Reviews project plans for accuracy, completeness,and compliance,recommending improvements as needed.Reviews and processes change orders,tracks time and material work,prepares progress payments.Manages inspection logs and Daily reports for public developments and federal capital improvement projects,working with weekly working daily statements/logs,as-builts, and site photos,and maintains project files. Project examples include: 904 • ZAID All Public Works Inspector 1 N T E R W E S T A 5.4iiJ.:COM{AA, 10 YEARS OF EXPERIENCE 2 YEARS WITH THE FIRM MULTI-LINGUAL-ENGLISH-PASHTO/FARSiiARABIC EDUCATION • Interwest contract with the City of Lake Forest Project Trabuco Rd Rehab,Median Improvements&Lake Forest Drive Rehab./ BS,Civil Engineering City Project:PW 2023-05A Arizona State University 06/2024-11/2024 LICENSES/CERTIFICATIONS This$4.7 million,80-working-day project on Trabuco Road and Lake Forest Drive,included 384,000 SF cold mill existing AC pavement to 2" Southern California Gas depth;1,000 CY roadway excavation;1,480 TON install 6. Certified Medium Pressure Gas Planner • Interwest contract with the City of Vernon Projects WORK HISTORY 4885 E.52nd Place Site Improvement Project 2023-2024 • Public Works Inspector Performed inspections and oversaw the construction of a new Interwest Consulting Group,Inc.(Interwest),a SAFEbuilt Company commercial building.Inspected daily for quality and compliance, 2023-Present including quality of work and materials,including earthworks,ADA, • Construction Inspector I I environmental and water quality compliance.Maintained detailed HRGeen records and coordinated with multiple stakeholders to ensure minimal 2022-2023 disruption and achieve project completion within timeline and budget. • Project Engineer Additional City of Vernon Projects: Ferrovial -B-2021-4965 Grading Inspection 2727 E 37th St 2018-2022 09/2023-02/2024 • Civil Transportation Engineer -E-2023-0190 Private Storm Drain 2034 27th Caltrans 02-2024-04/2024 2015-2018 -Grading/LID 52nd PI(B-2022-5608) PROJECT EXPERIENCE 09/2023 01/2024 -Vernon Grading/LID Inspections • Public Works Inspector 09/2023-Ongoing Interwest 2023-Present • Interwest contract with the City of South Gate Projects Inspects public works construction for compliance with specifications, -SCE Permit#23 0154 Hildreth&Missouri Ave Infrastructure standards,and safety regulations.Review project plans for accuracy and Upgrades adherence to city standards,recommending improvements as needed. 10/2024 11/2024 Relevant projects include: -Permit 23-0223(Crown Castle)Utility Pole Cable Splicing Project • Interwest contract with the City of Brea Projects 11/2024-1212024 Brea Blvd.Street Improvement Project -Permit 24-0121 Pothole Inspection 11/2023-05/2024 12/2024-02/2025(Estimated completion) This$800K,54-working-day project on Brea Boulevard included ADA • Prior Experience with HRGreen(Previous Employer) ramp upgrades,AC deep lift dig-outs,Type iI slurry,thermoplastic 2022-2023 striping,traffic control,and erosion control. Performed full construction inspections of construction projects Additional City of Brea Projects: for different local agencies.Carried out inspections for Capital -Traffic Signal Modification,CIP Project#7717 improvement Plan(CIP)projects.Completed Public Works inspections 01/2024-06/2024 for the City of Palos Verdes Estates. -ADA Ramp Compliance Upgrades,CIP Project#7948 • Prior Experience with Ferrovial(Previous Employer) 10/2023-3/2024 2018-2022 -Arovista Park Improvements,CIP#7978 Assisted with construction activities for structures in Package 4 of 05/2024-06.2024 the CA High-Speed Rail Project Worked with the engineering team to address design issues that could not be implemented in the field and coordinated with subcontractors to ensure full compliance with construction plans. 905 �, PAUL KEIZER j%%T• Public Works Inspector INTERWEST . 35+YEARS OF EXPERIENCE 5 YEARS WITH THE FIRM EDUCATION • Public Works Inspector 40 Units of Supervision Courses,Cerritos College Interwest Contract with the City of South Gate 12 Units of Inspection Courses,Orange County Community College Hildreth&Missouri Ave.Infrastructure Upgrades Specialized Inspection Courses offered Through Los Angeles County 2023 Present • Projects with County of Los Angeles(Previous Employer) LICENSES&CERTIFICATIONS 2006-2017 East Los Angeles College Inspected Waterworks Districts projects,including the Topanga Booster Certificate for Construction Ins ection Pump Station,waterlines,and tunnel lining projects in Malibu and p Kanan Dume.He supervised water tank relining projects with roof, WORK HISTORY manway,ladder,and section replacements.Paul also inspected sewer lining projects in Marina Del Rey and managed storm drain projects • Public Works Inspector like Avenue KPhases I&II.Additionally,he oversaw pavement Interwest Consulting Group,Inc.(Interwest,a SAFEbuilt Company preservation inspections and served as Division Safety Coordinator for 2019-Present two years. • Supervisor Contract Construction • Head Construction Inspector (Previous Employer) County of Los Angeles 2002-2006 2006-2017 Managed the Westchester Permit Office,supervising a team of six and • Head Construction Inspector approving road permits,including service cuts,driveway aprons,storm County of Los Angeles drain connections,movie,and encroachment permits.He oversaw 2002-2006 inspections of sewer lines,storm drains,sidewalks,curbs,gutters,catch Senior Construction Inspector basins,and roadways for residential developments. • County of Los Angeles • Senior Construction Inspector I Resident Inspector (Previous 1994-2002 Employer) • Construction Inspector County of Los Angeles County of Los Angeles 1994 2002 1989-1994 Served as Resident inspector for various storm drain projects including DomingerAve.Pump Station and Drain,Doris Coast Pump Station and • Senior Road Maintenance Worker Drain,and Cherry Ave.Drain in the City of Lakewood.He inspected County of Los Angeles multiple emergency sewer projects,and inspected multiple low-flow 1983-1989 diversion projects. PROJECT EXPERIENCE • Construction Inspector (Previous Employer) County of Los Angeles • Public Works Inspector 1989.1994 Interwest Contract with various municipalities Conducted post-construction inspections of underground storm drain Inspects public works construction for compliance with specifications, systems using an underground camera to inspect sewer lines and well standards,and safety regulations.Reviews project plans for accuracy casings,ensuring structural integrity and compliance. and adherence to city standards,recommending improvements as needed.Projects include: • Public Works Inspector Interest Contract with the City of Santa Ana Various Public Works Inspections 2020-Present 906 Randy Reichert, r PMaterials 7e-stingt�cect/�a suer/ 411= i5•, �'•*'_ As a Construction Inspector and Project Manager for Ninyo & Moore, Mr. Reichert has in-depth knowledge in testing methods, inspection and standards relating to concrete and hot mix asphalt (HMA) production and placement operations. Mr. Reichert utilizes exceptional observational and analytical skills to inspect the quality of materials used in public works EXPERIENCE and construction projects, and recommends corrections needed to meet 4 Years with N&M regulatory standards. He provides guidance to team members including 34YearsTotal field technicians and assumes responsibility for technical content by coordinating proper assistance from available in-house staff and taps into knowledge and experience of outside experts. He provides final 0 EDUCATION quality review of project documents and reports, reviews quality control steps, ensures project calculations are done in accordance with company A.A.Degree/Mechanical Design, Balin policy, and assures projects are completed on time and within budget. Institute of Technology,Anaheim,CA General Education& Mathematics, Rancho '' PROJECT EXPERIENCE Santiago College,Santa Ana,CA General Education& Diesel Mechanics, City of Huntington Beach,On-Call Materials Testing&Engineering Services Golden West College, Huntington Beach,CA for Federal Projects, Huntington Beach, California: Serving as Project Manager providing on-call geotechnical, materials testing and inspection services for a wide variety of capital improvement construction projects 0 CERTIFICATIONS including other types of projects such as road, pipeline, traffic signals etc. California Test Methods:105, 106, 125,201, Responsibilities include project coordination and client liaison, on-site soil 202,205,206,207,211,213,214,217,226, and materials testing and inspection during construction,field observation, 227,229,234,235, 304,308,309,367,370, documentation and testing,field sampling and in-place density testing,field 382,and 384 sampling and testing of concrete structures and paving during construction AASHTO Test Methods:T 11,T 27,T 84,T 85, and field inspection of the construction materials. T 96,T 166,T 176,T 209,T 210,T 248,T 255, City of La Mirada On-Call Materials Testing, La Mirada, California: Served T 269,T 275,T 304,T 308,T 329,T 335, R 47, as Project Manager providing certified materials testing laboratory and R 76,and ASTM D 4791 inspection services for various projects within the City of La Mirada, Radiation Safety Nuclear Gauge California. The project included geotechnical services including sampling, material testing, compaction testing, and other services requested. Responsibilities include project coordination and client liaison, on-site soil and materials testing and inspection during construction,field observation, documentation and testing,field sampling and in-place density testing,field sampling and testing of concrete structures and paving during construction and field inspection of the construction materials. City of Rancho Santa Margarita, On-Call Geotechnical Engineering Services, Rancho Santa Margarita, California: Serving as Project Manager providing on-call geotechnical, materials testing and inspection services for various capital improvement projects. Responsibilities include project coordination and client liaison, on-site soil and materials testing and inspection during construction, field observation, documentation and testing, field sampling and in-place density testing, field sampling and testing of concrete structures and paving during construction and field inspection of the construction materials. Randy Reichert,Project Manager I Ninyo&Moore 1 907 Randy Reichert, Pret Mcutarr County of Orange Public Works, On-Call Laboratory Testing Services, Orange County, California: Serving as Project Manager for on call laboratory and materials testing services for Orange County Public Works. Services included project coordination, data compilation, and laboratory testing in accordance with ASTM standards. City of Fontana, On-Call Geotechnical Services, Fontana, California: Serving as Project Manager providing on-call geotechnical, materials testing and inspection services for various capital improvement projects. Responsibilities include project coordination and client liaison, on-site soil and materials testing and inspection during construction, field observation,documentation and testing,field sampling and in-place density testing,field sampling and testing of concrete structures and paving during construction and field inspection of the construction materials. City of Eastvale, On-Call Professional Services, Eastvale, California: Serving as Project Manager providing on-call geotechnical, materials testing and inspection services for various capital improvement projects.Responsibilities include project coordination and client liaison, on-site soil and materials testing and inspection during construction, field observation,documentation and testing,field sampling and in-place density testing,field sampling and testing of concrete structures and paving during construction and field inspection of the construction materials. California Department of Transportation, District 12, Orange County, California: Served as Project Manager/Technical Advisor while working for the Division of Construction on hot mix asphalt (HMA) and concrete paving projects in Orange County, California. Mr. Reichert performed dynamic inspection, witnessed and recorded calibration testing of the plant proportioning devices and controls for HMA and concrete production batch plants, rubberized asphalt binder blending units, volumetric slurry seal trucks and volumetric concrete and polyester concrete mixing trucks to insure they complied with Caltrans specifications and the Departments Material Plant Quality Program. Mr. Reichert was also engaged with the various laboratory testing on HMA, concrete, slurry seal, and polyester concrete for conformance with the required specifications. City of Rialto,Various Streets Reconstruction, Rialto, California: Served as Project Manager/Technical Advisor providing materials testing and inspection services for pavement reconstruction for various streets in Rialto,California.Reconstruction included cold milling the existing asphalt concrete (AC) pavement - full depth reclamation to include cement stabilized pulverized base (CSPB), hot mix asphalt (HMA) base course, and rubberized hot mix asphalt (RHMA) final course. Other areas included cold milling the existing AC pavement to subgrade and replacement of HMA base course and an RHMA surface course. In selected areas, concrete sidewalks, curb & gutter, curb ramps, cross gutters and driveways were reconstructed or newly constructed. Services included review of CSPB, HMA and RHMA mix design submittals, in-place density testing and production plant inspection, laboratory testing,superpave production startup evaluation testing, and bulk specific gravity testing on HMA and RHMA pavement cores to determine the percent of TMD for acceptance. County or Riverside Transportation Department (RCTD) On-Call Engineering Services: Serving as Project Manager providing geotechnical and materials testing services on various projects for the County or Riverside. Projects include various road improvements,traffic signal improvements and widening and utility construction, and asphalt concrete (AC) resurfacing of various roads. California Department of Transportation, District 12,Job Mix Formula Reviews (Hot Mix Asphalt) &Mix Design Reviews (Concrete),Orange County,California:Reviewed Contractors'proposed HMA,RHMA,and OGFCJob Mix Formulas(IMF's) for compliance. Additionally, reviewed contractors proposed miscellaneous HMA (dike, berm, MVP's and gore areas), ATPB and slurry seal mix designs. Concrete mix design reviews include:structures concrete, (bridge decks,walls,footings, piers/columns, approach slabs, shotcrete, CIDH piles, sound wall grout, soil nail grout and structures and rapid strength concrete). Incorporate in-depth knowledge and reference of the Standard Specifications, American Concrete Institute (ACI) Concrete Mix Design Manual and Asphalt Institute(Al)Asphalt Mix Design Methods. Randy Reichert,Project Manager I Ninyo&Moore 2 908 Matthew Jacobs, Field ieiaiv/fnspeet&rackniciaoisp rI As a Senior Field Technician for Ninyo&Moore,Mr.Jacobs provides testing and inspection services for structural concrete and masonry, provides roadway inspection services on highway and street improvement projects and related documentation, provides construction management services on public works projects and related documentation,provides geotechnical EXPERIENCE observation and testing services for large earthwork projects and related 13 Years with N&M documentation, performs construction observation of slope stability fills 19 Years Total and landslide buttresses and provides related documentation, performs quality control for underground utility and foundation construction and provides related documentation, performs field testing of concrete and CERTIFICATIONS asphaltic concrete and provides related documentation,provides inspection of asphalt and concrete batch plants and related documentation, performs ACI Field Testing Technician Grade I geotechnical laboratory testing and provides related documentation. ACI Aggregate Level ACI Strength Tester PROJECT EXPERIENCE ACI Laboratory Technician Level I ACI Laboratory Technician Level II City of Huntington Beach,On-Call Materials Testing&Engineering Services Caltrans Beams for Federal Projects, Huntington Beach, California: Serving as Senior Field Caltrans Concrete Technician/Inspector providing on-call geotechnical, materials testing and inspection services for a wide variety of capital improvement construction City of Los Angeles Deputy Building Inspector ro ects includingother types of projects such as road, pipeline, traffic -Concrete Construction,No. P030742 p Yp p p p signals etc. Responsibilities include on-site soil and materials testing and City of Los Angeles Deputy Building Inspector inspection during construction, field observation, documentation and -Grading,No. P030742 testing, field sampling and in-place density testing, field sampling and County of Orange,Registered Special testing of concrete structures and paving during construction and field Inspector,No.000320 inspection of the construction materials. ICC Soils Special Inspector Orange County Transportation Authority, On-Call Materials Testing and FRP Qualified Inspector Inspection Services, Orange County, California: Lead Materials Tester Radiation(Nuclear Gauge)User Safety providing on-call soils and materials testing services for the Orange County USDOT Hazmat Transportation Authority (OCTA) under our current Agreement No. C-9- 1356. Services include testing of soils,asphalt concrete,masonry,concrete, structural steel, soil compaction testing during construction of the ADA Modifications, and asbestos containing materials and lead containing materials. In addition, special deputy inspection services for welding, reinforcing steel, masonry, concrete placement, fire proofing, and roofing installation are performed on an as-needed basis. (2022-2024) John Wayne Airport, On-Call Testing & Inspection Services, Orange County, California: Served as Lead Materials Tester retained to provide materials testing and specialty inspections services during construction of the John Wayne Airport Terminal Complex Improvements project in Orange County, California. Services included special inspection and materials testing associated with welding, reinforced concrete,fireproofing, pull and torque-testing, epoxy anchors installation, and ground penetrating radar (GPR) testing, along with laboratory testing for concrete compressive strength, non-shrink grout compressive strength, reinforcing steel bend and tensile strength, and fireproofing density. The work conformed with Matthew lacobs.Senior Field Technician/Inspector I Ninyo&Moore 1 909 Matthew Jacobs, sue• Field ? eiutithut//nq e the California Building Code,Title 24,for essential facilities and welding is performed in accordance with American Welding Society(AWS) D1.8 seismic provisions. Los Angeles County Metropolitan Transportation Authority, Materials Verification Testing and Inspection Services, Los Angeles, California: Serves as Lead Materials Tester for materials verification testing and inspection services for various projects located in Los Angeles under Measure R and Measure M's Long-Range Transportation Plan for The Los Angeles County Metropolitan Transportation Authority(Metro).The purpose of this contract is to assist Metro to perform oversight testing and verification inspection of work performed by laboratories hired by the construction contractor when the construction contractor performs work under a Design-Build or Design-Bid-Build project delivery methodology. Metro has a comprehensive 50-year plan for high quality transit service and facilities in the Los Angeles County region. Ninyo & Moore is currently performing oversight testing on the Regional Connector, WPLE1, WPLE2, and WPLE3. City of Long Beach, Construction Materials Testing and Inspection Services for Various Projects at Long Beach Airport, Long Beach, California: Senior Field Technician retained during construction of the Phase II Terminal Area Improvements Project (P2TAIP) located 4100 Donald Douglas Drive, in Long Beach, California. Mr. Jacobs provided geotechnical testing and inspections in accordance with the City of Long Beach's Building Department requirements. P2TAIP is subdivided into several components. Each component represents a separate project and will be executed in several phases, with an anticipated completion date in 2024. Generally, the P2TAIP involves construction of a new TSA screening building (CBIS-Component 1A) including an outbound baggage carousel structure, a new ticketing building (Component 2), a new baggage claim area (Component 1B),restoration of the historic terminal building(Component 3A), relocation of rental car facilities (Component 3B), and a new concession building (Component 4). Ninyo & Moore's anticipated scope of services include testing and inspection of geopiers, earthwork, concrete, reinforcing steel, structural steel, high-strength bolting, fireproofing, and post-installed anchors. Matthew Jacobs,Senior Field Technician/Inspector I Ninyo&Moore 2 910 AVANT PROPOSAL FOR: LABOR COMPLIANCE LABOR COMPLIANCE RESUMES LISSETTE MONTOYA, PROGRAM DIRECTOR Education/Credential Ni > Master of Business Administration, California State Polytechnic iltI University Pomona *Z7 > B.S. Business Management, California State Polytechnic University Pomona Relevant Experience Ms. Montoya has more than 20 years of experience in project management, analysis, funding management, grant administration, and community outreach programs. She serves as the Vice-President and CFO of AVANT-GARDE. Her expertise includes identifying federal and state fund allocation balances, programming funds, and administering long-and short-term programs consistent with the economic capabilities of the City. Ms. Montoya directs the Program Management team to ensure that projects are developed following policy and procedural requirements, and she assists in determining eligible projects for various funding sources. She also manages development and capital improvement programs/projects from conception to completion. Ms. Montoya has helped various agencies in performing a variety of analyses and studies to identify State and Federal funding options. Additionally, she has experience in grant writing, project monitoring, labor compliance, and funding administration services. Her team has successfully monitored federal and state funding for municipal agencies throughout Southern California and has secured over $555.4 million in funding for government agencies. Relevant City Experience includes: Ms. Montoya is experienced in strategic budget planning, specifically with Capital Improvement Programs. Ms. Montoya's team, under her leadership, has effectively managed labor compliance for over 291 construction projects, totaling $1.1 billion in value. Her relevant experience providing labor compliance services is included in AVANT-GARDE's full list of labor compliance projects provided in Section 5—Project Experience. 911 / V V / T PROPOSAL FOR: ,' ' ik ( , \ D C LABOR COMPLIANCE SUMMER MANN-SR. PROGRAM COORDINATOR Training/Certification > CA LTAP Certificate of Completion-Labor Compliance Course 'S > CA Prevailing Wage/Public Works Compliance Training-Center for Contract Compliance ➢ 2021 Section 3 Final Rule Training > Davis-Bacon Labor Standards > Prevailing Wage Seminar for Public Agencies-CA Labor Commissioner's Office and Center for Contract Compliance > Rail Safety and Wayside Worker Program Certified-METRO > LCPtracker Training hosted by METRO Relevant Experience Ms. Mann has more than six years of experience in providing labor compliance services. She collaborates with project managers to act as a liaison and offer support on various labor compliance projects. She enforces labor compliance regulations by conducting on-site interviews of employees,calculating prevailingwages for job classifications and duties in line with State or Federal labor laws. Ms. Mann also works closely with project contractors to ensure timely delivery of all required documents. Moreover, she monitors contracts to ensure adherence to all applicable DBE and labor compliance requirements, prepares correspondence, conducts desk audits of compliance documents and contractor submittals, prepares management reports, issues non-compliance notices to ensure contractor compliance, and prepares close-out reports. Additionally, she assists in bid evaluations and participates in pre-bid and pre- construction conferences and meetings as needed to review contractor compliance obligations. Relevant City Experience includes: San Luis Obispo,Lynwood, Pico Rivera, El Monte, La Canada Flintridge,Norwalk, Rialto,Hawaiian Gardens, Industry, La Mirada, Commerce, Cudahy, Monterey Park, South El Monte, Temple City, West Covina, Ojai, and many more. A full list of labor compliance projects can be provided upon request. 912 EXHIBIT "B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel. Charges for time during travel are not reimbursable C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. p J 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. 913 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. 914 EXHIBIT B City of Huntington Beach On-Call Construction Management, Materials Testing, and Inspection Services do Rate Sheet INTER WEST Hourly Rate Schedule A SAFEbuttt COMPANY The below table indicates Interwest's locked rates for the next four(4) years at a 4% increase per year. YEAR CLASSIFICATION 2025 2026 2027 2028 Construction Manager $190 $198 $206 $214 Assistant Construction Manager $170 $177 $184 $191 Supervising Public Works Observer $185 $192 $200 $208 Senior Public Works Observer $180 $187 $195 $202 Public Works Observer III $165 $172 $178 $186 Public Works Observer II $150 $156 $162 $169 Public Works Observer 1 $135 $140 $146 $152 Miscellaneous Work Outside Standard Hours — Services provided in excess of 8 hours per day, outside regular business hours, nights, weekends and holidays will be invoiced at 150% of the above standard rates. Prevailing Wages — Where work is required under the CA Labor Code for prevailing wages per jurisdiction, there will be a supplemental charge per hour to the above rates per applicable job classification, established at the time of commencement of work and adjusted from time to time in accordance with future wage determinations pursuant to the labor rates as determined by the CA Department of Industrial Relations. Mileage & Tolls — For inspection staff reporting to the job site from out of town, mileage will be reimbursed to and from the employee's reporting location, including their home location if not reporting to a company office, at the effective standard federal rate established at time of service. Tolls will be billed with no markup. INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES 2 915 City of Huntington Beach j On-Call Construction Management, Materials Testing, and Inspection Services ,yingo&iNoore Geclechnlcel 8 Environmental Sciences Consultants Schedule of Fees Hourly Charges es for Personnel Professional Staff 2025 -2029 Principal Engineer/Geologist/Environmental Scientist/Certified Industrial Hygienist $275 Senior Engineer/Geologist/Environmental Scientist $259 Senior Project Engineer/Geologist/Environmental Scientist $242 Project Engineer/Geologist/Environmental Scientist $231 Senior Staff Engineer/Geologist/Environmental Scientist $220 Staff Engineer/Geologist/Environmental Scientist $198 GIS Analyst $176 Technical Illustrator/CAD Operator $154 Field Staff Certified Asbestos/Lead Technician $242 Field Operations Manager $165 Nondestructive Examination Technician(UT, MT,LP) $160 Supervisory Technician $154 Special Inspector(Concrete, Masonry,Structural Steel,Welding,and Fireproofing) $160 Senior Technician $160 Technician $154 Administrative Staff Information Specialist $132 Geotechnical/Environmental/Laboratory Assistant $132 Data Processor $105 Other Charges Concrete Coring Equipment(includes technician) $209/hr Anchor Load Test Equipment $209/hr GPR Equipment $198/hr Project Labor Agreement Fees $24/hr Hand Auger Equipment $88/hr Rebar Locator(Pachometer) $27.50/hr Vapor Emission Kit $71.50/kit Nuclear Density Gauge $13/hr X-Ray Fluorescence $77/hr PID/FID $27.50/hr Air Sampling Pump $11/hr Field Vehicle $16.50/hr Expert Witness Testimony $495/hr Direct Expenses Cost plus 10% Special equipment charges will be provided upon request. NOtes,. Technicians and special inspectors, are charged at a 4-hour minimum, and 8-hour minimum for hours exceeding 4 hours. Overtime rates at 1.5 times the regular rates will be charged for work performed in excess of 8 hours in one day Monday through Friday and all day on Saturday. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day, all day Sunday and on holidays Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the life of the project,as applicable. The terms and conditions are included in Ninyo&Moore's Work Authorization and Agreement form. INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES. 3 916 City of Huntington Beach I On-Call Construction Management, Materials Testing, and Inspection Services ON-CALL CONSTRUCTION MANAGMENT,MATERIALS TESTING,and INSPECTION SERVICES Agency: Advanced Avant-Garde Corporation Task: Labor Compliance Services Year1 Year2 Year3 Year4 Program Director $ 165 $ 165 $ 174 $ 174 Program Manager $ 149 $ 149 $ 156 $ 156 Sr.Program Coordinator $ 138 $ 138 $ 144 $ 144 Program Coordinator $ 121 $ 121 $ 127 $ 127 Program Assistant $ 110 $ 110 $ 116 $ 116 INTERWEST THOUGHTFUL SOLUTIONS. THRIVING COMMUNITIES. 4 917 1 . /(I..ri, A`�O® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 10/30/2025 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: Lauren Mayer McGriff Insurance Services LLC PHONE FAX 9850 NW 41 st Street ,__lac.No.Exg:954-385-6022 (A/C.No):866-802-8084 Suite 100 ADDRless: lauren.mayer@marshmma.com Doral FL 33178 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Berkshire Hathaway Homestate Ins Co 20044 INSURED - 132SAFEBLLC INSURER a:Everest Indemnity Insurance Company 10851 Interwest Consulting Group, Inc. 444 N Cleveland Ave, INSURERC:Bridgeway Insurance Company 12489 Loveland CO 80538 INSURER D:Lexington Insurance Company 19437 INSURER E:Great American E&S Insurance Commpany 37532 INSURER F: COVERAGES CERTIFICATE NUMBER:1935727376 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AODL SUER POLICY EFF POLICY EXPrY LIMITS LTR INSD WVD POLICY NUMBER (MMIDDYYY) (MM /Y JDDYYY) 0 X COMMERCIAL GENERALLIABILITY Y Y CF3GL00415251 10/3/2025 10/3/2026 EACH OCCURRENCE $1,000,000 _ , DAMAGE TO CLAIMS-MADE X OCCUR PREMISES(aENTED occurrence) S 300,000 X 10,000 MED EXP(Any one person) S 10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY X JET LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y Y CF3CA00337251 10/3/2025 10/3/2026 COMBINED SINGLE LIMIT $1,000,000 _ (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ — OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS --- X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY ^� AUTOS ONLY (Per accident) —__._ Excess per occ/agg S 1,000,000 C UMBRELLA LIAR X OCCUR Y Y 8EA7XL000207904 10/3/2025 10/3/2026 EACH OCCURRENCE $10,000,000 D 11170903 10/3/2025 10/3/2026 X EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$_n_ S A WORKERS COMPENSATION Y SAWC666825 5/12/2025 5/12/2026 X OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETOR/PARTNER)EXECUTIVE YNN N/A E.L.EACH ACCIDENT S 1,000,000 OFFICERIMEMBEREXCLUDED7 (Mandatory In NH) E.L.DISEASE-BA EMPLOYEE 51,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 E 'rofess•cral-abl,ty TER5780118 10/3/2025 10/3/2026 Each Claim/Aggregate $10,000,000 APPROVED AS TO FORM �\ jo DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more sp1S -G-required) Excess policy# 140002058 effective 10/03/2025-10/03/2026-CBE Ins Corp NAIC#39217-Limits-$5,001021 A(fi1r1 df$/IK438l1d)(1TIDIExcess of$5,000,000. Crime coverage—Federal Insurance Company,NAIC 20281-Policy#J06767825 effective 10/3/25-10/3/26, p E it h4 %11 D$10,000.Technology Errors &Omissions and Cyber Coverage-Allied World Assurance Company US,Inc. NAIC#19489-Policyt#031_ 77333_ effective 10/3/25-10/3/26.Each Claim/AGG$3,000,000 DED$100,000. CITY Of HUNT INGI ON BEACH City of Huntington Beach Public Works Department is named as additional insured with respects to general liability,with a written contract.Blanket coverage appliesfor the general liability coverage.Waiver of subrogation applies for general liability and workers compensation in favor of the Certificate Holder,with a written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Huntington Beach ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department Attn:Joe Pinel 2000 Main Street AUTHORIZED REPRESENTATIVE Huntington Beach CA 92648 4.41,...„...vii.,(,i 1, ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY#CF3GL00415251 COMMERCIAL GENERAL LIABILITY CG 2010 0413 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 Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations ANY PERSON OR ORGANIZATION THAT ENTERED INTO A WRITTEN CONTRACT WITH THE NAMED INSURED REQUIRING SUCH PERSON(S)OR ORGANIZATION(S)TO BE NAMED AS AN ADDITIONAL INSURED WITH RESPECT TO THE NAMED INSURED'S PERFORMANCE OF OPERATIONS AT ANY LOCATION ON BEHALF OF SUCH PERSON(S)OR ORGANIZATION(S). A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s)shown in the Schedule, but only with respect to liability for"bodily injury", "property damage"or "personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 4 INSURED COPY B. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed;or 2. That portion of"your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. • • ' I Page 2 of 4 ©Insurance Services Office, Inc.,2012 CG 2010 0413 INSURED COPY POLICY NUMBER:CF3GL 0 0 4 1 5 2 5 1 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREF ULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION ANY LOCATION FOR WHICH THE • THAT ENTERED INTO A WRITTEN NAME CONTRACT INSUREDS WORK WAS PERFORMED WITH THE NAMED INSURED FOR SUCH PERSON(S) OR REQUIRING SUCH PERSON (S) OR ORGANIZATION (S) FOR ANY ORGANIZATION (S) TO COMPLETED OPERATIONS. BE INCLUDED AS AN ADDITIONAL INSURED. 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 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to, such additional insured with respect to liability for "bodily injury" or will not be broader than that which you are "property damage" caused, in whole or in part, by required by the contract or agreement to "your work" at the location designated and provide for such additional insured. described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law;and CG 20 37 04 13 ©Insurance Services Office, inc„2012 Page 1 of 2 INSURED COPY B. With respect to the insurance afforded to these additional insureds, the following is added to Section lii—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 ©Insurance Services Office, Inc.,2012 CG 20 37 0413 ❑ INSURED COPY 4 CF3GL00415251 COMMERCIAL GENERAL LIABILITY CG20011219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance;and CG 20 01 12 19 ©Insurance Services Office, Inc„ 2018 Page 1 of 1 INSURED COPY POLICY NUMBER:CF3GL00415251 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s)Or Organization(s): ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED.THE WRITTEN CONTRACT MUST BE SIGNED PRIOR TO THE DATE OF THE"BODILY INJURY", "PROPERTY DAMAGE", OR"PERSONAL AND ADVERTISING INJURY". Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8.Transfer Of Rights Of Recovery Against Others To Us'of Section IV—Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part.Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s)shown in the Schedule above. CG 24 0412 19 ©Insurance Services Office,Inc., 2018 Page 1 of 1 INSURED COPY POLICY NUMBER: CF3CA00337251 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED. THE WRITTEN CONTRACT MUST BE SIGNED PRIOR TO THE DATE OF THE "ACCIDENT" . Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A 1. of Section II— Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA20 48 10 13 ©Insurance Services Office, Inc.,2011 Page 1 of 1 INSURE°COPY CF3CA00337251 • COMMERCIAL AUTO ECA 24 503 02 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person or Organization: ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED.THE WRITTEN CONTRACT MUST BE SIGNED PRIOR TO THE DATE OF THE"ACCIDENT". (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition • of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for an "accident or "loss", provided that you are required under a written agreement to waive your rights of recovery. The written agreement must be made prior to the date of the "accident"or"loss". This waiver applies only to the person or organization shown in the Schedule above. • ECA 24 503 02 14 Copyright, Everest Reinsurance Company, 2014 Page 1 of 1 I] Includes copyrighted material of Insurance Services Office, Inc., used with its permission. INSURED COPY CF3CA00337251 • COMMERCIAL AUTO ECA 24 509 04 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION - BLANKET This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART Paragraph c. of the Other Insurance General Condition is replaced by the following: c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Liability Coverage is primary and we will not seek contribution from any other insurance for any liability assumed under an "insured contract" that requires liability to be assumed on a primary noncontributory basis. Additionally, only the coverage and limit of insurance requirements of the "insured contract" shall apply, and in no event shall those requirements exceed the coverage and limits of insurance provided under this policy. ECA 24 509 04 14 Copyright, Everest Reinsurance Company, 2014 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., used with its permission INSURED COPY (td. U1-19) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be calculated by applying a factor of 2%to the total manual premium, with a minimum initial charge of$350, then applying all other pricing factors for the policy to this calculated charge to derive the final cost of this endorsement. This agreement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. Schedule Blanket Waiver Person/Organization Blanket Waiver—Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Job Description Waiver Premium(prior to adjustments) All CA Operations 3697.00 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective: 05/12/2024 PolicyNo.: SAWC561586 Endorsement No.: Insured: Premium$ Insurance Company: Berkshire Hathaway Homestate Ins Co Countersigned by • WC990410C (Ed.01-19) 1 �r \ %-i. INrnv• Professional Services 0„,.........„ cyk milk •..• o poi Contracts for On -Call •• ��� '� rFo \Q \ Construction Management, I, --- � '•. � Materials Testing , and 1 ��i � ci) ( � fit'' � I ■ ■_ _____,____ .1,,. _ �� �c Inspection Services -----=___.„ . ___,_ _ __ _____, -= _ - ;• ----_ _ _ _ _ _ _ . % -- - __ `- Q Department of Public Works , ,. , -,,e):77- , ,= -_ `�— .4FA.k Ot December 16 , 2025 '% Fe. P.°eC.Q 1 •,••;;, 19 0:%•.• ••••• oi°OONTN AC / r� AW4 1286 BAC KG ROU N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Proposal (RFP) for these services. The RFP covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFP Selection. . � rir, I)1 f, <i NTINGT s -1.---:4 , , 1\ . . ,4,8,,,. toLik,„. • .. - - 114 , ., AUNTY ' I 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. ��NTING 0 O�•,.LoRPORgrt.•••• ^ • - • • ANT`{ P� 1288 RFP Selection Matrix I # Firms Construction Inspection Material Testing NTE I Management 1 Accenture Infrastructure and Capital Projects, LLC X X 51,500,000.00 2 Ardurra Group, Inc. X X X $2,500,000.00 3 Berg&Associates, Inc. X X X S2,500,000.00 4 Cannon Corporation X X X $2,500,000.00 5 Certerra BMA 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 52,500,000.00 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. • ��NTINGT • • • C°LINTY ZPt, 1290 r � •��,y „fir *+' '� }s� �4 ���r+ y [ • ct r Mri 1• d. ` _ `r f _ 4. S F 1l1`1� { Cu . (10 O ■ MINN (IIII) a)