Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MCK Americas, Inc. - 2025-12-16
/'0 2000 Main Street, o§,...;;;;°" o2B-, Huntington Beach, CA i � i -_ -_ City of Huntington Beach APPROVED 86-0-1 9:p:�.= `?`a �2c+ ���`�,✓ (TWINING-ABSENT) File #: 25-929 MEETING DATE: 12/16/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Joseph Pinel, Capital Projects Administrator Subject: Approve and authorize execution of Professional Services Contracts for On-Call Construction Management, Materials Testing and Inspection Services with Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, bro.; 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 It B) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and FCG Consultants Inc. for On-Call City of Huntington Beach Page 1 of 5 Printed on 12/10/2025 '� powered by Legistarr"" *4 dej2 .1diParX& - 7 597 File #: 25-929 MEETING DATE: 12/16/2025 Construction Management, Materials Testing and Inspection Services; and C) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Griffin Structures, Inc. for On-Call Construction Management and Inspection Services; and D) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Interwest Consulting Group, Inc. for On -Call Construction Management, Materials Testing and Inspection Services; and E) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services contract between the City of Huntington Beach and MCK Americas, Inc. for On-Call Construction Management and Inspection Services; and F) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Southstar Engineering & Consulting, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and G) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and SYRUSA Engineering, Inc for On-Call Construction Management, Materials Testing and Inspection Services; and H) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Totum Corp for On-Call Construction Management and Inspection Services; and I) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and TRANSTECH Engineers, Inc for On-Call Construction Management, Materials Testing and Inspection Services. Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Analysis: To efficiently manage the City's growing Capital Improvement Program (CIP), the City utilizes on-call professional service contract agreements with pre-qualified firms that provide specialized services on an as-needed basis. These contracts allow staff to quickly assign work when specific projects or increased workloads arise, without committing to a guaranteed minimum amount of work. This approach provides both flexibility and cost efficiency, enabling the City to meet service demands without adding permanent staff. Each year, the City undertakes an extensive CIP that includes a wide range of infrastructure improvements requiring engineering and construction support. Many projects demand construction management, materials testing, inspection, and regulatory compliance services that extend beyond internal staff capacity. Engaging qualified external consultants allows the City to ensure projects are delivered efficiently, safely, and in full compliance with federal and state standards. City of Huntington Beach Page 2 of 5 Printed on 12/10/2025 �� powered by LegistarTM ,�dei2 J.dip r �7[XJ 598 File #: 25-929 MEETING DATE: 12/16/2025 In response to an expanded CIP budget, from $35 million to $63 million, the City anticipates the need for an increased number of on-call contracts to meet the additional workload and project complexity over the next three years. Such large projects and developments include multiple lift stations, water wells, arterial street rehabilitations, bridge rehabilitations, traffic signal and lighting projects, facility rehabilitation, and park projects. In addition to CIP construction management and inspection services, these contracts also cover inspection duties for the Development Section. These duties include inspecting utility permits and larger development projects funded through developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Proposal (RFP) on June 13, 2025, seeking firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFP covered a range of disciplines including project management, materials testing, design-build, and progressive design-build services. The solicitation process followed procedures established in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), governing the selection of professional service providers, and complied with the federal Brooks Act and California Senate Bill 419. The City received twenty-seven (27) proposals in response. A three-member evaluation panel- composed of representatives from the Public Works Department-reviewed and ranked the submittals based on qualifications and relevant experience. The request for Council action associated with the June 13, 2025 RFP for On-Call Construction Management, Materials Testing, and Inspection Services was presented in two phases. The first group of nine qualified consultants-consisting of firms currently providing active on-call services for City construction projects-was approved at the November 18, 2025 Council meeting. The remaining nine consultants represent newly selected on-call firms. The Public Works Department consistently attracts highly qualified firms for such RFPs, resulting in a competitive and robust selection process. Based on evaluation results, staff recommends awarding nine (9) on-call contracts to provide additional support for the City's capital improvement program. The nine firms listed would help reduce potential interruptions in construction services. Additionally, approval of the firms listed would provide a total of eighteen firms, enabling competitive proposals and greater availability of specialized construction services. Recommended Firms The current recommended firms are: Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum City of Huntington Beach Page 3 of 5 Printed on 12/10/2025 powered by LegistarTM 599 File #: 25-929 MEETING DATE: 12/16/2025 Corp; and TRANSTECH Engineers, Inc. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-materials basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant task orders include Heil Pump Station, Admiralty Bridge, Humboldt Pump Station, Traffic Signal Installations, Sunset Beach Sewer, to name a few. Projects upcoming that will use construction management and inspection include Humboldt Bridge, McFadden Lift Station, Davenport Lift Station, Water Well projects, Street Overlays/Rehabilitation, Downtown Street Lighting, Traffic Signals, and include inspection support for Development permitting. On-call contracts will be activated only when project demands exceed available City staff capacity. Each contract will have a three-year term and a not-to-exceed amount, with no guaranteed work. All expenditures under these agreements remain subject to City Council approval through the annual budget process. Environmental Status: Not Applicable Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Request for Proposals (RFP) 2. Cannon Corporation Contract Summary 3. Professional Services Contract with Cannon Corporation 4. FCG Consultants Inc. Contract Summary 5. Professional Services Contract with FCG Consultants Inc. 6. Griffin Structures, Inc. Contract Summary 7. Professional Services Contract with Griffin Structures, Inc. 8. lnterwest 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 LegistarrM 601 • cUi ,�UUNTY o1 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 Depaitaaient is seeking experienced consultant firms to assist the City's staff in the following service category, to perform Construction Management and Material Inspection services for any City related projects and activities. Qualified firms shall provide construction management consulting services on an "on-call"basis for projects assigned during the term of the contract. The contract will be for a minimum 3-year term.The City will issue task orders for each project based upon the scope-of-services; qualifications, work schedule,and reasonableness of the fee. For task orders greater than $30,000 City may typically solicit proposals from 2 or more qualified consultants for City funded projects. 2. SCHEDULE OF EVENTS This Request for Proposal will be governed by the following estimated schedule: Release of RFP May 15, 2025 Deadline for Written Questions May 30,2025 by 4pm Responses to Questions Posted on Web June 6, 2025 Proposals are Due June 13th, 2025 by 4pm Interviews, if Necessary 3rd Week of July Proposal Evaluation Completed and Notification August 2025 Approval of Contract September 2025 3. SCOPE-OF-WORK BY SERVICE CATEGORY In general,the consultant shall perform consulting services on an"on-call"basis for projects assigned by the City. The scope-of-work for any one project may involve all phases of project development and may include but, is not limited to the following: A. Construction Management The City is seeking experienced Construction Management firms to assist the City's staff in providing Construction Management and Inspection Services for a wide variety of capital improvement projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: pump stations, lift stations, curb and gutter, sidewalks,pipelines,traffic signals,,structures,road rehabilitation, and bridge retrofits. In addition, the City anticipates consistent construction activity on City facilities, including fire stations, police department facilities and substations, community centers,beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits, 603 • new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects,the City is planning to utilize Design-Build(DB) and Progressive Design-Build (PDB) delivery methods for applicable infrastructure and facility projects. As such, the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and contractors, early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. Interested firms shall address in their qualification statements, their firms ability to provide the following services if selected by the City. The successful firm will be expected to provide these services for locally funded CIP projects. The City prefers those qualified firms assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and gutter, sidewalks, pipelines, structures, road rehabilitation,.reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 604 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings, product data; samples; submittal; purchases; materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates. A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information (e.g., logs,payment applications,working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system(PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project, preparing daily reports listing employee, labor classifications, hours worked and equipment on project,maintaining evidence of apprentices employed on the project, spot • checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information(RFI's). 12. Conduct weekly construction progress meetings with contractor, subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures, progress, problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city 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 fmal payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice'of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment,labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that,the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out,require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 606 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced, or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project. Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site,number and names of workers with hours on site,work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion. Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10. During the course of construction, maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements, reporting, and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon& State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates, benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a 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 countl 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 PM? or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code (CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must,submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding &Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches, and solutions to similar projects that would be undertaken by the City, and 610 detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CIP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major projects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year, locked, cost rate table, referencing the index in which increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.cfm 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 - Film 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 finns may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing consultants unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City may negotiate a contract with the next highest scoring consultant or withdraw the RFP. J. Business License - The Consultant will be required to have a valid City Business License. https://cins3.revize.com/revize/huntingtonbeachca/DocumentsBusiness/Licenses%20Pe1mits%20& %20CodeBusiness%20Licens e/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 IEXHIBIT A Pre-Qualification Form 614 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES ;.5.,��,�,;,�s1:=r..r=i:•F:;%Yi:i.i •ai--� �<<.P ...�:'.�'..,p:^��r.=v�:,.>•: <'E.= - -r,',: ?,z�_ '.•:�iS:.yS r.-e.r_:.+r-.:-,.,... zy.v�.. ti. _ :Jw y -,,.4, ;e";,:; a=Ln• l, "zJ:::.,;�ty:..i4�'S' .Ps,`.r.i.:.e•t 'r.'; ye*.•, .:>},:':ii`-'�'�Pr y: - ,a ".5 !ar ..,;•:>.: �,a .� i• .,i 7`. !wY,r,+.r,1.��s"7'?..: ,v}. ,s a `,', _��>= -;PR®�.. �hH Ya.:.i $�'ni_.Y<, �.` x L ;!' .•�r;:?,1{:';5:v...L aa...,,,:,{. r,,�: ,; ! v .syl',7,.., 1� .J,� ,.!£,�u;"�'';?a•.: ��. ai,:'R',.��,:.i�;'ki;.1. .1! `f'.zt-�:q�'�;en 5;,�'i+l;.MF t�d.�y.;^/.:"a: 'b„�:.vit'• >� i:,i,1...u<f�.- �35C.".. •"i2.,,tr. _ ;L..r..3r i4.�.,�.� .a. .•k','i'S k. ,rr.« .c:': ?y :a:» ,55 �.i3..�..R:,'h 1_Lt.;:�i, `�':ai,u,k,s}"rj.<.—.y"r`.!�,.`.l�.n„r1,Kdp_=�.,o.:«� ,�,. .��.;'•' .,,Yr',-r-��a'r .3a. ,f`sTK�"„'�;^y-t'*, �`G%.' ,�7,�..e,a, .•Y ,.1:'r.c. $.t,„„t.., ^'.a.: .,ra_*�..$:...:�;xy;>�i, .;F..• .,r=, ;,,,+�=,; - ..<•s.t `>"I'✓'.'.'>..�_��1 15:�<,•,a -� .x„� :�'C ,r..; r%`�-�S d..�, .�.i. .�:r.. .��;'G.r_av .��s: ,,.:; ;a;�'.cp�lp4"i'� .,rt, .>�,q: ',r�t.,r,, ::nj..q.y,:[�� ,,,, iJ.p,.;3•':y1,}�'± '-i• >.�1:..'^,�.�c",,,.`c^��3 :r»��. :;A�.,;i'ar,. :�`Y: ..,.;,.al rn., .�5�;,�i,, _ r.c�•,';JS.)_ :.�;,$t. "i!"3:?t::- r. .;i, .t:.,'.,.:c,,i�,�.r,':.a; .•r. ;J..:�:., ^rav - c:�s�p. .d .::t:r, :,+'�' :?F.�•'r � .r ;>-.i Yt 4V��:rGler '�.ns r: :�•�.-.�;eM,: .:..i,a;�'SLur..`..id.;:.»'eis�r�;:.n".::`.c'�;ai:.7...G'ss.-.'�-:�:_=.uv�:.:•il.:..o.'�`-.`.,:-'s•,-.....:r��L=.-�u afis:-i.�.>.tr?i d: v ".7:',v` 523�.�kW;.,rhi�i. -�'=:-y'."•.iY.'d•`�``ri,,,;x`'+q=r: � A. Construction Management Yes/No (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). (Initial) Consultant is able to provide the insurance as required(See Appendix C). • Finn Name: Firm Address: • Signature: Date: • • 615 I APPENDIX A I Vendor Application Form 616 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: NEW ❑CURRENT VENDOR Legal Contractual Name of Corporation: Contact Person for Agreement: Corporate Mailing Address: City, State and Zip Code: E-Mail Address: Phone: Fax: Contact Person for Proposals: Title: E-Mail Address: Business Telephone: Business Fax: Is your business: (check one) ❑NON PROFIT CORPORATION ❑FOR PROFIT CORPORATION Is your business: (check one) ❑CORPORATION LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION 617 Names & Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Federal Tax Identification Number: • City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 618 APPENDIX B Agreement as Drafted 619 Exhibit B — Draft Contract PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY,"and , a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to ; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE agree/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/surfaet/professional svcs mayor 5/19-204082 621 termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages,losses,expenses, demands and defense costs(including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of,pertain to,or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged agree/surfnet/professional svcs mayor 5/19-204082 622 to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. agree/surfnet/professional svcs mayor 5/19-204082 623 CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate agree/surfiiet/professional svcs mayor 5/19-204082 624 from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all agree/surfnet/professional svcs mayor 5/19-204082 625 approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same_in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach, CA 92648 agree/surfnet/professional svcs mayor 5/19-204082 626 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which agree/surfnet/professional svcs mayor 5/19-204082 627 the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of .services . contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event.suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. agree/surthet/professional svcs mayor 5/19-204082 628 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. agree/surfiiet/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 Huntington Beach City CouncilResolutionNo.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best's Rating of no less than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions 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 HB Muni Code 3.02. Services includes but is not limited to those-services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1) The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. BB Insurance Matrix revised 10-27-08 1 of 1 637 CITY OF HUNTINGTON BEACH /4#5tiTING p�\ RCA Contract 1-; ` =; Agreement Summary we OUNTY .1 GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT December 16, 2025 PW-Engineering • INSURANCE STATUS STAFF CONTACT(S) In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pinel CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $1,500,000 3-years VENDOR NAME+TYPE OF SERVICE MCK Americas, Inc. will serve as an on-call professional specializing in construction management and inspection. Consultant will serve as construction managers and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. EE3CITY OF HUNTINGTON BEACH 919 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND MCK AMERICAS, INC. FOR ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and, MCK AMERICAS, INC., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Stephen McDevitt who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/392241 1 of 12 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on 12/l(p , 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed One Million Five Hundred Thousand Dollars ($1,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/392241 2 of 12 compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS,ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall 25-17168/392241 3 of 12 apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 25-17I68/392241 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 ($1 0,000.00) 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 25-17168/392241 5 of 12 of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. 25-17168/392241 6 of 12 CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at.any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY, become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 25-17168/392241 7 of 12 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach MCK Americas, Inc. ATTN: Director of Public Works ATTN: Stephen McDevitt 2000 Main Street 150 Executive Park Blvd., Suite 2150 Huntington Beach, CA 92648 San Francisco, CA 94134 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. 25-17168/392241 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 25-17168/392241 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. 25-17168/392241 10 of 12 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has • the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 25-17168/392241 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. CONSULT , CITY OF HUNTINGTON BEACH, MCK A , INC.` a municipal corporation of the State of California By: ilty Manager print name ITS: (circle one)Chairman/ eside ice President INITIATED PROVED: AND ( Director of Public Works By: crei4 4.,- D4.-0.AZT/F ' APPROVED AS TO FORM: S4CV• M c ems, tt print name ITS: (circle one)Secretary/Chi Financial O /Asst. TA/ Secretary—Treasurer j.- City Attorney Date t°I L 7 z� RECEIVE AND FILE: ‘14-att416 AVIAK City lerk Date 1 M12l-il 25-17168/392241 12 of 12 EXHIBIT A 1111 CONSULTANT FIRM MCK AMERICAS, INC. 201 CONTINENTAL BLVD MCK EL SEGUNDO, CA 90245 818-732-8057 CITY OF HUNTINGTON BEACH ON -CALL CONSTRUCTION MANAGMENT, MATERIALS TESTING, AND INSPECTION SERVICES PROPOSED SERVICE CATERGORIES: (A) CONSTRUCTION MANAGEMENT (C) INSPECTION AGENCY PROPOSAL CONTACT PROPOSAL DATE PUBLIC WORKS FERNANDA MIRANDA JUNE 13, 2025 DEPARTMENT, CITY OF FMIRANDA®MCKINC.NET HUNTINGTON BEACH 927 TABLE OF CONTENTS A COVER LETTER PG. 1 B VENDOR APPLICATION FORM PG 4 C PRE-QUALIFICATION FORM (EXHIBIT A) PG. 7 D SERVICE CATEGORY PG. 9 I FIRM QUALIFICATIONS PG. 9 (1)FIRM CAPABILITIES PG. 9 (2)KEY PERSONNEL PG. 10 (3)AGENCY REFERENCES PG. 15 (4)BENEFIT TO THE CITY PG. 19 (5)DESIGN-BUILD EXPERIENCE PG.20 (6)RESUMES APPENDIX II PREFERRED STAFFING PG. 23 III UNDERSTANDING & METHODOLOGY PG.24 E RATE SHEET UPLOADS APPENDIX PG.28 I sa . ,_ „ tr — +a "-, »r?S .ays j ,''''.` ti C e r , i ,Z,�.2,7! o emu, a $ kab°r, q n c �e x ° c . t ti eiNs ,,,,p,Ii..,,,?:„.:11V xzi,t,,,,,,:N1,14,A;„,s.k7.4.441,,,21;54:144;Vitt 3-vi41.15.47:5: 1:47404.*19iNit,73,r-4-Vi,..,:e%,,p ii"-y4m=ii.*','- 11N.41,.4;%k,f.nZ,4•7k44,14,i1V1tr1,:;i1A4:Ei,tl4 oik„ •i4,i —N!',e1 ''-:&3;'N , ,fig: r' �'j :. " ' 4444;.r,t"1 t. '� ipie A t'/ ,t• ,e'.4.y�4 f g 1 vx '',4.'4rd•*t"t.1>'^Y'.',;Y',P'r''I'4;I'X'-..,.')-'':(''4',' c- yam, " 5" i , x a r, . .L ;Ak *n r g 4 ,� t s 1'eery tui , y` ". ,s it.X e'K�'-,,.4t,',5.'41V',kAx t W' `Ry "7V4.N ,'0y,N:it;.,:,,.:44'',,4I70t*411i 30Z".." bt m " 4*6, t xi.`.. t. ,: i, r ar P ,„4' „,t,, �e d =..ak ., �a r 1,0 f•, p,+ r p, y ,r ,'"• �, , gad �sc`S''4 t , 5 .i°'. 'S37a:. .' -"N 4 a4 `9e 4 ,v,P 4x ,a,*Fr. . ..e; ��. , '� x M}t veR ? st ��, r�', ,.1.;� l,�ii• � �'� V �. r e3% 4 xt abk '"-d j F. • • g. , .n -. .�A t ", ,� +` . ~w+ rm� r* 'D , �4 t tea, �r A .--. . „. COVER LETTER . .....r i,.—r'',c Ai-7",,is/7.), 929 COVER LETTER City of Huntington Beach Public Works Department 2000 Main Street Huntington Beach, CA 92648 RE: RFP FOR ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING AND INSPECTION SERVICES Service Areas: A. Construction Management and C. Inspection MCK Americas, Inc. (MCK), is pleased to provide this proposal for service categories A. Construction Management and C. Inspection.Thank you for getting to know us and learning about our team's unique capabilities. We are impressed with the commitment Huntington Beach has made to the City's capital improvement projects and your 192,000 residents and millions of visitors. Within this proposal you can expect to learn about our team, our history of similar projects, our approach, and our strategy for handling on-call contacts. We understand the City of Huntington Beach desires to contract with firms to provide on-call services for project scopes such as traffic signals, pump stations, curb and gutter, sidewalks, pipelines, structures, road rehabilitation, reservoirs, and bridge retrofits. MCK holds, or has held, nearly 25 on-call contracts in the last few years so we are well-experienced in how to handle as-needed services in similar areas and project types to ensure the City's needs are met, budgets are not exceeded and schedules stay on time. MCK is currently working with the City of Huntington Beach on the switchgear replacement and redesign of the Central Library as part of an on-call contract and would love to be able to continue working with staff and in the region. MCK has extensive experience in all types of public works and capital improvement projects all over Northern California and Southern California. If selected for award,your contract will be managed by our Southern California team of Project Managers and support staff who are located at 201 Continental Blvd., Suite 230, El Segundo, CA 90245; Ph: (818)732-8057. Despite our regional sprawl and growing staff,we have remained a small-to-midsized, nimble firm,easily able to pivot at a moment's notice. We're free from bureaucratic constraints that come with working with a large firm which we've shown on our current contract with the City and would provide that same level of service and flexibility as well as direct contact with MCK's President who has over three decades working in the industry. MCK AMERICAS INC. ( www.mckinc.net 1 NICK 930 COVER LETTER Additionally, MCK understands the City's desire to retain a firm experienced in Progressive Design Build (PDB)delivery methods which MCK has been providing since 2015. We've added to the team at benefit of the City, subconsultant, Tricertus LLC who has worked on private and public projects all over Orange and Los Angeles Counties. Tricertus LLC is headquartered in Glendora with a regional office in Long Beach and they are familiar with City Standard Specifications& Plans and will be offering CM support. They have a vast history of roads, bridges, and street work that will compliment the team. Thank you for getting to know us and learning about our team's unique capabilities. Please enjoy the enclosed proposal, and do not hesitate to contact me at(818)732-8057 for any reason. Brendan McDevitt, President MCK Americas, Inc. 201 Continental Avenue, Suite 230, El Segundo, CA 90245 Ph: (818)732-8057 Email: bmcdevitt@mckinc.net CONTACT&AUTHORIZED TO BIND FIRM MCK AMERICAS INC, I www.mckinc.net 2 \ICti 931 Y . ,."*,,;; : ,,,t, ' ,,, `%'- „ 0: "'"'.--I''1.4'.,--,:''‘. . _,..4, „.-- , „,,..„ 1121 EB flit HAPPY V1 EY,. XTION FORM 932 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑NEW XURRENT VENDOR Legal Contractual Name of Corporation: MCK Americas, Inc. Contact Person for Agreement: Brendan McDevitt Corporate Mailing Address: 150 Executive Park Blvd., Suite 2150 City, State and Zip Code: San Francisco, CA 94134 E-Mail Address: bmcdevitt@mckinc.net Phone: (415) 656-3264 Fax: NA Contact Person for Proposals: Stephen McDevitt Title:Chief Operations Officer E-Mail Address: smcdevitt@mckinc.net Business Telephone: (415) 656-3264 Business Fax: NA Is your business: (check one) [NON PROFIT CORPORATION XOR PROFIT CORPORATION Is your business: (check one) XORPORATION ❑LIMITED LIABILITY PARTNERSHIP ❑INDIVIDUAL ❑SOLE PROPRIETORSHIP [PARTNERSHIP ❑UNINCORPORATED ASSOCIATION 933 Names& Titles of Corporate Board Members (Also Iist Names & Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Brendan McDevitt President/Chairman (415) 656-3264 Marianna McDevitt Secretary/Treasures (415)656-3264 Jordan McDevitt Board Member (415) 656-3264 Stephen McDevitt Chief Operations Officer/ Board Member (415) 656-3264 Federal Tax Identification Number: 94-3367252 City of Huntington Beach Business License Number: Currently Attaining (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: Currently Attaining _ . 934 CPRE - QUALIFICATION FORM ( EXHIBIT A) PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING? Y/N (circle) A. Construction Management No SM(Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). SM (Initial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: MCK Americas, Inc. Firm Address: 201 Continental Blvd., Suite 230, El Segundo, CA 90245 Signature: Date:June 13, 2025 936 1::0 SERVICE CATEGORY - • 000640, of 'i; I. FIRM QUALIFICATIONS t:, .i .ri i=, .y.,. ` v , s I bawd i The following supports our qualifications for both service caterogies A) Construction Management and C) Inspection. Our firm experience, including projects and staff, include scope items that support both construction management and inspection services. (1) Firm Capabilities INTRODUCING MCK TRICERTUS MCK Americas Inc. (MCK)was founded in 2000 and Tricertus, LLC is a DBE/SBE-certified consulting firm is organized as a Project/Construction Management specializing in program management, construction group, performingall aspects of project delivery, and management, project oversight, and other services. g p' P p ry' Tricertus provides technical expertise and advisory a Project Controls group, performing Cost Estimating, services to public and private sector clients, helping them Scheduling, Constructability and Alternatives Analysis. deliver successful projects with a focus on cost, schedule, Consistent with MCK's overall management philosophy, and quality control. Tricertus'core services include both groups work closely and support each other.The Controls group consists of staff that have worked for large construction inspection, estimating, scheduling, project General Contractors, bringing a high level of accuracy and controls,and claims analysis, as well as litigation support, reliability to estimates and schedules.The PM/CM group forensic accounting,and expert witness testimony. The has an emphasis on Project Administration, Construction firm has worked on roads, bridges,transit,airport, and public facility projects. Relevant projects include serving as Logistics, Inspections, Activation and Commissioning, part of an On Call for Construction Management Services Quality Control, Closeout and all tasks related to delivering with the Port of Long Beach on Pier B, serving as part of a project from tip to tail. MCK in-house staff includes registered professional engineers, licensed contractors, an On Call for Project Controls services with the Port of Long Beach, serving as part of an On Call for Estimating project managers, construction managers, construction inspectors, field engineers, office engineers,document Services with the Port on Long Beach on Pier B, LA Metro control/administration, claims specialists, schedulers,and - Southwestern Yard, LAX - Midfield Satellite Concourse and Caltrans- Highway101 - Carpinteria to Santa Barbara a full-service cost estimating team. projects. Iii MCK AMERICAS INC. I www.mckinc.net 9 MCK. 938 (2) Key Personnel Tania Gharechedaghy, PE, PMP, DBIA Brendan McDevitt, PE I Construction Construction Manager I MCK Manager I MCK Tania has 20 years of industry experience serving as Brendan McDevitt is a licensed Professional Engineer and Program Advisor and Program Executive. Her extensive General Engineering Contractor and is the President and experience spans across multiple product types such as CEO of MCK. Brendan has over 30 years of experience P public and private real estate and tenant improvements, managing large multi-discipline teams on complex aviation, civil, manufacturing, and entertainment. She programs and projects for public and private agencies. specializes in strategic startup and execution of complex Brendan is the former Division Manager for the San and projects of all sizes.As a long-time public Francisco Clean Water Program Construction Management programs g g g owner, her expertise includes advising owners on project Bureau, so he understands the complexities and needs of delivery method selection,team structure,and overall public agencies. Brendan has worked for large engineering tactical program framework, as well as developing the and construction services firms leading pursuits in project tools and teams for successful implementation. buildings, entertainment facilities, water/wastewater, Tania has a BS in Civil Engineering from Santa Clara heavy civil and industrial, recreation& parks, large and University, a BA in Engineering from Saint Mary's College small-bore pipelines and tunnels, environmental,waste and she completed her Project Management Professional management, land development and transportation Program at San Francisco State University. She also projects. Relevant to this possesses her Professional Engineer(PE), California Board project, he has served as the Project Manager for SFO's for Professional Engineers, License No.75859, Project $83M,136,000 SF Consolidated Administrative Office Management Professional (PMP), Project Management Building project; Principal In Charge for SFO's$237M, Institute, Certificate No. 1662451 and Design-Build 351-room,12-story high rise Grand Hyatt Hotel Project; Professional(DBIA), Design-Build Institute of America, Resident Engineer for SFPUC's Treasure Island Water Certification No. D-3216. Tania's local project experience Resource Recovery Facility; Executive Advisor for the includes serving as Terminal Delivery Director for the Golden State Warriors San Francisco Arena Development $1.7B Terminal 5 Renovation and Redevelopment Program Project; Resident Engineer for TJPA's Transbay Transit (Progressive Design Build and CMAR)at Los Angeles Center Project; and Project Manager for the construction World Airports and owner's lead Project Manager for the of AT&T Park. Brendan will be available to the City at all $1B+ SFO Terminal 3 West Modernization (Progressive times and will ensure all expectations are being met and Design-Build)and supported the Project leadership and exceeded by the team. stepped in as lead Project Manager for the SFO Courtyard 3 Connector(Progressive Design-Build). She is a Design- Build expert specializing in Progressive Design Build for major infrastructure projects in California. II a MCK AMERICAS INC. I www.mcklnc.ne# 10 I\iC 939 Keith Ulinger J Construction Manager I Nate Gavzy I Construction Manager I MCK MCK Keith Ulinger has over 33 years of experience as a General Nate Gavzy has over 17 years experience in construction Contractor and Project Manager. His experience ranges management, project controls, inspection, and field engi- from infrastructure, utilities,offices, aviation, retail neering gained on a variety of multi-million-dollar public complexes, stadiums, arenas,schools,federal facilities, and private works projects. Nate is an expert in Construc- residential, water/wastewater, parks and indoor sports tion management software,which he has helped to imple- facilities. He is well-versed in all types of contracting ment at multiple public agencies. Nate has held roles such methods, preconstruction services including costing, as Project Controls Manager, Resident Engineer, Change value engineering, constructability and the development Order Manager,and Field Contract Administrator. His of bid/trade packages. He is a self-motivated, results- responsibilities have included oversight of inspection and oriented team leader,conscientious and detail-oriented. testing consultants, enforcing code and permits require- He is experienced in managing multi-faceted project ments,specifications and materials compliance, contracts management teams,setting effective priorities and administration, budget and change management, invoice achieving both immediate and long-term goals, ensuring reviews, reporting, manpower and equipment estimating, smooth workflow and without fail meets all deadlines. and reviewing submittals, RFIs and as-builts. Nate has Keith is a collaborative leader skilled at fostering served as Field Contract Administrator/Project Controls relationships between all stakeholders to streamline for the construction of the Treasure Island Water Resource communication, minimize conflicts, and optimize Recovery Facility; Project Controls Manager for the con- project schedules. Keith's relevant projects include struction of SFO's Grand Hyatt Hotel project and Con- serving as Project Manager for the City and County of solidated Administrative Office Building project; Project San Francisco Federal Building, San Francisco County Manager/Project Controls Manager for the construction of Jail No.3 Replacement, large indoor facilities including Terminal 1 at Napa County Airport;as well as many other Chase Field in Arizona, Talking Stick Resort Arena,as large utility,water,and wastewater projects and buildings. well as corporate headquarters, hospitals, a campus for Billy Boidock I Construction Manager J Apple,the Salt River Facilities and many more. Keith's MCK roadway experience includes serving as Project Manager/ Billy has served as Project Manager, Construction Manager, Construction Manager on the South McDonnell Roadway Controls Manager and Inspector for projects relevant Realignment Project, part of the SFO Airport Hotel Capital to this pursuit including focus on tenant improvements, Program, and NDOT's Spaghetti Bowl Express, as well offices, public amenities, MEP, water/wastewater, solar, as many water/wastewater/utilities projects. Keith has susfainability and building code compliance. Billy is a B.S. in Construction Management from Arizona State currently serving as Construction Manager for East Bay University and certifications in OSHA 30 Hour and USACE Municipal Water District's Occupied Facilities Program,the Construction Quality Management. He's well-versed in CM Consolidated Administration Office building and Terminal Software, in particular Unifier, Procore, and Kahua as well 3 West Modernization building at the San Francisco as Microsoft applications, HeavyBid and Blue Beam. International Airport. Additionally he spearheaded the Golden State Warriors Arena Capital Improvements which consisted of the Warriors Owners Lounge renovation, MCK AMERICAS INC. I www.mckinc.net 11 940 team store,and several other amenities. He is experienced Diego, CA($3B)where he served as Lead Construction in managing multiple project management teams on Manager on the first phase of a 20 year redevelopment of multiple projects at one time, setting effective priorities the Riverwalk Mixed-Use Community. This massive scale and achieving both immediate and long-term goals, mixed use development included 4,000 new market rate ensuring smooth workflow and meeting all deadlines. apartment units, 100K sf of retail space,1M sf of Class A Tom Bosley I Construction Manager I office, park space, a new Metro stop and restoration of MCK the San Diego River and associated wetlands. Raceway Tom has over 20 years of industry experience overseeing Industrial, North Las Vegas, NV($62.4M, 2019)where large construction projects,with emphasis in MEPF, he served as Lead Construction Manager for this$62.4M, DDC, FLS, special systems and utility coordination. 680k sf ground up logistics data center.This industrial Tom's primary responsibilities include managing design project provides a cross-dock distribution building with professionals and general contractors, budgeting, bidding, secure truck courts and ample trailer parking. permitting, document control, change management, Matt White I Scheduler I MCK schedule maintenance and project closeout for multiple Matt White is a seasoned Project Controls and Scheduling platforms including high rise office, industrial/logistics Expert with over 20 years of experience delivering centers, professional sports facilities, multifamily and project controls, schedule management, dispute mixed-use projects. In addition to trade school where resolution, and claims support for over 100 domestic and he learned multiple building trades, he served a State international projects. His work spans diverse sectors, administered apprenticeship program and earned a Master including buildings, renovations, airports, highways, Electricians License in both Colorado and Wyoming. Tom schools, correctional facilities,water treatment plants, also attended Red Rocks Community College in Golden power plants, environmentally sensitive projects, and oil Colorado to study HVAC & refrigeration systems, DDC refineries. Matt has extensive experience performing and systems,fire/life safety systems, process controls and leading teams in schedule development, delay analysis, access controls,further enhancing my special systems and claims evaluation,supporting contractors, owners, expertise. Tom's relevant project experience includes: architects, engineers, and surety companies during West Edge, Los Angeles, CA($320M)where he as litigation, mediation,and arbitration processes. Some Lead Construction Manager on $320M LEED-certified relevant projects Matt has worked on include Grand Hyatt commercial office space, 600 Type 3A multi-family Hotel at SFO, Consolidated Administration Campus Phase residences and 80K sf of retail space over 3 levels of I Building at SFO, Terminal I Renovation at Napa County subterranean parking. The project included demolition, Airport, Various School Project Renovations with the San remediation of contaminated soil, excavation,temporary Rafael School District, Corcoran State Prison and Facility dewatering,and construction of 780K sf transit oriented Expansion with Hexcel Corporation. mixed-use space. Riverwalk Mixed-Use Community, San id MCK AMERICAS INC. I www.mckinc.net 12 MCK 941 Ricardo Rodriquez I Construction of scheduling quickly and brings to the table a valuable Scheduler I Tricertus perspective required of good schedulers. Engel is a great Ricardo Rodriguez is a Senior Managing Consultant at team player and possesses excellent organizational and Tricertus. He has had various construction consulting roles managerial skills,which enable him to efficiently lead including claims and damages review, schedule reviews, and supervise crews on the field and communicate with forensic scheduler, project management, construction superintendents,project managers and field personnel. management,estimates review, change order reviews, Some relevant projects Engel has worked on include and document management for projects in the United Alamitos Battery Energy Storage System 2 in Long Beach States and Canada. His construction experience consists and Huntington Hospital Pharmacy in Pasadena. Engel has of project management; schedule preparation and expertise in P6 Software and other scheduling tools. analysis; schedule delay and acceleration analysis; James Weber I Construction Inspector contract document assessment; change order and MCK contract compliance; and defective testing. Some relevant James Weber has 27 years'experience and a focus on projects Ricardo has worked on include San Bernardino electrical work for the top three electrical contractors in Municipal Water District, Facilities Relocation P1 in San the country. He served as estimator, inspector, and other Bernardino, Contra Costa Transportation Authority, key roles including services on numerous wastewater SR4 Mokelumne Bike Trail/Pedestrian Overcrossing in and treatment facilities in the San Francisco Bay Area Brentwood and Contra Costa Transportation Authority, and Southern California. As part of estimating any I-680/SR 4 Interchange Improvements- Ph 3 in Contra water facilities the following components are always Costa. Ricardo has expertise in P6 Software and other factored in: low voltage systems(i.e. fire alarms, security, scheduling tools. communications, etc.), SCADA systems installation from Engel Gaeta I Construction Scheduler I concept to construction, high voltage 15kV and higher Tricertus systems for incoming power, redundancy power and Engel Gaeta is an accomplished,well-organized,and low voltage systems(i.e.transfer switches,generators, bilingual Scheduler. He started in the field and had emergency lighting systems, back-up feeders to motors 14 years of experience in the construction industry, and pumps,automatic transfer switches), low voltage specializing in building foundations and concrete work electrical systems 12kV and lower, and related switchgear such as frost walls,stem walls, and structural designs and transformer work. James is presently working for underground parking. Engel is utilizing his field with the City of Huntington Beach under an On Call experience and pivots to perform professional scheduling contract for Electrical inspection services and is presently tasks. With 1 year under his belt as a scheduler, his vast performing electrical inspection services to the switchgear experience enabled him to absorb the intricate knowledge replacement and 5KV redesign on the Central Library. MCK AMERICAS INC. I www.mckInc.net 13 Alas. 942 Al Cochran I Construction Inspector I for EBMUD. Al is well versed in several construction MCK management software programs such as Procore, CM13, Al has over 30 years of civil, electrical and structural Bluebeam, BIM 360, Prolog, Primavera and Kahua. inspection experience related to buildings,water, Stephen Bennett I Construction wastewater, roadways, underground utilities, Inspector I MCK environmentally sensitive projects and more. He has Stephen Bennett has over 30 years of experience in recent experience as a lead inspector, as well as managing the construction industry and is skilled in all aspects of large multi-discipline teams, prime contractors, designers electrical and mechanical engineering concepts, complex and specialty consultants on public works projects. Al has job execution and troubleshooting of projects through provided inspection services for roadwork, public facilities, completion. His experience includes supervisory/ wastewater, pipelines and flood control,transit projects, foreman duties leading crews, mentoring the labor force, and more. Relevant projects include the Consolidated working closely with the owner and engineers to expedite Administrative Office Building, South McDonnell Road any design issues encountered in the field, interfacing Realignment and Grand Hyatt Hotel projects at SFO with state inspectors and ensuring that all jobs meet where he served as Senior Inspector. He has provided state regulations, reading blueprints and drawings, and inspection services for SFPUC's Bay Corridor Transmission ensuring that all deadlines are met. Stephen is presently Distribution, MEP and site improvements for California working with the City of Huntington Beach under an Department of Corrections Healthcare& Prison Facilities, On Call contract for Electrical inspection services and construction of a 134-unit house complex(Shirley served as Electrical Inspector for the Gothard Restroom Chisholm Village),and multiple water/wastewater projects Improvements project. ,.. Via, 1` p.lplt r' MCK AMERICAS INC. I www.mckinc.net 14 NICK 943 (3) Agency References for the$23M park project. While also sewing as the full :c`M PROJECT, . 5 service Construction Manager, MCK was responsible for AN4,:IFLES D t' I ``L_ AIRPORT, "OS the Design Management, Bid Package Preparation, Award & Execution of the 30-acre OCGP Western Sector Park Project Description: As part of the$1.7B Terminal Development Plan 2012 Capital Improvements, which Development Improvement Program at LAX, MCK is consisted of a new Visitor's Center,the South Lawn and providing project delivery services(project management, Timeline West,four LED lighted championship-level design management, ORAT coordination)for the Terminal soccer fields,two made of artificial turf,four basketball 5(T5) Renovation,which is expected to complete in courts and a marked'o in route. Construction included record time ahead of the 2028 Los Angeles Olympics. jogging g a 2,200 square foot operations building designated for The project includes the demolition, reconstruction and restrooms and park operations,turf lawn areas complete renovation of the 15 gate terminal and the reconstruction with benches, picnic tables, large-scale chess boards and of the aircraft apron surrounding T5. Facility improvements table tennis. MCK led the design and construction of the will improve the user experience, energy efficiency, and revolutionary storm water capture and reuse concept meet current safety and seismic standards. which won the ENR Magazine project of the year award, Staff: Tania Gharechedaghy is serving as Terminal Delivery the Stormwater Solutions magazine Top Project award Director, Madeline Jones, Project Manager III and Ann and the American Public Works Association 2013 Project Thorvik, Project Manager III of the Year in Southern California. The development Dates: October 2024 Ongoing included two reflecting ponds,four storm water capture ORA Hs El 41,0u ` '.CIFIEAT PARK, and reuse ponds with associated collector, UV Treatment VI N Cip and pumping systems, irrigation and planting, site and Agency Primary Contact: Michael Ellzey, Chief Executive pathway lighting, bio-swales and drainage features, Officer, (760)285-2215, mellzey®sunnylands.org parking lots and roadway construction. Project Description: Formally known as the El Toro Staff: Brendan McDevitt, Project Manager and Nate Marine Corps Air Station from 1943-1999,the 1,200-acre Gavzy, Project Controls land was transformed into the Orange County Great Park. Dates: 2010-2013 MCK served as the Program Manager and Chief Advisor MCK AMERICAS INC. I www.mckinc.net 15 MCK 944 the roadway and airfield were still actively operational. Construction services included relocation and installation Agency Primary Contact: Michael Ellzey, Chief Executive of new utilities, construction of new and interim roadways, Officer, (760)285-2215, mikeellzey@a gmail.com sidewalks and gutters, installation of noise and jet blast Project Description: The$15M renovation consisted resistant security fence, construction of new AOA of completely transforming the library and museum pavement specific to the Federal Aviation Administration exhibits into a modern presidential library, with updated pavement design standards and paving for the new technology, interactive displays and participatory learning Grand Hyatt Hotel building and valet parking lot. MCK experiences. Lighting was a key component to the provided construction management services including electrical scope of this project. Advanced lighting fixture design reviews, construction logistics and field inspections P g g g controlsystems specifications and dimming maximized to ensure the project met all FAA standards and the use of track lighting at wall and floor displays. Clean requirements as defined in the FAA Advisory Circulars. Power was required for all display power and digital sound The project completed on time and within budget allowing equipment, in order to achieve this,an isolated grounding for a positive start up to follow on projects. type transformer with dedicated power distribution was Staff: Keith Ulinger, Project Manager, Nate Gavzy, Project provided. After a ten month aggressive construction Controls and Billy Boidock, Office Engineer schedule the library and museum opened to the public. Dates: 2017-2020 McDevitt Project Manager Staff: Brendan Dates: 2015 2016 OCCUPIED FACILITY PRCOECT, EAST BAY MUNICIPAL WATER DISTPICT, OAKL.da►ND, CA :SOUTH MUx)NNELL i oAU REALIGNMENT, 5 C) INTERN,ri TONAL Agency Primary Contact: Maura Bonnarens, Senior Civil AIRPORT, SAN FRANCISCO, CA Engineer, (510)287-1023, maura.bonnarens®ebmud. v Coverson, Project Primary Contact: Lovell Co erso , corn Manager- RETIRED, (510)426-1472 Project Description: MCK is currently providing Project Description: MCK provided Project Management construction management and inspection services to the Support Services as Prime JV PM/CM for the Plot 2 East Bay Municipal Utility District for an Administration Aircraft Parking Reconfiguration and South McDonnell Building(AB) Fiber Optic Backbone Replacement project, . located at the District's main Administration Building. Road Realignment Project,which re-aligned a segmentg of South McDonnell Road westward to capture additional The second project is the Adeline Maintenance Center Air Operations Area (AOA)space(airside project)to allow (AMC)Administration Building(AB) Heating, Ventilation for larger aircraft parking at two existing terminal gates and Cooling(HVAC) Replacement project, located at and provide additional remote aircraft parking spaces. By the administration building at the AMC campus. The allowing larger aircraft at the gates and providing additional construction for the AMC AB HVAC Replacement project remote aircraft parking spaces, airline operational is estimated to cost$3.5 million. efficiency and safety were greatly enhanced. This active Staff: Billy Boidock, Project Manager transportation facility project was a construction manager/ Dates: 2024- Ongoing general contractor delivery method and completed while MCK AMERICAS INC. I www.mckinc.net 16 945 PARAEASE PUMP STATION, TOWN OF CENTRAL Y S CORTE MADERA, :CORTE MAOERA, CA PEN.ACEMENT, CITY OF Agency Primary Contact: Fernanda Stefanick, Project Manager, (415)927-5792,fstefanick®tcmmail.org Agency Primary Contact: Max Olin, Capital Project Project Description: The$6M Paradise Pump Station Administrator, City of Huntington Beach, Public Works Rehabilitation Project consists of installation of new Department, (714)536-5518, Max.Olin®surfcity-hb.org pumps, discharge piping,valves,flow meter, supports, Project Description: MCK coordinated electrical anchorage, VFDs, programmable logic controllers, backup engineering, AutoCAD drafting, and provided construction pump controller, valve vault, access hatch, ventilation administration services to the City of Huntington Beach improvements,gas system monitoring improvements and under an On-Call Inspection Services contract in support lighting. The work also includes erosion control,temporary of the replacement of the electrical service entrance bypass pumping, potholing, dewatering,wetwell coatings, equipment "MSB". 1,600A, 480Y/277V, 3PH, 4W, drywell floor coatings, stair drain line replacement, 35kA within the Central Library located in Huntington bypass pumping connection,future parallel force Beach. The existing gear was damaged and remained de- main connection, chemical injection system hardware energized. Temporary electrical equipment was set-up improvements, chain-link gate installation, surge tank and put in operation by-passing the existing equipment. drain line installation, asphalt resurfacing and other related The new gear was designed to replace the existing gear work. This project will rehabilitate the PPS to provide within the same footprint as feasible. reliable pump operation and continuous uninterrupted Staff: James Weber, Inspector and Fernanda Miranda, sewer conveyance, which is a mandated responsibility of Document Controls the District. MCK will provide full inspection,construction Dates:2024- Ongoing management, and material testing services. Staff: Nate Gavzy, Project Manager, Dan Anderson, Inspection, Deborah Hart, Resident Engineer and Matt White, Scheduler Dates: 2024- Ongoing MCK AMERICAS INC. I www.mckfnc.net 17 946 UPPER Nort CH PIPING PROJEtrt find and utilize detour routes. The project was scrutinized .L DORADO IRRIGATION isTRI , by the public for over 40 years and the 16 month POLL POLLOCK PINES, rA construction schedule was completed with no incidents Agency Primary Contact: Kailee Delongchamp, EID or issues with local residents. We pushed the contractor Associate Engineer, (530)642-4078, kdelongchamp® for accurate scheduling that allowed us to update website eid.org information and notify residents with plans of advance Project Description: MCK provided construction notice and courtesy. management services including Construction Manager Staff: Nate Gavzy, Project Manager and Brett Kerby, and Inspection on this$11M piping project which conveys Construction Inspector water from Forebay Reservoir to the Water Treatment Dates:2020-2022 Plant in Pollock Pines, CA. The project constructed a 42-foot pipe within district easements on private property TRICERTUS PROJECT as well as on public roads. MCK's Nate Gavzy and Brett HORSE TRAIL Kerby, proposed on this project as well, were primary roles CIVERCROSSING, CONTRA 't._ on this piping project.The upper main ditch transports RANSPORTAT1ON AOTHORIT` SAN CA water from the Forebay Reservoir to the Reservoir 1 Water RAM ` N' Treatment Plant.The ditch is approximately three miles Agency Primary Contact: Ivan Ramirez, Director of in length.The project replaced this open conveyance with Construction, (415)694-3945, iramirezQa ccta.net a 42-inch welded steel or concrete cylinder pipe.The Project Description: Tricertus is providing CM services for project alignment installed pipe within private easements the construction of two bridge projects that will improve in portions of the ditch and cross-country sections, and bicycle and pedestrian access and safety along the Iron Public Right of Way in portions of local roads. The pipeline Horse Trail. Tricertus responsibilities included a general has the capacity to deliver 40 cubic feet per second,the review of the PSE documents to understand the project maximum flow available from Forebay Reservoir.Tasks scope for the purposes of developing a baseline schedule. included staffing the project,overseeing staff, coordinating Tricertus responsibilities include attending Risk Register with contractor, district and all stakeholders as well as and negotiation meetings with all parties involved including several construction management tasks.MCK is aware of Caltrans, the Contractor, and the ICE team.Tricertus' the frustrations that can arise from the community when responsibilities also include preparing and\independent working in proximity to any residence. We know from cost estimate to help the Authority negotiate a reasonable experience that the public's reaction to the project will and fair price for the construction of this project. be aimed at the District. In most cases their frustration Staff: Chen Lau, Ricardo Rodriguez,Johannes Masehi, arises from lack of project understanding and the length of John Grigorian, and Jazmine Sanchez time to complete the work. In order to avoid any potential Dates:2023-2025 conflict with the residents, MCK printed door hangers We understand the City of Huntington Beach, Public and installed additional signs along the alignment clearly Works Department is issuing contracts for work to be identifying and allowing vehicular traffic adequate time to performed on an as needed basis for a variety of capital improvement projects. MCK AMERICAS INC. I www.mckinc.net 18 C 947 (4) Benefit to the City MCK has held over 25 on-call contracts delivering projects Ness Avenue, enhanced traffic signals, hardware and of all types and sizes. MCK understands the complexity software, new transit vehicles, dedicated transit-only and benefits of as-needed contracting. We have the ability lanes, sidewalk extensions, crosswalk enhancements, to always respond to the City's requests for services in a overhaul of emergency fire fighting system that provides timely manner and successfully administer full and part- water to hundreds of fire hydrants,an electrical duct time on-call assignments. MCK staff are accustomed to bank and streetlight/pole replacement. The project both flexible short-term and long-term assignments. also included replacing more than 22,000 ft of 150 year We are skilled at pivoting to support the priorities of old water main and upgrades to the underground sewer our clients, with full regard to quality and urgency on system. Under our Marin County On-Call CM for Capital every task.This team also has a track record of success Improvement contract MCK oversaw the Civic Center in supporting clients at the program management level, Roof Washing Project. These references highlight some ensuring agency goals are met and providing consistency of our relevant On-Call experience that would benefit the between projects. Our reputation is backed by the City of Huntington Beach. A partial and current On-Call list endorsement of our clients who turn to MCK to provide is provided below. exceptional and dependable service. Past or Current On-Call Contracts Held by MCK is presently working on the City of Huntington MCK (partial list): Beach On Call Electrical Inspection contract where • City of Huntington Beach On-Call Electrical Inspection • James Weber is providing electrical inspection services Port of Long Beach On Call Project Management for the switchgear replacement and 5kV redesign on the Services • Central Library. Stephen Bennett also performed electrical West County Wastewater District • inspection services for the Gothard Restroom under this East Bay Municipal Water District(EBMUD) • same contract. MCK presently has two task orders with San Francisco Public Utilities Commission (SFPUC) the Port of Long Beach On Call Project Management • San Francisco Department of Public Works(SFDPW) Support Services. Similar to this Orange County and Los • City of Pacifica Public Works Department Wastewater Angeles County work, MCK won two generations of the Division • San Francisco Public Utilities As Needed Construction City of Burlingame Public Works Department • Management contracts and performed over sixty task County of San Mateo Department of Public Works • orders combined. Many of those tasks orders consisted City of San Bruno Department of Public Works • of pipeline, pump station,water/wastewater, utilities of County On Call CM for Capital Improvement and street work projects. Our staff reference in this Projects • proposal, Nate Gavzy, Keith Ulinger and Billy Boidock County of San Mateo CM General Facilities • worked together performing claims investigations on Santa Clara County CM for Various Projects the Bay Corridor Transmission Distribution Phase 1-3 MCK would be flexible,available and steadfast when it projects which were recently completed in 2024 and were comes to serving the needs of the City. Requests could valued at$130M combined. Under this same contract range drastically in need and duration and potentially MCK performed inspection services for the Van Ness with short notice. Through each of the unique as needed Bus Rapid Transit Project which included repaving Van MCK AMERICAS INC. I www.mckinc.net 19 948 contracts MCK has held over the last decade, we've project exceeds goals and expectations. Since we have learned how to manage on-call assignments both from an many active on-call contracts, it keeps our well fresh with administrative standpoint and staffing. We understand that talent because we don't have to contemplate whether or a need today might be something different tomorrow and not a Client will call -we know they will,so we're always we need to be ready to pivot sometimes on short notice. stirring our staffing pot. Other firms who have one or two The way we do this is by keeping a close eye on where may not keep an active database of current and future our employees are on their current contracts and having employees ready to go on short notice. resumes and candidates on stand-by for any new request We expect the same from our subconsultant Tricertus who that emerges. We know we need to be flexible, while still are located in Orange and Los Angeles Counties and know prioritizing quality and schedule regardless of the task. We the inner workings of local agencies. will bring lessons learned along the way to ensure every (5) Design-Build (DB) & Progessive DB Experience MCK'S DESIGN-BUILD AND/OR PRO- the SFO Capital Improvements Program budget. As GRESSIVE DESIGN-BUILD EXPERIENCE the Project Management Support Service team, MCK's MCK is presently assisting SFO Airport with Terminal involvement began with the defining of scope and budget 3 West Renovation using Progressive-Design-Build. with the design-builder. This process identified roles This isn't the first project, however, MCK has also been and responsibilities on the team from day one.Their successful with the Consolidated Administration Campus estimating group alongside the project management team Phase I $84M (DB)and Grand Hyatt Hotel $230M (PDB), worked side-by-side with the Architect and Engineer- both at SFO. of-record to develop a plan to deliver the project in an MCK understands the City's interest in Design-Build and/ accelerated schedule without sacrificing cost. They or Progressive Design-Build project delivery methods and developed all the trade bid packages to be advertised our experience can be found below on these projects: and ensured the scope and cost was fair and reasonable for current market price. Side-by-side estimating allowed Consolidated Administration Campus the team to validate cost and ensure the scope was Building, San Francisco International Airport ($84M+) detailed enough to provide bidders a clear picture to price. As Prime contractor to SFO, MCK served as the Project Developing trade bid packages alongside the design- Manager and Design Manager through the Programming, builder allowed the team to plan the project buy-out to Planning and Design Phases for this multi-functional, optimize the schedule and potential bidder list for the sustainable project. MCK provided all cost estimating and best pricing. The 135,000 square foot LEED Gold, Net bid negotiations on this Design-Build, Progressive GMP Zero Energy building opened in the summer of 2018 and project while complying with Public Contracting law. currently houses four SFO departments, Administration, Landside,Terminal and Airside Operations. The project was one of the first progressive design- build capital improvement projects to be awarded in MCK Roles: Project Manager, Scheduler, Cost Estimating, Project Controls,Office Engineer, Inspection MCK AMERICAS INC. I www.mckinc.net 20 949 Grand Hyatt Hotel at San Francisco project budget and overall project schedule was very International Airport ($230M) challenging as there was a tight budget however,the The Grand Hyatt Hotel at San Francisco International team wanted to have a stunning design and meet Grand Airport is a 351-room(22 suites), 12-story high rise, Type Hyatt standards. Schedule was paramount and even more 1 construction, on-airport hotel with a total project budget challenging as MCK was fitting the Hyatt project within a of$247 million,and an associated construction cost of campus-wide Capital improvement plan that included two $230 million. This LEED Gold project boasts a gourmet other adjacent projects in which certain phases and scopes 3-meal restaurant,cocktail bar, Grab and Go Market, of each project integrated with each other. So not only Grand and Junior ballrooms, and 17 meeting and event did the team have to focus on own delivery, but ensure rooms,as well as state-of-the-art fitness and spa facilities. a seamless integration of design and schedule with the Constructed in a constrained site, bordered on one side other projects, which had an impact on project costs as by the U.S.101 freeway, and on the other by the taxiway perceived with risk and schedule. During the construction at San Francisco International Airport,this ground-up phase MCK provided scheduling service, inspection construction project presented the project team with services and design services with regards to facilitating unprecedented complexities and constraints within which the design review for permitting with the owner's code to construct this iconic building located at the entrance enforcement and plan review group on site. SF0 is self- to San Francisco International Airport.The project permitting and houses the Building Inspection and Code won a National Award of excellence for design build Enforcement, or BICE,agency for plan check and code project team by the Design Build Institute of America, inspections. As construction started and the bid packages a Construction Management Association of America went out,final cost and schedule were established, and Northern California (CMAA NorCal)project achievement eventually agreed to a final GMP when about 80-90% award, a San Francisco Collaborative Partnering Steering bought out and design complete. Committee(SFCPSC)collaborative partnering award and As the hotel was a Progressive Design-Build project,there was recognized as the best on-airport hotel in the United was a unique method of controlling costs throughout all States by the SkyTrax Passengers' Choice Awards 2020. phases of the project. An initial budget was created from The progressive design-build experience was very unique a financial study and served as a baseline throughout the with regards to the buyout process and the integration of programming phase. While design progressed throughout the design builder,the Hyatt Corporation as the operator programming, schematic design, design development, and and the owners team at SFO. MCK acted as one team construction documents, cost estimates were produced developing the design and budget together, constantly at each milestone. As bids were accepted,the cost validating and refining the design and budget throughout model was continuously updated, allowing for necessary the process. In the initial phase the basis of design and adjustments in scope to stay within budget. As a result,the overall project schedule was developed by integrating team completed three Value Engineering rounds to remain Grand Hyatt Corporate standards with SFO's own code within budget, bypassing untimely design changes during plus specifications and compliance with aviation security the construction phase which could have directly impacted requirements as the Hotel overlooked the runway and was the Hotel opening date. on SFO's property.The project also planned on earning MCK Roles: Scheduling, Cost Estimating, Project Controls, a LEED Gold Certification,so sustainability in the design Project Manager, Office Engineer, Inspection was paramount. During the initial phase developing the MCK AMERICAS INC. I www.mckinc.net 21 ail 950 Terminal 3 West at San Francisco Specific to project controls: MCK collaborated with the International Airport ($1B) Design-Builder to create the overall T3 Program Cost The Terminal 3 West Modernization Project is a Model. MCK reviewed and managed all project costs, $2B+ program which will renovate and expand the changes, invoices, etc.through the cost model, using existing terminal during ongoing aviation operations in Unifier as the project management software. MCK was coordination with hundreds of SFO, airline,tenant and also responsible for regular reporting for T3, including public stakeholders. The T3W project is being completed coordinated reporting with the rest of the SF0 project through multiple phases, including various enabling portfolio. projects to relocate and upgrade facilities in preparation MCK was responsible for reviewing and approving the for the overall modernization. Scope includes terminal Design-Builder's prequalification list, as well as every renovations as well as ground up new construction of the individual trade package prior to advertisement. MCK also terminal building expansion and new aircraft gates and provides independent 3rd party estimates for each trade apron on the active AOA, modifications to the adjacent package, which are aligned with the Design-Builder's taxilanes and AOA vehicular roadways, demolition of estimates, and then used to level bids once received. a fuel station, installation of new automated screening T3West has approximately 90 separate trade packages, lanes(ASLs)at an active checkpoint, several front and including typical trades such as demo,foundations, steel, back-of-house tenant improvements, modifications to etc. as well as multiple"mini"GC packages for standalone existing building systems and infrastructure, security and enabling scopes. technology upgrades and much more.The project is being delivered through Progressive Design-Build. MCK Roles: Project Manager, Inspection, Document Controls, Scheduling, Cost Estimating (6) Resumes Per RFP Section 5 instructions, refer to the end of the proposal package(pg. 31)for all resumes. I 1 MCK AMERICAS INC. I www.mckinc.net® ix 22 951 II. PREFERRED STAFFING ORGANIZATION CHART ++�Off / . .vs•r o . ?C<• COUNTY CONSTRUCTION MANAGER Tania Gharechedaghy, PE, PMP, DBIA(MCK) Brendan McDevitt, PE(MCK) Keith Ulinger(MCK) Nate Gavzy(MCK) Billy Boidock(MCK) Tom Bosley(MCK) CONSTRUCTION INSPECTORS James Weber(MCK) Al Cochran(MCK) Stephen Bennett(MCK) SCHEDULERS Matt White(MCK) Ricardo Rodriquez(Tricertus) Engel Gaeta(Tricertus) MCK AMERICAS INC. I www.mckinc.net 23 NICK 952 III. UNDERSTANDING & METHODOLOGY MCK understands the City of Huntington Beach, Public administrative. Certainly, paramount to any execution of Works Department is issuing contracts for work to be services is avoiding any disruption or impact to Operations performed on an as-needed basis for a variety of capital of our client through planning and communication to all improvement projects. Expected projects include various stakeholders, phasing and contingency plans, coordinated infrastructure projects pertaining to pump stations, shut down requests, notification procedures, and safety sidewalks, pipelines, road rehabilitation, bridge retrofits procedures in order to mitigate or avoid such impacts. and city-wide buildings and facilities construction and However,this mandate is not unique to only As-Needed improvement projects as well as several other project Agreements.The top three issues and constraints that we types as noted in rfp. see with As-Needed Agreements are: INITIAL MEETING 1. Need for Immediate Responsiveness and Upon MCK's services being initiated by the City of Readiness:Client needs can arise urgently and Huntington Beach, a meeting will be requested with our for complex assignments. In order to prevent Contract Manager to understand the City's needs, and delay to the project, it is incumbent that MCK talk through potential upcoming projects. At this time we respond immediately to thoroughly understand the would introduce the City's point-of-contacts, biller,etc. assignment, identify team members with the correct MCK will strive to understand the needs of the City,the skills to handle the assignment in any geographic nuances of each assignment and recommend a path to area, confirm availability, arrange for the client to success. interview our recommended candidates along with The contract manager will remain in frequent contact with sufficient alternates in order to provide the client the City client representative and will yield information with options,facilitate the selection of the team and about what is critical, important or of interest, so MCK can secure a prompt proposal including team, budget, and meet internally with its staff to guide and advise on how schedule for client approval. Proper response time to focus energies and meet project objectives in order to can result in better efficiency which ultimately leads provide quality services. to improved quality, schedule adherence, and budget maintenance. As task order requests come in, MCK will provide multiple options in form of resumes that may best meet the need 2. Disruption of work due to poor Task Order of the assignment and the City will be able to choose the Management: To ensure the schedule and budget best candidate. objectives are met, each Task Order needs to be treated like a separate project requiring optimal HANDLING ON-CALL CONTRACTS performance in terms of quality, budget, and Based on our vast experience with similar as-needed schedule. services agreements that MCK currently holds issues and constraints break into two categories;technical and 3. Encumbrance of Contract Capacity: An As-Needed contract can become depleted and unavailable to MCK AMERICAS INC. I www.mckfic.net 24 ail:. 953 the client if diligent close-out is not conducted on a CHANGE MANAGEMENT regular basis. Often work is completed for less than When MCK is in receipt of a change order request from the an approved Task Order amount. This requires a contractor,we would follow an aggressive path to ensure monthly review of each Task Order, check of its burn that the change is legitimate, fairly priced and scoped rate and implementation of close out in order to re- to reflect the actual cost of the work. The review will be purpose funding for the client to maximize the value managed by the designated Project Manager with input of the contract. Funds sitting in Task Orders that are from our in-house estimating group if needed. MCK will complete is an impediment to the client being able to maintain change order logs that will track PCOs, change carry out projects. orders and future exposure thus giving the City an accurate EXECUTING TASKS AND STEPS IN PRE- forecast of where the budget is headed. The process will PARING DELIVERABLES adhere to as follows: MCK is prepared to provide the leadership, ownership and • technical services that will be needed for your program. Review the proposed change and communicate it to Our key functions are summarized in, but not limited to, the City as soon as possible the following: • Certify that the proposed change is beyond the scope of the existing contract PROJECT COST, SCHEDULE AND SCOPE • Ensure that the CO includes detailed cost breakdowns CONTROLS identifying take-off quantities and unit costs for labor, A major part of our role will be to ensure projects and tasks materials,and equipment are being delivered on time,within budget and achieving • Determine that the change proposals are fair and the scope and goals set out by the City. reasonable BUDGET AND COST CONTROL • Submit a recommended course of action to City MCK can develop a detailed line item program or project • Develop a Time Impact Analysis to measure planned budget, including soft costs and hard construction costs, activities against actual activities to mitigate any and monitor that cost model in real time. We have our potential delays and potential schedule resequencing own in-house cost estimating team with estimators to deliver the project on time. specializing in all scopes of construction who will be at Schedule Management: The MCK team includes one the City's disposal. Communication, however is the key of the industry's top schedulers as well as several staff to successfully managing an Owner's budget. MCK will from Tricertus and this resource will be utilized at various provide the City with monthly status reports that will points in the project to set and/or validate schedule include photos and descriptions of work completed, milestones, as well as to track progress to ensure the planned work for the next month, issues,schedule project/task order is completed on time. MCK will monitor analysis, and regular budget reporting, including actual the schedule if needed by reviewing daily field inspection versus anticipated against Project Cost Model, milestones reports and prepare detailed monthly schedule reports, reached, historical trends, and forecasted projections. schedule trend reports and recovery recommendations, if applicable. Our team will also review and approve the contractor's monthly schedule submittal and collaborate with the contractor and the City to find time-saving opportunities. MCKAMERICAS INC. I www.mckinc.net 25 1 'K 954 Scope Management: Detailed and timely management INCORPORATING LOCAL BUSINESS of scope and cost will allow for better tracking completion ENTERPRISES of approved scope, as well as decision making on MCK is a California SBE(small business)and is committed potential new or unforeseen scope. MCK's cost model to providing meaningful opportunities to its partners in the will incorporate tools to identify"below-the-line" items Local Business community and encouraging workforce and the team will package relevant information including development and increased experience and technical purpose/intention of changed scope, cost/schedule capacity for local businesses. We know the City has a impacts and MCK will make a recommendation for the desire to work with local businesses. MCK would adhere to City's final decision. As part of this process,the MCK all requests from city including furnishing a local business team will also strive to identify cost and schedule savings license. to offset and dollar and time increases. MCK will use CO NSTRUCTABI LITY REVIEWS Primavera(P6)to build and manage the schedule. MCK has performed detailed constructability reviews and In addition to these tools, MCK knows that frequent prepared reports on projects ranging from stormwater communication of accurate information is the key to projects in Southern California, office buildings for public successfully managing cost, schedule and budget even agencies, and museums and parks for SF Recreation& if just a small task order. Given the right information,the Parks. MCK prepared a report for the Randall Museum City will be able to make timely decisions and will achieve in San Francisco, Guy Place Park in San Francisco, SF0 better project outcomes overall. Administration and Museum, and the North Point Outfall in REPORTING San Francisco Bay as well as others. The MCK Team will provide regular updated information PROJ ECT LEVEL CONTROLS TOOLS & concerning significant construction activities, critical field APPLICATIONS issues, project costs, and safety. The monthly reports will MCK understands the City is presently converting to include: Virtual PM and our staff will be ready to roll up their sleeves and work with the City as this migration occurs. • Cost, budget,and funding status Many companies utilize structural tools(software • Earned value estimates including costs and payments products) in an attempt to manage projects. On the to consultants and contractors SFPUC Harry Tracy Water Treatment Plant, BDPL Nos. • Expenditures incurred by staff and project participants 3 and 4 Seismic Upgrade project, Crystal Springs Dam • Monthly cash flow and trend reports and many other City projects, MCK used tools such as • Detailed monthly schedule reports, schedule trend Primavera 6, Primavera 3, Procore, Bluebeam and other reports, and recovery recommendations software to manage costs, schedules, drawing sets and • Productivity curves by trade correction notices. At SF0 on the Grand Hyatt hotel • Critical construction issues requiring action project, Administration Building Campus and United • Local Hire and Local Business Participation if Airlines Terminal, MCK used Unifer and P6. Ultimately applicable the MCK Team is software-friendly and able to adapt to a variety of tools. MCK AMERICAS INC. I www.mckinc.net 26 MCK 955 CONSTRUCTION INSPECTION process from Contractor to our CM team with several MCK'S team of inspectors would provide field inspection days' notice built in,and a portion of the weekly OAC and reporting services per tasks in rfp. Our team of meeting devoted to Special Inspection where we forecast Inspectors are all senior-level inspectors conducting field project needs in the weeks ahead,to plan resources and inspection across a variety of projects. Our inspectors are keep the schedule moving. We also establish a strong skilled at verifying quality of work throughout the job,from procedure for working together with the Contractor's QC deep familiarity with the project specifications, contract Manager,to make sure quality issues at the subcontractor documents, plans and permits including compliance, level are addressed first by the Contractor,then by the CM They'll work just the way an owner wants to see them: team. Additional tasks include attending meetings when with strong communication to the Contractor, but tough needed, monitoring and enforcing noticing requirements, when it comes to Quality Assurance. We've established field report notebooks, monitoring dust control plan, a process through years of experience that includes daily maintaining permit copies, and overall recordkeeping- and weekly inspection logs developed with the Contractor photo logs, inspection logs, maintaining one set of plans, at the outset of the project, a simple inspection request daily logs, etc. Between MCK and our partner, Tricertus, there is no service we cannot fulfill for the City. We have no limitations or restrictions in providing the services identified in Service Categories (A) Construction Management and (C) Inspection of the RFP, in this proposal and beyond as needed to support your projects. MCK AMERICAS INC. I www.mckinc.net 27 956 APPENDIX STAFF CERTIFICATIONS Brendan McDevitt BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JANUARY27, 1989 LICENSING DETAILS FOR: 26159 EXPIRATION DATE NAME:MC DEVITT, BRENDAN PAUL JUNE 30, 2027 LICENSE TYPE: h1ECHANICAL ENGINEER CURRENT DATE 1 TIME LICENSE STATUS: CLEAR ADDRESS JUNE 12, 2025 8:46:55 AM PO BOX 385 BRISBANE CA 94005 SAN MATEO COUNTY Tania Gharechedaghy BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JANUARY 11, 2010 LICENSING DETAILS FOR: 75859 EXPIRATION DATE NAME: GHARECHEDAGHY,TANIA JUNE 30, 2026 LICENSE TYPE: CIVIL ENGINEER CURRENT DATE I TIME LICENSE STATUS: CLEAR ADDRESS JUNE 12, 2025 8:40:21 AM 2832 VIRGINIA RD LOS ANGELES CA 90016 LOS ANGELES COUNTY Tania Gharechedaghy CA,United States I PMP' Active O Sep 2013 958 TANIA GHARECHEDAGHY, PE, DBIA, PMP Construction Manager MCK SUMMARY Tania is the Director of Program Management at MCK with 20 years' experience leading complex projects in the design and construction industry—She has extensive experience across multiple product types and project delivery methods,with an emphasis in Aviation.Tania enjoys strategic leadership and building successful teams. , EXPERIENCE CONTACT LAX Terminal 5 Reconstruction(Progressive Design-Build) (415)656-3264 Terminal Delivery Director for the Los Angeles World Airports $1.7B Terminal 5 Renovation and tgharechedaghy@mckinc.net Redevelopment Project, which will completely demolish and reconstruct the 15-gate terminal that currently houses American Airlines,JetBlue and Spirit Airlines.Tania is responsible for every aspect of EDUCATION the Project,including developing the strategic plan,project team and key processes,and executing the Bachelor of Science in Project to completion ahead of the 2028 LA Olympics. Civil Engineering,Santa Clara University,Santa Clara,CA SFO Terminal 3 West Modernization(Progressive Design-Build) Bachelor of Arts in Served as owner's lead Project Manager on this$1B+Progressive Design Build project,responsible for Engineering,Saint Mary's College, I every aspect of the project and leading a team of over 100 people.The Terminal 3 West Modernization Moraga,CA IIII Project will renovate and expand the existing western half of Terminal 3 to provide a seismic retrofit, Project Management Professional fulfilling code upgrade commitments, upgrade/replace old building systems, increase international Program,San Francisco State operational flexibility by providing 3 wide-body&4 narrow-body swing gates and creating a secure University,San Francisco,CA connection to Customs, modernize the baggage handling system (CBIS)and implement a world class concessions program to increase revenue generation,and enhance the passenger experience. LICENSES AND CERTIFICATIONS Professional Engineer SFO Airport Integrated Operations Center Concept of Operations Program(NA) (PE),California Board for Served as Project Manager,leading all stakeholder engagement and liaising with the consultant team, Professional Engineers,License No. on behalf of Airport Operations on this project.This project defined the Concept of Operations for a 75859 future Airport Integrated Operations Center (lOC) at SFO. The Airport IOC is to be a single central Project Management Professional location that houses subject matter experts from various departments to work collaboratively to (PMP),Project Management leverage Airport resources and make decisions in the best interest of the overall Airport Operation.Its Institute,Certificate No.1662451 key functions include Airside and Landside Operations, Facility Maintenance, Security Operations, Design Build Professional(DBIA), Social Media,Technology and 911 Communications. Design-Build Institute of America, SFO Courtyard 3 Connector(Progressive Design-Build) Certification No.D-3216 Served and Supported the Project leadership and stepped in as lead Project Manager on this OSHA 10 Certified Progressive Design Build project during absences due to reassignment for Covid-19 essential worker SKILLS projects.The Courtyard 3 Connector project is updating the pre-security connector between Terminals Strategic and effective leader 2 and 3, building a new post-security secure connector and constructing a 6-story office building.The Excellent verbal and written post-security link will allow access between T2 and T3 to International Terminal G without exiting communicator security,creating a more optimal passenger experience and allowing for more efficient operations and aircraft turn times.The office building will house tenant and Airport employee offices, an employee High EQ paired with strong café and, potentially, an airline or common use lounge. In alignment with SFO's sustainability technical foundation objectives,the building is designed to earn LEED Gold and WELL Building certifications. Proven track record for delivering exceptional outcomes through SFO Terminal 1 Interim Boarding Area B(CM/GC) collaboration and confident { Served as owner's lead Project Manager on this CM/GC project, responsible for every aspect of the decision-making ! project and team.This project renovated and extended the useful life of the existing boarding area facility in preparation for upcoming Terminal 1 Redevelopment projects. The project included approximately 55,000 square feet of public space and 45,000 square feet of airline space renovated with new finishes and systems upgrades, as well as improvements to the adjacent aircraft apron and baggage handling area.Work included gate relocations,utility and system upgrades,passenger loading bridge installations, airline and non-airline tenant relocations (including TI of office spaces and restaurants),and various improvements necessary to support and maintain the operational needs of a fully functional boarding area. SFO Fire House 3(CM/GC) Served as owner's lead Project Manager on this CMGC project from conception through programming,at which point,she was promoted to lead the SFO Terminal 1 Interim Boarding Area B project. As part of SFO's Terminal 1 Program,the Fire House 3 Project scope of work included ground up construction and TI of a new Aircraft Rescue and Fire Fighting(ARFF)facility straddling the Airfield Operations Area boundary at SFO.The initiation and programming phase of the project required extensive stakeholder coordination with various public agencies, including the San Francisco Fire Department, San Francisco Police Department, SFO Aviation and Security (AVSEC), Federal Aviation Administration(FAA)and Transportation Security Administration(TSA).The new LEED Gold facility includes an 8,000 SF five-bay apparatus garage with four-fold electric doors for faster response time,and a 12,000 SF administration office and fully equipped firefighter house. SFO Ground Transportation Unit(CM/GC) Served as owner's lead Project Manager on this CMGC project from conception through programming,at which point,she was promoted to lead the SFO Terminal 1 Interim Boarding Area B project. This project constructed a new mixed-use facility to replace the former Ground Transportation Unit(GTU)at SFO which had become outdated and obsolete.The GTU building includes a public lobby for the registration of vehicles,a radio shop and pull through inspection garage,as well as offices,breakrooms,and meeting spaces to serve the employees. The project also constructed an adjacent vehicle fueling station and automated car wash. SFO Taxilanes H&M Reconfiguration(CM/GC) Served as Owner's lead Project Manager on this CMGC project from conception through programming,at which point,she was promoted to lead the SFO Terminal 1 Interim Boarding Area B project.The SFO Taxilanes H & M project relocated and renamed two taxilanes to facilitate construction of the new Boarding Area B at SFO.These taxilanes provide the main access point between International Terminal A,Terminal 1 Boarding Area B and the Runways 1L and 1R entrances,making phasing and construction logistics extremely challenging. SFO R-19L,1L-19R Runway Safety Area(RSA)Program(Design-Bid-Build) Served as owner's Project Manager for this Design Bid Build project. In response to a Congressional Mandate,this project increased the safety of SFO's runways by installing an Engineered Material Arresting System (EMAS) from Zodiac Aerospace at the ends of the two runways.EMAS was a newly approved product and innovative solution,utilizing a bed of crushable concrete material similar to those used for runaway truck ramps on highways.The project also made improvements to both runways and adjacent taxiways,including repaving, electrical lighting and signage replacement, drainage improvements and modifications to FAA Navigational Aids. In order to limit operational impacts,construction was completed over a two-month, 24/7 runways closure and was completed approximately 1 month ahead of schedule. SFO 10R Runway Safety Area(RSA)(Design-Bid-Build) Served as Engineer of Record, Design Manager and Construction Manager on this project. In response to a Congressional Mandate,this project modified SFO's Runways 10R in order to increase safety and minimize potential aircraft overshoot. The project also made improvements to the runway and adjacent taxiways, including repaving, electrical lighting and signage replacement, drainage improvements and modifications to FAA Navigational Aids. SFO Taxiways A&B Reconstruction—Phases 1 and 2(Design-Bid-Build) Served as Engineer of Record, Design Manager and Construction Manager on these projects.These projects reconfigured and refinished SFO's Taxiways A&B,including modifications to allow for the new-at-the-time widebody A380 aircraft.Taxiways A&B traverse around SFO's terminal buildings, creating complex and complicated construction phasing challenges. The project included repaving, electrical lighting,signage replacement and drainage improvements. SFO Taxiway L Reconstruction(Design-Bid-Build) Served as Engineer of Record,Design Manager and Project Engineer on this project.This project repaired and reconstructed SFO's Taxiway L, including modifications to allow for the new-at-the-time widebody A380 aircraft. The project included repaving, electrical lighting, signage replacement and drainage improvements. SFO Taxiway F Reconstruction(Design-Bid-Build) Served as Civil Designer and Project Engineer on this project. This project repaired and reconstructed SFO's Taxiway F, including modifications to allow for the new-at-the-time widebody A380 aircraft. The project included repaving, electrical lighting, signage replacement and drainage improvements. Sunnylands Retreat Campus,The Annenberg Foundation(CMAR) Program Manager to the Annenberg Foundation at Sunnylands for a Retreat Campus in the City of Rancho Mirage. The project included master planning and execution of significant site and facility improvements, including the ground up construction of a new 4,000 SF cottage and garage,ten new guest suites and other associated structures and site work. Responsibilities included guiding the Client and their Board of Directors on project execution strategies and managing to scope,schedule and budget requirements. BRENDAN MCDEVITT, PE . Construction Manager SUMMARY MCK Brendan McDevitt is a licensed Professional Engineer and General Engineering Contractor CONTACT with 32 years of experience in roles such as Senior Manager of Business Development,Chief (415)656-3264 Operating Officer, Chief Technical Advisor, Developer, Program Manager, Owner's bmcdevitt@mckinc.net Representative, Project Manager, Design Manager and Construction Manager. He has worked for large engineering and construction services firms leading pursuits in sports, EDUCATION entertainment facilities,commercial development and water/wastewater. He has managed BS:Mechanical Engineering, large multi-discipline teams in both the public and private sector on entertainment,sports, San Diego State University recreation,parks,water/wastewater, heavy civil and industrial,deep excavations, large and small-bore pipelines and tunnels, environmental, waste management, land development, LICENSES/CERTIFICATIONS facilities, commercial, retail and transportation projects.Currently, he is President and CEO Licensed Professional Mechanical Engineer,CA,1988,M26159 of MCK Americas Inc. "Type A"License General EXPERIENCE Engineering Contractor,CA Orange County Great Park,Irvine,CA 745414 Chief Technical Advisor to the CEO and Deputy CEO on a 1200-acre land development project to convert a Superfund military site into a regional 21st century park.The project required URS Construction Management complex multi-agency environmental permitting and management of environmental issues Certification for this spectacular public park that includes a unique 3000 tributary-acre storm water capture and re-use plan, Net zero renewable energy master plan, community ice facility, SKILLS Anaheim Ducks NHL practice facility, library,visitor center, backbone infrastructure, roads, ADA,Agency Budget,CA,Contract ! multi-story buildings, sports field house, soccer fields and baseball complex, botanical Crystal Springs,Delivery Methods, garden, amphitheater, museum, signage & wayfinding, private-public partnerships and Mechanical Engineer,Insurance, numerous other elements and complexities.Sustainability,reuse and recycling are key goals Construction Law of the park.Managed contracts totaling over$100M for design services,environmental work, Public Works,Public Utilities and other professionals plus a$23M construction project to construction storm and irrigation Commission,Airports, capture and re-use ponds for four soccer fields. Water/Wastewater,Dams, Professional Engineer Consolidated Administrative Office Building,SFO International Airport,San Francisco,CA Served as Project Manager for the$83M,4-story,135,000 square foot project that aimed to REFERENCES house airport staff while maintaining accessibility to landside,terminal,and airside activities. Rick Thall This LEED Gold Certified, Net Zero Capable building consolidated four SFO departments into SFP Airport one building consisting of 3 levels of advanced technology office space and a ground floor (650)821-7878 that houses accredited museum artifact preparation shops with strict humidity and dust rick.thall@flysfo.com controls.This was a Gross Maximum Price(GMP)Design-Build delivery. Leslie Aispach Grand Hyatt Hotel,SFO International Airport,San Francisco,CA Francisco Park Conservancy j Served as Principal-in-Charge for the $237M, 351-room, 12-story high rise, Type 1 (510)414-6506 i construction,on-airport hotel.This LEED Gold project boasts a gourmet 3-meal restaurant, l.alspach@poundmgt.com cocktail bar,Grab and Go Market,Grand and Junior ballrooms,17 meeting and event rooms, as well as state-of-the-art fitness and spa facilities.This was a Gross Maximum Price(GMP) Michael D.Ellzey Design-Build delivery. Director City of Irvine (714)983-9120 Treasure Island Water Resource Recovery Facility, San Francisco Public Utilities mikeellzey@gmail.com Commission,San Francisco,Ca Resident Engineer to SFPUC for the construction of a new wastewater treatment plant on Treasure Island.The Design-Build project serves residents and businesses on the island as part of a bigger picture,the Treasure Island/Yerba Buena Island Development Project. The new plant has the capacity to treat an estimated 1.3 mgd average dry-weather flow and a peak wet-weather flow of 3.9 mgd.The secondary treatment process will use a membrane bioreactor to remove biochemical oxygen demand and suspended solids. The project was designed to produce minimal wastewater discharge with the goal to reuse disinfected recycled water on the island for lawns, landscaping,and community parks.The project also includes the construction of 13 new buildings and facilities on the 9-acre site. Golden State Warriors San Francisco Arena Development Project,San Francisco,CA Served as an Executive Advisor and Construction Manager to the team ownership on the development of this complex project on a pier owned by the SF Port Authority and governed by State Lands Trust and BCDC. Pacific Bell Park,San Francisco Giants,San Francisco,CA Served as Construction Executive for KUD International LLC, (formerly Kajima Urban Development), Developer of Pacific Bell Park,San Francisco Giants.Constructed on leased S.F. Port Authority property,the$330M stadium,the first privately financed ballpark in 35 years and dubbed a "Miracle", opened under budget and ahead of schedule for the year 2000 baseball season. From project approvals through the Final Certificate of Occupancy, managed the risk of the Guaranteed Schedule and the Guaranteed Cost for the developer.The project, consisting of over one million square feet, was constructed under personal contractor's license and was responsible for any issue that could affect cost or schedule. Managed the design, permitting, demolition,environmental remediation,construction,facility opening and contract closeout.Managed the contracts and work of the entire project team;CM/GC Huber Hunt&Nichols/Kajima,the Architects HOK Sport and Callison,the Owner's direct sub- contractors and all consultants and inspectors. Negotiated with city building officials solutions to seismic design issues involving cantilevered seating sections, Teflon/stainless seismic slip joints, pivoting columns and embed details. Worked directly with seismic engineers using particle acceleration programs to analyze stadium behavior during an earthquake event. Oversaw the installation of soil grouting and rock columns for the purpose of preventing liquefaction during a seismic event. Managed all soils and environmental issues, oversaw all retail space, concessions, back-of-house, sponsorship space and finishes. Directly responsible for ensuring compliance with all life-safety code requirements and Americans with Disabilities Act(ADA). Led all interactions with the Department of Building Inspection and Port Authority. South Beach Marina Children's Playground,San Francisco Redevelopment Agency,San Francisco,Ca Served as the Owner's Representative and Project Manager to the China Basin Ballpark Company and San Francisco Redevelopment Agency for a modern maritime-themed playground along the San Francisco bay front. China Basin Park&McCovey Cove,San Francisco Giants,San Francisco,Ca Located at the mouth of Mission Creek,China Basin Park was a popular pre-and post-game gathering spot for Giants fans until the 2023 season when a new park was constructed in the same location.Along the shores of McCovey Cove,families could enjoy picnics,play a game of catch or enjoy strolling the Giants Team History Walk.The History walk includes a statue of Hall-of Famer Willie McCovey,dubbed"Stretch"during his playing days,who played with the Giants for 19 seasons.Playing a major role in the design of the special elements, Brendan served as the Owner's Representative, Project Manager and Construction Manager to the San Francisco Giants for the development of this park tourist attraction,Barry Bond's T-Ball field and Giants Team History Walk. Francisco Park,Francisco Park Conservancy,San Francisco,CA Served as Owner's Representative and Project Manager for this 4.3-acre,$27.5M park that was developed by the Francisco Park Conservancy using 100%donated funds under a Public-Private Partnership(PPP).The park was gifted to San Rec& Park upon completion.The park includes a playground, dog park, oval lawn, a community garden, pathways and restroom facilities that features auto hand washing and water reuse capabilities. Below the oval lawn,a stormwater harvesting system stores 500,000 gallons and captures all onsite runoff for irrigation and toilet flushing reuse within the park.The ADS Storm Tech Chambers store the water for non-potable gray water reuse.The water flows through a series of UV filtration and disinfection processes. Clean Water Program,San Francisco Department of Public Works,Bureau of Construction Management,San Francisco,CA As Division Manager,completed ten major wastewater projects totaling over$150M from NTP to Close Out that were mandated by Federal Law to be operational by specific CDO dates.Accomplished this objective while supervising a staff of 32 engineers and inspectors. Projects ranged from 250 MGD pump stations and 9-foot diameter tunnels to treatment plants.Served as dual PM/CM for two-mile Richmond Transport 9-foot diameter tunnel, Resident Engineer for pump station connecting to the Islais Creek Tunnel and inspected miles of existing SFPUC(formerly DPW)wastewater tunnels. San Francisco Department of Public Works,Mechanical Engineering Division Bureau of Engineering,San Francisco,CA As Manager,managed the Mechanical Engineering Division for the City's Bureau of Engineering(SFPUC).Managed 31 engineers and designers in the preparation of contract documents for hundreds of millions of dollars of major storm and wastewater collection and conveyance system projects and treatment plant projects. Water System Replacement and Seismic Upgrade Program,San Francisco Public Utilities Commission,San Francisco,CA Prepared a fully comprehensive report in 2003 for SFPUC's Water System Replacement and Seismic Upgrade Program,Capital Improvements Program(currently WSIP).Analyzed the entire$4.3B program for feasibility,risk analysis,constructability and its ability to deliver water following a seismic event. The report included a study of facilities from Hetch Hetchy to the City Distribution including San Joaquin, Sunol and Peninsula pipelines, Irvington and Crystal Springs tunnels, treatment plants, connectors,dams,reservoirs,pump stations,emergency and non-emergency power,etc. KEITH ULINGER Construction Manager MCK SUMMARY ~� Keith has over 33 years of experience as a General Contractor and Construction Manager, in particular .,•- , with CM GC, Lease-Leaseback and Design-Build projects. His experience ranges from infrastructure, CONTACT utilities, office towers, aviation, retail complexes, schools, federal facilities, residential, (415)656-3264 water/wastewater, parks and sports facilities at all levels of competition including high school, college kulinger@mckinc.net and professional.He is well-versed in all types of contracting methods,preconstruction services including EDUCATION costing,value engineering,constructability and the development of bid/trade packages.He is known for BS,Construction his consistent track record of exceeding revenue and profit goals.He is a self-motivated,results-oriented Arizona State University team leader, conscientious and detail-oriented. He is experienced in managing multiple project CERTIFICATIONS management teams on multiple projects at one time, setting effective priorities and achieving both OSHA 30 Hour immediate and long-term goals,ensuring smooth workflow and without fail meets all deadlines. NAVFAC, EXPERIENCE USAGE Construction Quality Management Certified Federal Building,City and County of San Francisco,San Francisco,CA SKILLS Served as Owner Project Manager for this$134M,605,000 square foot and 18 story office tower. Procore San Francisco County Jail No.3 Replacement,San Bruno,CA Heavy bid Scope consisted of a 768-bed maximum security correctional facility. Blue Beam REFERENCES South McDonnell Road Realignment Project,SFO International Airport,San Francisco,CA Joe Magnello,AIA,DBIA,LEED AP Served as Project Manager/Construction Manager for this utility and roadway realignment project and BD+C constructed a new RON hardstand to accommodate five(5)ADG-III aircraft with bussing operations or (443)722-1184 three(3)ADG-V aircraft and ground service equipment on both Air and Landside in support of increased joe@latitude18designs.com demand and the new Airport Hotel Program. Keith oversaw Webcor Builders on a CM/GC delivery and Ron Galatolo worked alongside and in support of the Hotel team(Grand Hyatt Hotel),which was engaged in a Design- (650)358-6828 Build contract with Webcor Builders. galatolo@smccd.edu Terminal 3 West Modernization,SFO International Airport,San Francisco,CA Served as Project Controls Manager for this modernization project to upgrade infrastructure and improve building and technology systems at the San Francisco International Airport. Additional assignments included cost estimating services. Spaghetti Bowl Express Project,Nevada Department of Transportation,Reno,NV Served as Inspector for this Nevada Department of Transportation project that was being done in five phases with the goal of improving safety by reducing crashes, easing congestion, and operational improvements and repairs.The Spaghetti Bowl is one of the busiest interchanges in Northern Nevada with over 250,000 vehicles using the interchange every day and crash rates one-and-half times the statewide average. MCK developed the resource loaded schedule for the Spaghetti Bowl interchange Project in Reno Nevada for DOT. MCK provided detailed procurement and crew resources to all seven critical bridge and overpass structure replacements. Two of the seven crossings required close coordination with UPRR and short durations to perform the work.Developing the procurement schedule post-Covid 19 manufacturing impacts also had its challenges. The team developed a tiger team to research long lead times for materials nationwide and weighed the cost for shipping and transportation against local suppliers to ensure the project met the schedule. Bay Corridor Transmission Distribution Phase 2 & 3,San Francisco Public Utilities Commission, San Francisco,CA Served as Resident Engineer for SFPUC on the DB-129.1 Phase II and DB-130 Phase III Bay Corridor Transmission & Distribution projects.This Design-Build contract provided construction and testing of new underground electrical duct bank and vaults, new Auxiliary Water System Supply(AWSS) ductile iron pipe,new roadway and sidewalk and restoration.Work was performed in two segments. Segment 1 occurred on Terry A Francois Blvd between South Street and Mission Rock Street. Segment 2 occurred on Illinois Street between 23rd Street and Marin Street. PZieit cI tG"l l l} Ci C L, The Dial Corp.Headquarters,Phoenix,AZ Scope consisted of a$65m,515,000 square foot,26 story office tower with an 8-level parking structure. BILLY BOIDOCK Construction Manager r P SUMMARY MCK c' w Billy Boidock has over a decade of experience working on high-profile projects like SFMTA's Central Subay,SFO's Terminal 3 West project and SFO's Grand Hyatt Hotel. His experience spans across multiple sectors including rail, aviation, buildings,water/wastewater and parks. Billy has extensive experience in buildings and structures, interiors focused on Guest Services, and improvement of Guest Services in a highly public environment.He has served as Project Manager, CONTACT Construction Manager, Controls Manager, Field Contract Administrator, and Inspector for (415)656-3264 projects primarily consisting of offices, public amenities, food service, MEP, Tenant bboidock@mckinc.net Improvements,solar, sustainability and building code compliance. He has served as Operations EDUCATION Manager and leader for critical facilities. Billy is skilled at the engagement of and collaboration Stanford Graduate School of with stakeholders in politically challenging environments.He is a self-motivated,results-oriented Business, team leader,conscientious and detail-oriented. He is experienced in managing multiple project MBA,Finance and Sports " management teams on multiple projects at one time, setting effective priorities and achieving Management both immediate and long-term goals,ensuring smooth workflow and meeting all deadlines. University of Colorado—Boulder BS,Mechanical Engineering EXPERIENCE Member o#Service-Learning Occupied Facilities Program,East Bay Municipal Water District,Oakland,CA Expedition to India Focused on Construction Manager and Point-of-Contact for EBMUD s Occupied Facilities Program at the Healthcare&Sustainable District's Administration and Maintenance buildings in downtown Oakland. Project includes Development upgrades to the occupied building network Fiber Optic infrastructure, Replacement and Commissioning of building Security Camera systems,Demo and replacement of HVAC Rooftop and Leadership Certificate Building systems with new equipment and Building Pressure Zones,Roofing Systems Rehabilitation Presidents Leadership Class and Rooftop Building Maintenance Equipment Upgrade. CERTIFICATIONS OSHA 30 Hour ' Consolidated Administrative Office Building,SFO International Airport,San Francisco,CA Served as Construction Manager, Office Engineer, Activation and Commission Specialist and SKILLS Closeout Manager for this$83M,136,000 SF Consolidated Administration Campus building which Oracle Unifier,PROCORE, !; houses,Design&Construction,Planning, ITT and Museum staff in a LEED Gold, Net Zero energy Bluebeam,Microsoft Office facility.The building also contains a ground level cafe. REFERENCES Karl Tingwald,PE Terminal 3 West Modernization,SFO International Airport,San Francisco,CA (510)912-7075 ! Assistant Resident Engineer for this $800M building modernization project that upgraded k.tingwald@gmail.com infrastructure and improved building and technology systems at the San Francisco International Airport.Served as Assistant RE through the Design Phase of the project(2019-2020). Post COVID, Frank Jesus Billy served as Night Inspector for the project(2023-2025). Associate Engineer EBMUD (510)407-2635 Project/Construction Manager,Golden State Warriors Oracle Arena Capital Projects fjesus@ebmud.com Served as Project/Construction Manager for the Golden State Warrior Oracle Arena Capital Projects totaling$20M: Joe Magnello,AIA,DBIA,LEED AP oWarriors Owners Lounge renovation BD+C '; o2nd Row Floor Seats expansion (443)722-1184 oCity National Club design&buildout joe@latitudel8designs.com oTheater Box Suites design&buildout Michael Dorsa ! oWarriors concourse-level Team Store buildout($600k) (408)623-4212 oOracle Arena DraftKings Atrium Bar buildout($1.SM) michaeld@nibbi.com oCisco Stadium Vision&Signal Share WiFi implementation ($7MM) o2015 NBA Finals arena buildout—collaboration with NBA,ESPN teams Grand Hyatt Hotel,SFO International Airport,San Francisco,CA Office Engineer for Project Management Support Services Team for the SFO Airport Hotel Program. This$237M,Four/Five Star Grand Hyatt Hotel is located at San Francisco International Airport(SFO) and consists of 351 rooms.The state-of-the-art hotel is accessible by Air Train and is located near the International Terminal. TO M BOSLEY Construction Manager SUMMARY Tom has over 20years of industryexperience overseeingconstruction for projects P throughout Southern California &Southern Nevada specializing in MEPF, DDC, FLS, special systems and utility coordination. Tom's primary responsibilities include managing design professionals and general contractors, budgeting, bidding, permitting, document control, change management, schedule maintenance and project closeout for multiple platforms including professional sports facilities,high rise office,industrial/logistics centers,multifamily CONTACT and mixed-use projects. In addition to trade school where he learned multiple building (415)656-3264 trades, he served a State administered apprenticeship program and earned a Master EDUCATION Electricians License in both Colorado and Wyoming. Tom also attended Red Rocks Red Rocks Community College, Community College in Golden Colorado to study HVAC&refrigeration systems,DDC systems, Golden,CO fire/life safety systems, process controls and access controls, further enhancing my special CERTIFICATIONS systems expertise. Journeyman Electrician . EXPERIENCE SKILLS Petco Park,San Diego,CA MEPF Systems IServed as Construction Manager for the $300M, 42,000-seat San Diego Padres ballpark. FLS Systems I HVAC Systems, Primary areas of responsibility included management of MEP consultants and on-site Refrigeration Systems representatives, management of construction schedules, budgets and activities, managing DCC Systems risks and costs, MEPF systems, life safety systems, ENG and information systems, vertical Fire/Life Safety Systems transportation,audio/visual systems and bulk CO2 and beer delivery system. Process Controls Access Controls PacBell Park,San Francisco,CA Served as MEP Coordinator for a 42,000-seat professional baseball stadium in San Francisco, CA. Responsibilities included coordinating efforts of mechanical, electrical, plumbing, fire protection and special systems sub-contractors, negotiating and administrating contracts, functional testing,final inspections and obtaining Certificate of Occupancy. Riverwalk,San Diego,CA Served as Lead Construction Manager on the first phase of 20 year redevelopment of Riverwalk Golf Course. Massive scale mixed use development of 4,000 new market rate apartment units, 100K sf of retail space, 1M sf of Class A office,park space, new Metro stop and restoration of the San Diego River and associated wetlands. 2211 Michelson,Irvine,CA Served as sole Construction Manager for a 266,000 sf 12-story LEED Silver Class A office and 6-level 792-car parking structure.Responsibilities included design controls,bidding,contract buy out, managing construction schedule and budget,coordination of utilities and services, ensuring compliance with all local codes and regulations including SWPPP,air quality,seismic and emergency communication systems,reviewing contractor pay applications,reporting to development partner and lender. West Edge,Los Angeles,CA Served as Lead Construction Manager on $320 Million LEED-certified commercial office space, 600 Type 3A multi-family residences and 80K sf of retail space over 3 levels of subterranean parking. The project included demolition, remediation of contaminated soil, excavation, temporary dewatering, and construction of 780K sf transit oriented mixed-use space. NATE GAVZY Construction Manager *wit-Air MCK SUMMARY Nate Gavzy is an Executive Vice President at MCK with over 15 years of experience in construction { management, project controls, inspection, and field engineering gained on a variety of multi-million- dollar public and private works projects.In addition,Nate is an expert in Unifier management software. Nate has held roles such as Resident Engineer,Project Controls Manager and Change Order Manager. Nate has also served as a Field Contract Administrator, with responsibilities that have included CONTACT ! oversight of inspection and testing consultants, enforcing code and permits requirements, (415)656-3264 specifications and materials compliance, contracts administration, budget and change management, ngavzy@mckinc.net invoice reviews, reporting, manpower and equipment estimating,and reviewing submittals, RFIs and EDUCATION as-builts. BS,Business Administration Sierra Nevada College EXPERIENCE CERTIFICATIONS ; Orange County Great Park,Irvine,CA Program Management Certificate, Orange County Great Park development consisted of multiple projects including the South Lawn and URS Certification Program, Timeline West,Visitor Center Pavilion,Community Garden, Farm&Food Lab Enhancements,Parking Prolog Manager Lot Extension, and Timeline Central Pavement Repair projects. Provided CM services monitoring Unifier Certificate change order work to design team on a Time and Material basis,assisted with the Master Schedule, Continuing Education Courses: Cost Control, project close out, management of design deliverables and other project management Construction Management tasks. Prepared monthly reports for the Orange County Great Park Corporation that covers up to$3 Contract Law and Specifications& million per month. Additional responsibilities included: successfully permitted projects from the Construction Documentation Entitlement phase through Construction Document approval for approximately$20 Million dollars of CM SOFTWARE I Capital Improvement Projects.Assisted with a Public Benefit Conveyance process of approximately Procore 1.6 acres from the National Park Service to the City of Irvine. Unifier Treasure Island Water Resource Recovery Facility,San Francisco Public Utilities Commission,San REFERENCES Rick Thall Francisco,CA (650)821-7878 Field Contract Administrator/Project Controls for this $202M new wastewater treatment facility on rick.thall@flysfo.com Treasure Island to address aging infrastructure. MCK is leading design, the project is 35% through construction, planning the permanent power, testing, activation and start up activities with WWE Cary Mutschler Operations and the contractor. The project uses the latest membrane and PFAS technologies and is (530)642 4182 I scheduled to complete 2026. cmustchler@eid.org Occupied Facilities Program,East Bay Municipal Water District,Oakland,CA Project Controls for EBMUD's Occupied Facilities Program at the District's Administration and Maintenance buildings in downtown Oakland. Project includes upgrades to the occupied building network Fiber Optic infrastructure, Replacement and Commissioning of building Security Camera systems, Demo and replacement of HVAC Rooftop and Building systems with new equipment and Building Pressure Zones, Roofing Systems Rehabilitation and Rooftop Building Maintenance Equipment Upgrade. Grand Hyatt Hotel,SFO International Airport,San Francisco,CA Project Controls Manager for the City and County of San Francisco International Airport (SFO) for Project Management Support Services for The Airport Hotel Program.This $237 Million, Four/Five Star Grand Hyatt Hotel is located at San Francisco International Airport (SFO) and consists of 351 rooms. The state-of-the-art hotel is accessible by Air Train and is located near the International Terminal. Consolidated Administrative Office Building,SFO International Airport,San Francisco,CA Project Controls Manager to the San Francisco International Airport for the design and construction of the 140,000 SF Consolidated Administration Campus building which now houses several departments at SFO in a LEED Gold,Net Zero energy facility. b p, r _ f- e MATT WHITE Scheduler/Claims Specialist MCK SUMMARY III Matt White is a seasoned Project Controls and Scheduling Expert with over 20 years of experience Ae CONTACT delivering project controls,schedule management,dispute resolution,and claims support for over 100 (415)656-3264 domestic and international projects. His work spans diverse sectors, including airports, highways, mwhite@mckinc.net schools, correctional facilities, water treatment plants, power plants, environmentally sensitive EDUCATION I projects, and oil refineries. Matt has extensive experience performing and leading teams in schedule University of California,Davis development, delay analysis, and claims evaluation, supporting contractors, owners, architects, Bachelor of Science,Civil engineers,and surety companies during litigation,mediation,and arbitration processes. Engineering,1998 CERTIFICATIONS EXPERIENCE Engineer in Training(EIT),1997 Corte Madera Paradise Pump Station,Corte Madera,CA Project Management Professional Served as Scheduler for the rehabilitation of the pump station to provide reliable pump operation and (PMP),2005 continuous uninterrupted sewer conveyance.Scope consisted of installation of new pumps,discharge SKILLS i piping,valves,flow meter,supports,anchorage,VFDs,programmable logic controllers,backup pump Primavera(P3&P6),SureTrak, controller,valve vault,access hatch,ventilation improvements,gas system improvements and lighting. Microsoft Project,ProCore, The work also included erosion control,temporary bypass pumping,potholing,dewatering,wet well Expedition,Prolog,CMIS, coatings,drywell floor coatings,stair drain line replacement,bypass pumping connection,future parallel Microsoft Office,SAP force main connection,chemical injection system hardware improvements,chain-link gate installation, surge tank drain line installation, asphalt resurfacing and other related work. REFERENCES Rick Thal! Terminal Phase I,NAPA County Airport,Napa,CA Airport Program Manager Napa County Airports 1950's style terminal was a fixture at the airport for decades but with a new SFO terminal, it marks a new beginning for the local wine country aviation hub.The project will ultimately (650)821-7878 result in new terminals for Atlantic Aviation and Skyservice Business Aviation,the airport's two fixed- base operators. The airport which does not service commercial jets focuses on air-taxi service, Robert Fill corporate jets and private planes. Matt provided scheduling services. (916)912-4796 Francisco Park,Francisco Park Conservancy,San Francisco,CA Steven Kyauk Served as Senior Scheduler for the $20.5 million project transforming the SF Reservoir site in San Project Lead Francisco's Russian Hill neighborhood into a public park. The project included a dog run, elevated SFO 1 walkway, main lawn, community garden, reservoir history pathway, and advanced stormwater (415)566-0800 capture with a UV filtration system.Francisco Park opened in 2022. Bay Corridor Transmission and Distribution Phase I,SFPUC,San Francisco,CA Acted as Scheduler for this Design-Build project, reporting to the Resident Engineer. The project involved design, permitting, and construction of underground electrical utilities, sewer force main, gravity sewer pipe,cured-in-place sewer liners,and water distribution pipe.Scope included roadway and sidewalk restoration per San Francisco Public Works regulations and City Ordinances. Bay Corridor Transmission and Distribution Phase Il,SFPUC,San Francisco,CA Served as Scheduler for the Design-Build DB-129.1 project, managing construction of underground electrical duct banks and vaults, new Auxiliary Water Supply System (AWSS) piping, and roadway/sidewalk restoration.Work occurred in two segments:Terry A Francois Blvd(South Street to Mission Rock Street)and Illinois Street(23rd Street to Marin Street). Happy Valley and Sunnyside Pumping Plants,East Bay Municipal Water District,Orinda,CA Served as Senior Scheduler for the $17.3 million project constructing the 4.0 MGD Happy Valley Pumping Plant and the 1.5 MGD Sunnyside Pumping Plant.Scope included 3,415 feet of ML&PCS and HDPE pipe,vertical turbine pumps and motors,site grading, paving, landscaping, irrigation, security fencing,and retaining walls with soldier piles. Upper Main Ditch Piping Project,El Dorado Irrigation District,Pollock Pines,CA Served as Scheduler for the$11 million project installing 12,700 linear feet of 42-inch pipe to connect the reservoir outlet to the reservoir treatment plant inlet. p a. s -* chi- ' " v� f_ Ricardo RODRIGUEZ Sr.Consultant/Sr.Scheduler TR 1 C E RTU S Ricardo Rodriguez is a Senior Managing Consultant at Tricertus. He has had various construction consulting roles including claims and damages review, schedule reviews, forensic scheduler, project management, construction management, } - estimates review, change order reviews, and document management for projects +', ' in the United States and Canada. His construction experience consists of project management; schedule preparation and analysis; schedule delay and acceleration analysis; contract document assessment; change order and contract compliance; r and defective testing. His claims management includes assisting Owners with claims submitted by contractors to resolve disputes; Review of claims submitted during construction for additional time and monetary compensation; managing claims • submitted to the owner including preparing responses as required by the contract documents; preparation of analysis of quantitative information for use in mediation EDUCATION: and arbitration settings. BS Civil Engineering— University of Southern Mr. Rodriguez's construction project experience includes transportation, airports, California water reclamation plants, hospitals and health care facilities,hotels,entertainment, residential, recreational and specialty buildings. Prior to joining Tricertus, Mr. PROFESSIONAL Rodriguez was an Associate Consultant for HKA Global Inc., formally known as Hill MEMBERSHIPS: International Claims and Consulting, Inc. Association for the Advancement of Cost PROJECT EXPERIENCE Engineering(RACE) Construction Management Forensic Scheduler/Claims Support Analyst—Caltrans US-50 Multimodal Association of America Corridor—Sacramento,CA—November 2023-Ongoing (CMAA) American Society of Civil On this ongoing $460 million highway project, Mr. Rodriguez primary Engineers(ASCE) responsibilities focused on claims support and delay analysis. He conducted in- depth schedule analyses to identify and quantify project delays, prepared SOFTWARE: independent reports to assist the owner's team in evaluating contractor claims,and Primavera P3 developed recovery strategies to mitigate schedule impacts. His analyses included Primavera P6 but were not limited to time-impact analyses and windows analysis. Mr. Microsoft Project Rodriguez's report was submitted to the Dispute Resolution Board (DRB)to support SureTrak negotiations. Mr. Rodriguez is scheduled to present his findings to the DRB if there CaseMap is no resolution. Time Map Project Scheduler—San Bernandino Municipal Water District—Facilities Relocation P1—San Bernandino,CA—March 2024—Ongoing The San Bernardino Water Facilities Relocation Project involves the development of a new Administrative Building on a 7.86-acre site, including the relocation of Corporate Office utilities and coordination with multiple agencies. The project features the 440 E Route 66, renovation of existing operations buildings,construction of a 13,500 SF warehouse, Glendora,CA 91740 and sustainable additions such as a 17,921 SF demonstration garden. The phased Phone:(213)341-6601 construction is expected to be completed within 24 months, ensuring minimal San Francisco Bay Area disruption to ongoing operations. Mr. Rodriguez is assisting the contractor as the Project Scheduler, who is responsible for maintaining and updating project 333 West San Carlos,Suite 600 San lase,CA 95110 schedules in compliance with contract specifications. He manages monthly updates, Phone:(408)495-8600 JNFO@TRICERTUS.COM WWW.TRICERTUS.COM A t�,,r :Engelberto Gaeta • Scheduler ll TR I C E RTU S Engel Gaeta is an accomplished,well-organized,and bilingual Scheduler. He started in the field and had 14 years of experience in the construction industry,specializing in building foundations and concrete work such as frost walls, stem walls, and ... structural designs for underground parking. Engel is utilizing his field experience and pivots to perform professional scheduling tasks. With 1 year under his belt as a scheduler, his vast experience enabled him to absorb the intricate knowledge of scheduling quickly and brings to the table a valuable perspective required of good ' schedulers. Engel is a great team player and possesses excellent organizational and managerial skills, which enable him to efficiently lead and supervise crews on the field and communicate with superintendents,project managers and field personnel. PROJECT EXPERIENCE Alamitos Battery Energy Storage System 2, Long Beach, California EDUCATION: Junior Scheduler—October 2023 to Present BS Civil Engineering— The second portion of the AES Alamitos Battery Energy Storage System located in Tijuana Institute of Long Beach California. Mr. Gaeta was in charge of updating the integrated schedule Illifechnology that contained the scope from two separate contractors. Mr. Gaeta reviewed any SKILL: variances on a weekly basis and ran what-if scenarios for the owner to establish the Primavera P6 potential impacts that the project would face. Mr.Gaeta produced all of the reports Survey with Trimble RTS to present during the weekly call alongside the Owner and Contractors. AutoCAD Draft Sight Huntington Hospital Pharmacy,Pasadena,CA Opus Junior Scheduler—October 2023 to Present Microsoft Office $9.6 million project that will renovate the pharmacy and other floors at Huntington Field Wire Hospital. Mr. Gaeta was retained as a junior scheduler to run the monthly updates alongside the Project Manager and Superintendent to create the monthly scheduling update submittal that included the schedule and narrative. Mr. Gaeta analyzed the critical and near-critical paths along with the monthly lookaheads to provide the Project Manager the most pertinent information. Joar Engineers—September 2016 to May 2018 Project Manager Mr. Gaeta was the project manager for the construction of an $850,000 embankment in Rosarito, Baja California in order to be able to construct Rosarito Boulevard North. Along with that, he worked on the tunnel for rainwater discharge in Rosarito. Mr. Gaeta was the project manager for the installation of sanitary plumbing for a new housing development in Tijuana. Corporate Office 440 E Route 66, Vision Integral Construction Services—January 2010 to July 2016 Glendora,CA 91740 Project Engineer Phone:(213)341-6601 Mr. Gaeta was in charge of project controls operations including creating cost San Francisco Bay Area estimates for bids and running payroll. He was also in charge of planning the work 333 West San Carlos,Suite 600 and creating the work charts for crews. He would review the structural and San Jose,CA 95110 architectural drawings to help in creation of bids. Mr.Gaeta used the software Opus Phone:(408)495-8600 INFO@TRICERTUS.COM WWW.TRICERTUS.COM .. ALBERT COCHRAN - Construction Inspector MCK SUMMARY Al Cochran has over 30 years of civil project experience related to water, wastewater, underground utilities, environmentally sensitive projects, flood mitigation, levees, slope stabilization, sediment CONTACT removal,creek widening,dam restoration and downstream monitoring of pollutants etc.He has recent (415)656-3264 experience as a Lead Inspector in managing large multi-discipline teams, prime contractors,designers acochran@mckinc.net and specialty consultants on large public works projects such as the Central Subway, Lost Creek Dam Crest Modification, City of Millbrae and Fresno Wastewater Treatment Plants and the CDC Stockton EDUCATION California Polytechnic State prison/health care facility. Al possesses vast experience in electrical /civil and structural inspection University services providing exceptional inspection oversight to water/wastewater,control plants,pump stations San Luis Obispo,California and buildings in civil and structural disciplines. Al is well versed in several construction management BS:Engineering Technology software programs such as Procore, CM13, Bluebeam, BIM 360, Prolog, Primavera and Kahua. He is CERTIFICATIONS known to be one of the best in the industry. URS Construction Management EXPERIENCE Certification Confined Space Certification Happy Valley and Sunnyside Pumping Plant and Pipeline, East Bay Municipal Water District,Orinda, 30-hour OSHA Training CA Inspector to the East Bay Municipal Utility under an As Needed Construction Management and SKILLS Inspection Services contract. Augmented District Inspection staff and provided coverage on routine Procore projects when District Inspectors are out of the office or need to focus on other critical work. Cross- Bluebeam trained/exchanged knowledge with in-house staff, integrated with the District Senior Construction BIM 360 Inspection Team and reported to the Supervising Construction Inspector. Inspection duties consisted Prolog of performing field inspections of Contractor's work alongside the District's assigned Senior Primavera Construction Inspector. Assured compliance with Contract, documents, CalOSHA regulations, the Kahua ( Contractor's Health and Safety Plan,permit requirements,etc.,and provided overall quality assurance at the project site.Prepared detailed daily inspection reports detailing inspections performed and any REFERENCES issues noted. Rick Thal! Airport Program Manager Bay Corridor Transmission Distribution Phase 2, San Francisco Public Utilities Commission, San SFO International Airport Francisco,CA (650)821-7878 Special Electrical Inspector for the San Francisco Public Utilities Commission on the DB-129.1- Bay Corridor Transmission & Distribution - Phase 2 North project. This Design-Build contract provided Iris Lim construction and testing of new underground electrical duct bank and vaults, new Auxiliary Water (628)224-1267 System Supply(AWSS) ductile iron pipe, new roadway and sidewalk and restoration. This work was ILim@sfwater.org performed in two segments:Segment 1 occurred on Terry A Francois Blvd between South Street and Mission Rock Street and Segment 2 occurred on Illinois Street between 23rd Street and Marin Street. Bay Corridor Transmission Distribution Phase 3, San Francisco Public Utilities Commission, San Francisco,CA Special Electrical Inspector to the San Francisco Public Utilities Commission(SFPUC)for the Design-Build project that consisted of design and construction services for the BCTD — Phase 3 located in San Francisco, CA.The project required design, engineering, permitting, procurement of labor, materials procurement,construction, delivery, installation, and testing of new underground electrical utilities, underground wastewater pipeline replacement and rehabilitation, roadway and sidewalk re-paving, upgrade and restoration. Design scope consisted of two main elements: (1) electrical duct banks, cables, conductors and (2)sewer force mains,gravity sewer pipe,cured-in-place sewer pipeline liner, water distribution and appurtenances, roadway and sidewalk improvements in public rights-of-way. Construction scope also consisted of all work associated with installing the electrical duct banks, cables/conductors, sewer force main, gravity sewer pipe, cured-in-place sewer pipeline liner, water distribution pipe, all associated appurtenances in San Francisco and required restoration and improvements to public rights-of-way in accordance with San Francisco Public Works regulations and City Ordinances. Electrical work consisted of installing approximately 0.6 miles of underground duct bank and associated appurtenances. ► JAMES WEBERIII '"11 Construction Inspector SUMMARY i.Iii James Weber is a seasoned estimator with 26 years' experience and focus on electrical work for the top three electrical contractors in the country. He's estimated numerous wastewater and treatment facilities across the United States. As part of estimating any water facilities the following components are always factored in: low voltage systems (i.e. fire alarms, security, 04; communications, etc.), SCADA systems, high voltage 15kV and higher systems for incoming power, redundancy power and low voltage systems (i.e. transfer switches, generators, CONTACT emergency lighting systems, back-up feeders to motors and pumps, automatic transfer (415)656-3264 switches), low voltage electrical systems 12kV and lower, and related switchgear and jweber@mckinc.net transformer work. Additionally, he has experience with forensic review, value estimating, expert EDUCATION testimony and estimating oversight. B.A.Communications Studies and Theological Studies,University of EXPERIENCE San Diego Central Library Switchgear Replacement,City of Huntington Beach,Huntington Beach,CA Served as Lawyer's Assistant Program, Cost Estimator and Construction Manager for this Switchgear Replacement project in Huntington University of San Diego,CA Beach, CA. The project Scope of Work consisted of the replacement of the electrical service Construction Defect Litigation, entrance equipment "MSB". 1,600A, 480Y/277V, 3PH, 4W, 35kA within the Central Library located University of San Diego,CA in Huntington Beach. The existing gear was damaged and remained de-energized. CERTIFICATIONS I Temporary electrical equipment was set up and put in operation by-passing the existing equipment. ICC/ICBO Licensed Electrical The new gear was designed to replace the existing gear within the same footprint as feasible. Inspector Treasure Island Water Resource Recovery Facility,San Francisco Public Utilities Commission,San Journeyman Electrician Francisco Public Utilities Commission,San Francisco,CA SOFTWARE Served as Cost Estimator for this Water Resource Recovery project in San Francisco. The Treasure Microsoft Office Island Water Resource Recovery Facility Project will construct a new wastewater treatment facility Accubid adjacent to the existing plant(Treasure Island Water Pollution Control Plant) on Treasure Island to Timberline address aging infrastructure,ensure regulatory compliance,and meet the wastewater and recycled Revit CAD water needs of the future Treasure Island and Yerba Buena Island(TI/YBI)residents and businesses. The City's redevelopment of Treasure Island is anticipated to add open Primavera tY space, hotels, restaurants,P P P Unifier shops,entertainment venues and up to 8,000 new homes capable of housing more than 20,000 new HeavyBid residents by 2036.These facilities are critical components of San Francisco's growth and vitality,and REFERENCES the new plant will offer reliable,high-quality service to all who live,work,or play on TI/YBI. William Chan SFO International Terminal Building Phase 2 Project,San Francisco International airport,San Electrical Engineering Section Francisco,CA San Francisco International Served as Cost Estimator for the$289M Project that consisted of the renovation of the Departures Airport (650)821-7719 and Arrivals levels and consolidation of Customs and Border Protection facilities to ease congestion. The project renovated areas of the ITB departures and arrivals levels to meet current and forecasted international passenger growth and increase revenue generating opportunities by enhancing guest experience and optimizing Airport operations. Terminal 3 West Modernization Project,San Francisco International Airport,San Francisco,CA Provided Cost Estimating services to this SF0 project.This $800M project modernized the existing 400,000 square foot western half of the terminal, including a seismic retrofit, new architectural finishes and new passenger amenities.Created 190,000 square feet of additional space,allowing for expanded food, beverage and retail concessions. Included improvements to the building and technology systems to comply with the latest building fire and life safety code requirements. Reconfigured checkpoints and aircraft gates. Renovated and expanded Terminal 3 West, provided 7 for 5 gates at BAF with 7 new PBBs, included international swing gates with sterile connection ITB CBP facility, enhanced concession offerings and strived to achieve Net Zero Ready, LEED Gold certification.Airfield work included a new jet fuel system,flatwork,and other upgraded utilities. Terminal Phase I,NAPA County,Napa,CA Served Cost Estimator for the new terminal project in Napa Valley.Napa County Airports 1950's style terminal was a fixture at the airport for decades but with a new terminal,marks a new beginning for the local wine country aviation hub.The project resulted in new terminals for Atlantic Aviation an Skyservice Business Aviation,the airport s two fixed-base operators.The airport which commercial jets focuses on air-taxi service,corporate jets and private STEPHEN BENNETT III Construction Inspector SUMMARY MCK Mr. Bennett has over 30 years of experience in the construction industry and is skilled in all aspects of electrical and mechanical engineering concepts,complex job execution and troubleshooting of projects through completion. His experience includes CONTACT Supervisory/foreman duties leading crews, mentoring the labor force,working closely (415)656-3246 with the owner and engineers to expedite any design issues encountered in the field, CERTIFICATIONS interfacing with state inspectors and ensuring that all jobs meet state regulations, Certified Electrician,State of reading blueprints and drawings,and ensuring that all deadlines are met. Mr. Bennett California,License No.E135313G, coordinates, executes and maintains an effective field and office relationship during Expires 12/24,General Electrician build out process by using all necessary engineering, labor, subcontracting services, AGC of America U.S.A.C.E equipment/materials and other company resources available. He prioritizes for Construction Quality Management timeliness and contract/job change order implementation and mediates issues to for Contractors effective resolutions both on the general contractor and subcontractor levels. AGC of America EM 385-1-1 40 Mr. Bennett has held several positions as Site Superintendent/Site Safety Health Hour Construction Hazard Officer/Quality Control Manager/Assistant Project Manager. His responsibilities Awareness Safety Training typically include oversight of all subcontractors'activities, responsible for making sure Al Kirkwood&Associates,Inc.Fall that Safety Meetings occur on a weekly basis. Responsible for all reports associated Protection Instructor with the Site Safety Health Officer (SSHO) position such as Daily Production Reports, Waste Management Debris Reports, and any other reports associated with monthly AGC of America ARC Flash Safety billing. Review of all safety procedures associated with the project to ensure Training compliance with both OSHA and the EM385-1-1. Daily site safety inspections to PureSafety Electrical Safety and monitor processes for constant review of existing safety procedures.As Quality Control Lockout/Tagout for Construction Manager, he is responsible for implementing the 3 phases of control,ensuring that all work meets all requirements of the drawings and specifications and maintaining OSHA Construction Safety&Health control of the submittal process.Additional responsibilities include conducting weekly ID No.60048240 QC meeting and performing daily reporting and redline updates. A-B-CPR&First Aid Training EXPERIENCE Competent person in Scaffold Interdisciplinary Science and Engineering Building at the University of California, Building and Trenching/Shoring Irvine Methods Currently serving as Journeyman Electrician/QC for the $120M, six-story, 204,750 sf REFERENCES Science and Engineering facility at UCI. The project is targeting LEED Platinum. This Victor Kimberling design-build building features wet and dry laboratory and support spaces, research (619)520-2687 offices, classrooms, and administrative offices. Smart-grid technologies, victor@kimberlingenterprises.com transportation systems, energy storage, renewable energy technology, greenhouse- gas-reduction approaches,and zero-carbon mobility systems. Sam Sandoval (714)505-1977 Scripps Institution of Oceanography, US San Diego,San Diego,CA Served as Journeyman Electrician/QC to PCL Construction for the $25.7M, UCSD SIO Marine Conservation Facility that is comprised of eight new teaching and research labs as well as a multi-purpose outdoor space,rooftop cafe,and two large-stepped terraces for special events. Construction completed fall 2019. 2211 Michelson, Irvine,CA Served as Electrical Journeyman Foreman sent to close out the project and address punch list items and electrical and commissioning issues for the 266,000 sf, 12-story, high-end Class A office building with stone floor and stone and glass wall panels on a 1.2-acre site east of John Wayne Airport.The building is the first in California to be pre- certified in the Leadership in Energy and Environment Design (LEED®) Core and Shell program. W 1111 r vIC'I . "MCK's mission is simple. We strive for every employee to represent the company as if she/ he were the Owner. Caring about the success and image of the company translates into performance for the Client." Brendan P. McDevitt, P.E. President /CEO MCK Americas, Inc. EXHIBIT`B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel. Charges for time during travel are not reimbursable C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 974 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. 975 EXHIBIT B RATE SHEET MCK AMERICAS (PRIME) Role 2025 Billing Rate Al Cochran Inspector $ 185.00 Billy Boidock Construction Manager $ 212.45 Brendan McDevitt Construction Manager $ 250.00 James Weber Inspector $ 185.00 Keith Olinger Construction Manager $ 212.45 Matt White Scheduler $ 219.78 Natasha Cargill Construction Manager $ 156.29 Nate Gavzy Construction Manager $ 222.22 Stephen Bennett Inspector $ 151.00 Tania Gharechedaghy Construction Manager $ 250.00 Tom Bosley Construction Manager $ 222.22 TRICERTUS _,,. .. 2025 Billing Rate II Ricardo Rodriguez Scheduler $ 204.10 Engel Gaeta Scheduler $ 201.80 *yearly increase is equal to CPI index for Los Angeles-Long Beach-Anaheim through US Bureau of Labor Iii MCK AMERICAS INC. I www.mckinc.net 2 MCA 976 �i+� 41" i ) ® DATE(M1.11DDIYYYY) AC CCU? CERTIFICATE OF LIABILITY INSURANCE 10/27/2(125 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: Helen Jang AssuredPartners Design Professionals Insurance Services, LLC PHONE 626-696-1892 FAX 3697 3697 Mt. Diablo Blvd Suite 230 (AIC.No.Ex!): Lafayette CA 94549 ADDRESS: CertsDesignPro@ASsuredPariners.com INSURER(S)AFFORDING COVERAGE NAIC# License#:6003745 INSURER A:Trumbull Insurance Company 27120 INSURED MCKAMER-01 INSURER B:Hartford Casualty Insurance Company 29424 MCK Americas, Inc.dba: MCK Associates, LLC 150 Executive Park Blvd.Ste 2150 INSURER C:Hartford Underwriters Insurance Company 30104 San Francisco CA 94134 INSURER D:US Specialty Insurance Company 29599 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:278360829 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. INSRXP I TYPE OF IN ADEL SURANCE NSD SUER POLICY NUMBER (M/DDIIYYYYY) (FF MMVOD�YYI LIMITS C X COMMERCIAL GENERAL LIABILITY Y Y 57SBWBN1PG4 7/29/2025 7/29/2026 EACH OCCURRENCE $2,000,000 DAMAGE CLAIMS-MADE X OCCUR M SESO(EaENTED occurrence) $1,000,000 X Contractual Lab MED EXP(Any one person) $10,000 _ Included PERSONAL 8 ADV INJURY S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X j PROT LOC PRODUCTS-COMP/OP AGG S 4,000,000 JEC OTHER: A AUTOMOBILE LIABILITY Y Y 57UEGFM1054 7/29/2025 7/29/2026 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) - _ X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS - — - - HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY �r accident _ 1 5 C X UMBRELLA LIAB X OCCUR Y Y 57SBVuBN1PG4 7/29/2025 7/29/2026 EACH OCCURRENCE $1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 DED X RETENTIONS innnn S B WORKERS COMPENSATION Y 57WEGBHBZRB 7/29/2025 7/29/2026 X STATUTE OTH- ER AND EMPLOYERS'LIABILITY Y I N ANYPROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER I.IEMBER EXCLUDED? N IA E.L.DISEASE-EA EMPLOYEE $1,000,000 (Mandatory In NH) --If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C =r.;lass coal..a1:I'.j USS2535830 7/29/2025 7/29/2026 Per Claim $2,000,000 Aggregate Limit S2,000,000 APIROVED AS TO FOI1 DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The following policies are included in the underlying schedule of insurance for umbrella/excess liability:Geperal Liability/Auto LiabilitylE to r la lity. RE:2025 On-Call CM.INSP,On-Call Construction Management and Inspection Services. ISM:_ _ MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION 30 Day Notice of Cancellation • SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach 2000 Main Street AUTHORIZED E�PRESENTATIVE Huntington Beach CA 92648 �'G.�'T✓J/ i ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD • Policy Number: 57 UEG FM1054 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional If notice is mailed, proof of mailing to the last known Conditions: mailing address of the certificate holder(s) on file with A. If this policy is cancelled by the Company, other the agent of record or the Company will be sufficient than for nonpayment of premium, notice of such proof of notice. cancellation will be provided at least thirty (30) Any notification rights provided by this endorsement days in advance of the cancellation effective date apply only to active certificate holder(s) who were to the certificate holder(s) with mailing addresses issued a certificate of insurance applicable to this on fife with the agent of record or the Company. policy's term. B. If this policy is cancelled by the Company for Failure to provide such notice to the certificate nonpayment of premium, or by the insured, notice holder(s) will not amend or extend the date the of such cancellation will be provided within (10) cancellation becomes effective, nor will it negate days of the cancellation effective date to the cancellation of the policy. Failure to send notice shall certificate holder(s) with mailing addresses on file impose no liability of any kind upon the Company or its with the agent of record or the Company. agents or representatives. • Form IH 0313 0611 Page 1 of 1 © 2011,The Hartford Policy# 57SBWBN1PG4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE '. •• HARTFORD BLANKET ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS LIABILITY COVERAGE FORM Except as otherwise stated in this endorsement,the terms and conditions of the Policy apply. A. The following is added to Section C.WHO IS AN INSURED: Additional Insureds When Required By Written Contract,Written Agreement Or Permit The person(s) or organization(s) identified in Paragraphs a. through f. below are additional insureds when you have agreed, in a written contract or written agreement, or when required by a written permit issued by a state or governmental agency or subdivision or political subdivision that such person or organization be added as an additional insured on your Coverage Part, provided the injury or damage occurs subsequent to the execution of the contract or agreement, or the issuance of the permit. A person or organization is an additional insured under this provision only for that period of time required by the contract, agreement or permit. However, no such person or organization is an additional insured under this provision if such person or organization is included as an additional insured by any other endorsement issued by us and made a part of this Coverage Part. The insurance afforded to such additional insured will not be broader than that which you are required by the contract, agreement,or permit to provide for such additional insured. The insurance afforded to such additional insured only applies to the extent permitted by law. The limits of insurance that apply to additional insureds are described in Section D. LIABILITY AND MEDICAL EXPENSES LIMITS OF INSURANCE. How this insurance applies when other insurance is available to an additional insured is described in the Other Insurance Condition in Section E. LIABILITY AND MEDICAL EXPENSES GENERAL CONDITIONS. a. Vendors Any person(s) or organization(s) (referred to below as vendor), but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business and only if this Coverage Part provides coverage for "bodily injury" or "property damage" included within the"products-completed operations hazard". (1) The insurance afforded to the vendor is subject to the following additional exclusions: This insurance does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for . damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; ' (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or • the substitution of parts under instructions from the manufacturer,and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to t make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; Form SL 30 32 06 21 Page 1 of 3 ©2021,The Hartford (May Include copyrighted material of Insurance Services Office, inc., with its permission) THiS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. THE HARTFORD (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury"or"property damage"arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (I) The exceptions contained in Paragraphs(d)or(f);or (ii) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization from whom you have acquired such products, or any ingredient, part or container,entering into, accompanying or containing such products. b. Lessors Of Equipment (1) Any person or organization from whom you lease equipment; but only with respect to their liability for "bodily injury", "property damage"or"personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person or organization. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence"which takes place after you cease to lease that equipment. c. Lessors Of Land Or Premises (1) Any person or organization from whom you lease land or premises, but only with respect to liability arising out of the ownership,maintenance or use of that part of the land or premises leased to you. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to: (a) Any"occurrence"which takes place after you cease to lease that land or be a tenant in that premises; or (b) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. d. Architects, Engineers Or Surveyors (1) Any architect, engineer, or surveyor, but only with respect to liability for"bodily injury", "property damage" or "personal and advertising injury"caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In connection with your premises; (b) In the performance of your ongoing operations performed by you or on your behalf;or (c) In connection with "your work" and included within the "products-completed operations hazard", but only if: (I) The written contract, written agreement or permit requires you to provide such coverage to such additional insured; and (ii) This Coverage Part provides coverage for"bodily injury"or"property damage"included within the "products-completed operations hazard". (2) With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury"arising out of the rendering of or the failure to render any professional services,including: (i) The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports,surveys,field orders, change orders, designs or drawings and specifications;or (ii) Supervisory,surveying, inspection, architectural or engineering activities. This exclusion applies even if the claims allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by an,insured, if the "bodily injury", "property Form SL 30 32 06 21 Page 2 of 3 ©2021, The Hartford (May include copyrighted material of Insurance Services Office, Inc.,with its permission) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE HARTFORD damage", or"personal and advertising injury"arises out of the rendering of or the failure to render any professional service. e. State Or Governmental Agency Or Subdivision Or Political Subdivision Issuing Permit (1) Any state or governmental agency or subdivision or political subdivision, but only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit. (2) With respect to the insurance afforded to these additional insureds,this insurance does not apply to: (a) 'Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality;or (b) "Bodily injury"or"property damage"included within the"products-completed operations hazard". f. Any Other Party (1) Any other person or organization who is not in one of the categories or classes listed above in Paragraphs a. through e. above, but only with respect to liability for"bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In the performance of your ongoing operations performed by you or on your behalf; (b) In connection with your premises owned by or rented to you;or (c) In connection with "your work" and included within the "products-completed operations hazard", but only if: (i) The written contract, written agreement or permit requires you to provide such coverage to such additional insured;and (ii) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products-completed operations hazard". (2) With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys,field orders,change orders,designs or drawings and specifications; or (b) Supervisory,surveying, inspection, architectural or engineering activities. This exclusion applies even if the claims allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by an insured, if the "bodily injury", "property damage", or "personal and advertising injury" arises out of the rendering of or the failure to render any professional service described in Paragraphs f.(2)(a)or f.(2)(b)above. Form SL 30 32 06 21 Page 3 of 3 ©2021,The Hartford (May include copyrighted material of Insurance Services Office, Inc.,with its permission) Policy# 57SBWBN1PG4 i • THE ww HARTFORD a. "Bodily injury"to a co-"employee"of the person operating the watercraft;or b. "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an insured under this provision. No person or organization Is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations. D. LIABILITY AND MEDICAL EXPENSES LIMITS OF INSURANCE 1. The Most We Will Pay The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing"suits". 2. Aggregate Limits The most we will pay for: a. Damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard"is the Products-Completed Operations Aggregate Limit shown in the Declarations. b. Damages because of all other "bodily injury", "property damage" or "personal and advertising injury", including medical expenses,is the General Aggregate Limit shown in the Declarations. This General Aggregate limit does not apply to "property damage" to premises while rented to you or temporarily occupied by you with permission of the owner, arising out of fire, lightning or explosion. 3. Each Occurrence Limit Subject to 2.a. or 2.b above, whichever applies, the most we will pay for the sum of all damages because of all "bodily injury", "property damage" and medical expenses arising out of any one "occurrence" is the Liability and Medical Expenses Limit shown in the Declarations. The most we will pay for all medical expenses because of "bodily injury" sustained by any one person Is the Medical Expenses Limit shown in the Declarations. 4. Personal And Advertising Injury Limit Subject to 2.b. above, the most we will pay for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization is the Personal and Advertising Injury Limit shown in the Declarations. 5. Damage To Premises Rented To You Limit Premises Rented To You Limit is the most we will payunder Business Liability Coverage for The Damage To damages because of"property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning or explosion,while rented to you or temporarily occupied by you with permission of the owner. In the case of damage by fire, lightning or explosion, the Damage to Premises Rented To You Limit applies to all damage proximately caused by the same event, whether such damage results from fire, lightning or explosion or any combination of these. 57SBWBNIP44 How Limits Apply To Additional Insureds The most we will pay on behalf of a person or organization who is an additional insured under this Coverage Part is the lesser of: a. The limits of insurance required in a written contract,written agreement or permit; or b. The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to the Limits of Insurance shown in the Declarations and described in this Section. If more than one limit of insurance under this Policy and any endorsements attached thereto applies to any claim or "suit", the most we will pay under this Policy and the endorsements is the single highest limit of liability of all Form SL 00 00 1018 Page 14 of 22 ©2018, The Hartford (May include copyrighted material of Insurance Services Office,Inc.,with its permission) I � THE r' HARTFORD coverages applicable to such claim or "suit". However, this paragraph does not apply to the Medical Expenses limit set forth in Paragraph 3.above. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. E. LIABILITY AND MEDICAL EXPENSES GENERAL CONDITIONS 1. Bankruptcy Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Coverage Part. 2. Duties In The Event Of Occurrence, Offense,Claim Or Suit a. Notice Of Occurrence Or Offense You or any additional insured under this Coverage Part must see to it that we are notified as soon as practicable of an"occurrence"or an offense which may result in a claim. To the extent possible, notice should include: (1) How,when and where the"occurrence"or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the"occurrence"or offense. b. Notice Of Claim If a claim is made or"suit" is brought against any insured, you or any additional insured under this Coverage Part must: (1) Immediately record the specifics of the claim or"suit"and the date received;and (2) Notify us as soon as practicable. You or any additional insured under this Coverage Part must see to it that we receive a written notice of the claim or"suit"as soon as practicable. c. Assistance And Cooperation Of The Insured You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or"suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation,settlement of the claim or defense against the"suit";and (4) Assist us, upon our request, in the enforcement of any right against any person or organization that may be liable to the insured because of injury or damage to which this insurance may also apply. d. Obligations At The Insured's Own Cost No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense,other than for first aid,without our consent. e. Additional Insured's Other Insurance If we cover a claim or"suit" under this Coverage Part that may also be covered by other insurance available to an additional insured under this Coverage Part, such additional insured must submit such claim or"suit"to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written contract, written agreement or permit that this insurance is primary and non-contributory with such additional insured's own insurance. f. Knowledge Of An Occurrence,Offense, Claim Or Suit Paragraphs a. and b. apply to you or to any additional insured under this Coverage Part only when such "occurrence",offense, claim or"suit"is known to: Form SL 00 00 10 18 Page 15 of 22 ©2018, The Hartford (May include copyrighted material of Insurance Services Office, Inc.,with its permission) `.. ' , THE ". HARTFORD (1) You or any additional insured under this Coverage Part that is an individual; (2) Any partner, if you or an additional insured under this Coverage Part is a partnership; (3) Any manager, if you or an additional insured under this Coverage Part is a limited liability company; (4) Any"executive officer"or insurance manager, if you or an additional insured under this Coverage Part is a corporation; (5) Any trustee, if you or an additional insured under this Coverage Part is a trust; or (6) Any elected or appointed official, if you or an additional insured under this Coverage Part is a political subdivision or public entity. This Paragraph f.applies separately to you and any additional insured under this Coverage Part. 3. Legal action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a"suit"asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this insurance or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. 4. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Policy to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom a claim is made or"suit" is brought. 5. Representations a. When You Accept This Policy By accepting this Policy, you agree: (1) The statements in the Declarations are accurate and complete; (2) Those statements are based upon representations you made to us; and (3) We have issued this Policy in reliance upon your representations. b. Unintentional Failure To Disclose Hazards If unintentionally you should fail to disclose all hazards relating to the conduct of your business at the inception date of this Coverage Part, we shall not deny any coverage under this Coverage Part because of such failure. 6. Other Insurance If other valid and collectible insurance is available for a loss we cover under this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when b. below applies. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. b. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: (1) Your Work That is Fire, Extended Coverage, Builder's Risk, Installation Risk, Owner Controlled Insurance Program or OCIP, Contractor Controlled Insurance Program or CCIP, Wrap Up Insurance or similar coverage for "your work"; Form SL 00 00 10 18 Page 16 of 22 ©2018, The Hartford (May include copyrighted material of Insurance Services Office, Inc., with its permission) THE HARTFORD (2) Premises Rented To You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; (3) Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (4) Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos"or watercraft to the extent not subject to Exclusion g.of Section B. Exclusions. (5) Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of"property damage"to borrowed equipment or the use of elevators to the extent not subject to Exclusion k.of Section B. Exclusions. (6) When You Are Added As An Additional Insured To Other Insurance That is other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance;or (7) When You Add Others As An Additional Insured To This Insurance That is other insurance available to an additional insured. However, the following provisions apply to other insurance available to any person or organization who is an additional insured under this Coverage Part: (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract, written agreement or permit that this insurance be primary. If other insurance is also primary,we will share with all that other insurance by the method described in c. below. (b) Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract,written agreement or permit that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs(a) and (b) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty under this Coverage Part to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that"suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any,that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. c. Method Of Sharing If all the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains,whichever comes first. Form SL 00 00 10 18 Page 17 of 22 ©2018, The Hartford (May include copyrighted material of Insurance Services Office, Inc., with its permission) THE HARTFORD If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 7. Transfer Of Rights Of Recovery Against Others To Us a. Transfer Of Rights Of Recovery If the insured has rights to recover all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. This condition does not apply to Medical Expenses Coverage. b. Waiver Of Rights Of Recovery(Waiver Of Subrogation) If the insured has waived any rights of recovery against any person or organization for all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, we also waive that right, provided the insured waived their rights of recovery against such person or organization in a contract, agreement or permit that was executed prior to the injury or damage. F. LIABILITY AND MEDICAL EXPENSES DEFINITIONS 1. "Advertisement" means a notice that is broadcast or published to the general public or specific market segments about your goods, products or services for the purpose of attracting customers or supporters. For the purpose of this definition: a. Notices that are published include material placed on the Internet or on similar electronic means of communication; and b. Regarding web sites, only that part of a web site that is about your goods, products or services for the purpose of attracting customers or supporters is considered an advertisement. 2. "Advertising idea"means any idea for an "advertisement". 3. "Asbestos hazard" means an exposure or threat of exposure to the actual or alleged properties of asbestos and includes the mere presence of asbestos in any form. 4. "Auto"means: a. A land motor vehicle, trailer or semi-trailer designed for travel on public roads, including any attached machinery or equipment; or b. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance or motor vehicle registration law where it is licensed or principally garaged. However, "auto"does not include"mobile equipment". 5. "Bodily injury"means physical: a. Injury; b. Sickness; or c. Disease sustained by a person and, if arising out of the above, mental anguish or death at any time. 6. "Coverage territory"means: a. The United States of America (including its territories and possessions), Puerto Rico and Canada; b. International waters or airspace, but only if the injury or damage occurs in the course of travel or transportation between any places included in a.above; c. All other parts of the world if the injury or damage arises out of: (1) Goods or products made or sold by you in the territory described in a.above; (2) The activities of a person whose home is in the territory described in a.above, but is away for a short time on your business;or Form SL 00 00 10 18 Page 18 of 22 ©2018, The Hartford (May include copyrighted material of Insurance Services Office, Inc., with its permission) Policy# 57SBWBNIPG4 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ;:• THE •- HARTFORD • AMENDMENT - AGGREGATE LIMITS (PER PROJECT) This endorsement modifies insurance provided under the following: BUSINESS LIABILITY COVERAGE FORM Except as otherwise stated in this endorsement,the terms and conditions of the Policy apply. A. The following changes are made to Section D. LIABILITY AND MEDICAL EXPENSES LIMITS OF INSURANCE: 1. The following provision is added to Paragraph 2.Aggregate Limits: The General Aggregate Limit under Section D. LIABILITY AND MEDICAL EXPENSES LIMIT OF INSURANCE applies separately to each of your"projects". 2. The following provision is added to Paragraph 2.Aggregate Limits: When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of"bodily Injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit. B. The following changes are made to Section F. LIABILITY AND MEDICAL EXPENSES DEFINITIONS: 1. The following definition is added: "Project" means a premises, site or location that is away from a premises, site or location owned or rented to you and at which"your work"at said premises,site or location has not yet been completed, as completion is described in the "products-completed operation hazard". All of"your work" at such premises, site or location is deemed to involve a single project, regardless of whether"your work" Is abandoned, delayed, or restarted, or if"your work" deviates from plans, blueprints, designs, specifications or timetables. Form SL 30 1810 18 Page 1 of 1 ©2018,The Hartford (May include copyrighted material of Insurance Services Office, Inc.,with its permission) POLICY NUMBER: 57SBNBN1PG4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. -M. THE HARTFORD NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s)with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the company for non-payment of premium, or by the insured, notice of such cancellation to the certificate hold er(s)s with mailing will be provided within ten (10) days of the cancellation effective date ( ) addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s)on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s)who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. • Form SL 90 13 10 18 Pagel of ©2018,The Hartford (May include copyrighted material of Insurance Services Office, Inc.,with its permission) • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number: 57WEGBHSZRB Endorsement Number: Effective Date:07/29/2025 Effective hour is the same as slated on the Information Page of the policy. Named Insured and Address: MCK Americas, Inc.dba: MCK Associates, LLC 150 Executive Park Blvd. Ste 2150 San Francisco, CA 94134 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.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2%of the California workers'compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us Countersigned 9 by Authorized Representative Form WC 04 03 06 (1)Printed in U.S.A. Policy Expiration Date:07/29/2026 • 57UEGFM1054 COMMERCIAL AUTOMOBILE HA 99 16 12 21 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form, the provisions of this endorsement apply. 1. BROAD FORM INSURED e. Employees as Insureds Paragraph .1. - WHO IS AN INSURED - of (1).Any "employee" of yours while using a Section II - Liability Coverage is amended to covered "auto" you don't own, hire or add the following: borrow In your business or your personal d. Subsidiaries and Newly Acquired or affairs. Formed Organizations f. Lessors as Insureds The Named Insured shown in the Declarations (1).The lessor of a covered "auto" while the is amended to include: "auto" is leased to you under a written (1) Any legal business entity other than a agreement if: partnership or joint venture, formed as a (a) The agreement requires you to subsidiary in which you have an provide direct primary insurance for ownership interest of more than 50% on the lessor and the effective date of the Coverage Form. (b) The "auto"is leased without a driver. . However, the Named Insured does not Such a leased "auto" will be considered a include any subsidiary that is an "insured" covered "auto" you own and not a covered under any other automobile policy or "auto"you hire. would be an"insured" under such a policy but for its termination or the exhaustion of g. Additional Insured if Required by Contract its Limit of Insurance. (1) When you have agreed, in a written (2) Any organization that is acquired or contract or written agreement, that a formed by you and over which you person or organization be added as an maintain majority ownership. However, additional insured on your business auto the Named Insured does not include any policy, such person or organization is an newly formed or acquired organization: "insured", but only to the extent such person or organization is liable for "bodily (a) That is a partnership or joint venture, injury or "property damage" caused by (b) That is an "insured" under any other the conduct of an "insured" under policy, paragraphs a. or b. of Who Is An Insured (c) That has exhausted its Limit of with regard to the ownership, Insurance under any other policy, or maintenance or use of a covered "auto." (d) 180 days or more after its acquisition The insurance afforded to any such or formation by you, unless you have additional insured applies only if the given us notice of the acquisition or "bodily injury" or "property damage" formation. occurs: Coverage does not apply to "bodily injury" (a) During the policy period, and or"property damage" that results from an (b) Subsequent to the execution of such "accident" that occurred before you written contract, and formed or acquired the organization. Form HA 99 16 12 21 Page 1 of 5 ©2021,The Hartford (Includes copyrighted material of Insurance Services Office, Inc.with its permission.) (c) Prior to the expiration of the period of This insurance Is primary if you have time that the written contract requires agreed in a written contract or written such insurance be provided to the agreement that this insurance be primary. additional insured. If other insurance is also primary, we will (2) How Limits Apply share with all that other insurance by the method described in Other Insurance 5.d. If you have agreed in a written contract or written agreement that another person or (2) Primary And Non-Contributory To Other organization be added as an additional Insurance When Required By Contract insured on your policy, the most we will If you have agreed in a written contract or pay on behalf of such additional insured Is written agreement that this insurance is the lesser of: primary and non-contributory with the (a)The limits of insurance specified in the additional insured's own insurance, this written contract or written agreement; insurance is primary and we will not seek or contribution from that other insurance. (b) The Limits of Insurance shown in the Paragraphs (1) and (2) do not apply to other Declarations. insurance to which the additional insured has Such amount shall be a part of and not in been added as an additional insured. addition to Limits of Insurance shown in When this insurance is excess, we will have the Declarations and described in this no duty to defend the insured against any Section. "suit"if any other insurer has a duty to defend (3) Additional Insureds Other Insurance the insured against that "suit". If no other insurer defends, we will undertake to do so, If we cover a claim or "suit" under this but we will be entitled to the insured's rights Coverage Part that may also be covered against all those other insurers. by other insurance available to an When this insurance is excess over other additional insured, such additional insured insurance, we will a only'our share of the must submit such claim or "suit" to the pay other insurer for defense and indemnity. amount of the loss, if any, that exceeds the sum of: However, this provision does not apply to (1) The total amount that all such other the extent that you have agreed In a insurance would pay for the loss in the written contract or written agreement that absence of this insurance;and this insurance is primary and non-contributory with the additional (2) The total of all deductible and self-insured insured's own insurance. amounts under all that other insurance. (4) Duties in The Event Of Accident, Claim, We will share the remaining loss, if any, by Suit or Loss the method described in SECTION IV- Business Auto Conditions, B. General If you have agreed in a written contract or Conditions, Other Insurance 5.d. written agreement that another person or organization be added as an additional 3. AUTOS RENTED BY EMPLOYEES insured on your policy, the additional Any "auto" hired or rented by your"employee" on insured shall be required to comply with your behalf and at your direction will be the provisions in LOSS CONDITIONS 2. - considered an"auto"you hire. DUTIES IN THE EVENT OF ACCIDENT, The SECTION IV- Business Auto Conditions, B. CLAIM , SUIT OR LOSS —OF SECTION General Conditions, 5. OTHER INSURANCE IV — BUSINESS AUTO CONDITIONS, in Condition is amended by adding the following: the same manner as the Named Insured. e. If an "employee's" personal insurance also 2. Primary and Non-Contributory if Required applies on an excess basis to a covered by Contract "auto" hired or rented by your "employee" on Only with respect to insurance provided to an your behalf and at your direction, this additional insured in A.1.g. - Additional insurance will be primary to the "employee's" Insured If Required by Contract, the following personal insurance. provisions apply: (1) Primary Insurance When Required By Contract Page 2 of 5 Form HA 9916 12 21 4. AMENDED FELLOW EMPLOYEE EXCLUSION obligation for any difference between the actual EXCLUSION 5. - FELLOW EMPLOYEE - of cash value of the "auto" at the time of the "loss" SECTION II - LIABILITY COVERAGE does not and the"outstanding balance"of the loan/lease. apply if you have workers' compensation "Outstanding balance" means the amount you insurance in-force covering all of your owe on the loan/lease at the time of "loss" less "employees". any amounts representing taxes; overdue Coverage is excess over any other collectible payments; penalties, interest or charges resulting insurance. from overdue payments; additional mileage 5. HIRED AUTO PHYSICAL DAMAGE COVERAGE charges; excess wear and tear charges; lease termination fees; security deposits not returned by If hired "autos" are covered "autos" for Liability the lessor; costs for extended warranties, credit Coverage and if Comprehensive, Specified life Insurance, health, accident or disability Causes of Loss, or Collision coverages are insurance purchased with the loan or lease; and provided under this Coverage Form for any "auto" carry-over balances from previous loans or you own, then the Physical Damage Coverages leases. provided are extended to "autos" you hire or 8. AIRBAG COVERAGE borrow,subject to the following limit. The most we will payfor"loss"to anyhired "auto" Under Paragraph B. EXCLUSIONS -of SECTION III - PHYSICAL DAMAGE COVERAGE, the is: following is added: (1) $100,000; The exclusion relating to mechanical breakdown (2) The actual cash value of the damaged or does not apply to the accidental discharge of an stolen property at the time of the"loss"; or airbag. (3) The cost of repairing or replacing the 9. ELECTRONIC EQUIPMENT - BROADENED damaged or stolen property, COVERAGE whichever is smallest, minus a deductible. The a. The exceptions to Paragraphs B.4 - deductible will be equal to the largest deductible EXCLUSIONS - of SECTION III - PHYSICAL applicable to any owned "auto"for that coverage. DAMAGE COVERAGE are replaced by the No deductible applies to "loss" caused by fire or following: lightning. Hired Auto Physical Damage coverage Exclusions 4.c. and 4.d. do not apply to is excess over any other collectible insurance. equipment designed to be operated solely by Subject to the above limit, deductible and excess use of the power from the "auto's" electrical provisions, we will provide coverage equal to the • system that, at the time of"loss", is: broadest coverage applicable to any covered "auto"you own. (1) Permanently installed in or upon the We will also cover loss of use of the hired "auto" if covered "auto"; it results from an "accident", you are legally liable (2) Removable from a housing unit which is and the lessor incurs an actual financial loss, permanently Installed in or upon the subject to a maximum of$1000 per"accident". covered "auto"; This extension of coverage does not apply to any (3) An integral part of the same unit housing "auto" you hire or borrow from any of your any electronic equipment described in "employees", partners (if you are a partnership), Paragraphs(1)and(2)above; or members (if you are a limited liability company), (4) Necessary for the normal operation of the or members of their households. covered "auto" or the monitoring of the 6. PHYSICAL DAMAGE - ADDITIONAL covered "auto's"operating system. TEMPORARY TRANSPORTATION EXPENSE b. Section III, Physical Damage Coverage, Limit COVERAGE of Insurance, Paragraph C.2. is amended to Paragraph A.4.a. of SECTION III - PHYSICAL add the following: DAMAGE COVERAGE is amended to provide a $1,500 is the most we will pay for "loss" in limit of $50 per day and a maximum limit of any one"accident"to all electronic equipment $1,000. (other than equipment designed solely for the 7. LOAN/LEASE GAP COVERAGE reproduction of sound, and accessories used Under SECTION III - PHYSICAL DAMAGE with such equipment) that reproduces, receives or transmits audio, visual or data COVERAGE, in the event of a total "loss" to a signals which, at the time of"loss",is: covered "auto", we will pay your additional legal Form HA 99 16 12 21 Page 3 of 5 (1) Permanently installed in or upon the (2) A partner,if you are a partnership; covered "auto" in a housing, opening or (3) A member, if you are a limited liability other location that is not normally used by ' company; or the"auto" manufacturer for the installation (4) An executive officer or insurance manager, if of such equipment; you are a corporation. (2) Removable from a permanently installed housing unit as described in Paragraph 14. UNINTENTIONAL FAILURE TO DISCLOSE 2.a. above or is an integral part of that 'HAZARDS equipment; or If you unintentionally fail to disclose any hazards existingat the inception date ofyour policy, we (3)An integral part of such equipment. p p y will not deny coverage under this Coverage Form c. For each covered "auto", should loss be because of such failure. limited to electronic equipment only, our obligation to pay for, repair, return or replace 15. HIRED AUTO -COVERAGE TERRITORY damaged or stolen electronic equipment will SECTION IV, BUSINESS AUTO CONDITIONS, be reduced by the applicable deductible PARAGRAPH B. GENERAL CONDITIONS, 7. - shown in the Declarations, or$250, whichever POLICY PERIOD, COVERAGE TERRITORY - is deductible is less. added to include the following: 10. EXTRA EXPENSE -BROADENED COVERAGE (6) For short-term hired "autos", the coverage Under Paragraph A. - COVERAGE - of SECTION territory with respect to Liability Coverage is III - PHYSICAL DAMAGE COVERAGE, we will anywhere in the world provided that if the pay for the expense of returning a stolen covered "insured's" responsibility to pay damages for "auto"to you. "bodily injury" or "property damage" is 11. GLASS REPAIR-WAIVER OF DEDUCTIBLE determined in a "suit," the "suit" is brought in the United States of America, the territories Under Paragraph D. - DEDUCTIBLE - of and possessions of the United States of SECTION III -PHYSICAL DAMAGE COVERAGE, America, Puerto Rico or Canada or in a the following is added: settlement we agree to. No deductible applies to glass damage if the glass 16. WAIVER OF SUBROGATION is repaired rather than replaced. Paragraph 5. TRANSFER OF RIGHTS OF 12. TWO OR MORE DEDUCTIBLES RECOVERY AGAINST OTHERS TO US - of Under Paragraph D. - DEDUCTIBLE - of SECTION IV - BUSINESS AUTO CONDITIONS SECTION III-PHYSICAL DAMAGE COVERAGE, A. Loss Conditions is amended by adding the the following is added: following: If another Hartford Financial Services Group, Inc. We waive any right of recovery we may have company policy or coverage form that is not an against any person or organization with whom you automobile policy or coverage form applies to the have a written contract that requires such waiver same"accident", the following applies: because of payments we make for damages (1) If the deductible under this Business Auto under this Coverage Form. Coverage Form is the smaller (or smallest) 17. RESULTANT MENTAL ANGUISH COVERAGE deductible, it will be waived; The definition of "bodily injury" in SECTION V- (2) If the deductible under this Business Auto DEFINITIONS, C. is replaced by the following: Coverage Form is not the smaller (or "Bodily injury" means bodily injury, sickness or smallest) deductible, it will be reduced by the disease sustained by any person, including amount of the smaller (or smallest) mental anguish or death resulting from any of deductible. these. 13. AMENDED DUTIES IN THE EVENT OF 18. EXTENDED CANCELLATION CONDITION ACCIDENT, CLAIM,SUIT OR LOSS Paragraph 2. of the COMMON POLICY The requirement in LOSS CONDITIONS 2.a. - CONDITIONS -CANCELLATION -applies except DUTIES IN THE EVENT OF ACCIDENT, CLAIM, as follows: SUIT OR LOSS - of SECTION IV - BUSINESS If we cancel for any reason other than AUTO CONDITIONS that you must notify us of an nonpayment of premium, we will mail or deliver to "accident" applies only when the "accident" is the first Named Insured written notice of known to: cancellation at least 60 days before the effective (1) You, if you are an individual; date of cancellation. Page 4 of 5 Form HA 9916 12 21 19. HYBRID, ELECTRIC, OR NATURAL GAS b. A "hybrid" auto is defined as an auto with an VEHICLE PAYMENT COVERAGE internal combustion engine and one or more In the event of a total loss to a "non-hybrid" auto electric motors; and that uses the internal for which Comprehensive, Specified Causes of combustion engine and one or more electric Loss, or Collision coverages are provided under motors to move the auto, or the internal this Coverage Form, then such Physical Damage combustion engine to charge one or more electric motors, which move the auto. Coverages are amended as follows: a. If the auto is replaced with a "hybrid" auto or 20. VEHICLE WRAP COVERAGE an auto powered solely by electricity or In the event of a total loss to an "auto" for which natural gas, we will pay an additional 10%, to Comprehensive, Specified Causes of Loss, or a maximum of $2,500, of the "non-hybrid" Collision coverages are provided under this auto's actual cash value or replacement cost, Coverage Form, then such Physical Damage whichever is less, Coverages are amended to add the following: b. The auto must be replaced and a copy of a In addition to the actual cash value of the "auto", bill of sale or new lease agreement received we will pay up to $1,000 for vinyl vehicle wraps by us within 60 calendar days of the date of which are displayed on the covered "auto" at the "loss," time of total loss. Regardless of the number of c. Regardless of the number of autos deemed a autos deemed a total loss, the most we will pay total loss, the most we will pay under this under this Vehicle Wrap Coverage provision for Hybrid, Electric, or Natural Gas Vehicle any one "loss" is $5,000. For purposes of this Payment Coverage provision for any one coverage provision, signs or other graphics "loss"is$10,000. painted or magnetically affixed to the vehicle are not considered vehicle wraps. For the purposes of the coverage provision, a. A"non-hybrid" auto is defined as an auto that uses only an internal combustion engine to move the auto but does not include autos powered solely by electricity or natural gas. • Form HA 99 1612 21 Page 5 of 5 ..,,,,,......,.. i'\cuTING Professional Services \\4\ •.•............. �Rp pR ••.• Contracts for On -Call •• � __ _ _ _, .• Construction Management, • t - - '• Materials Testing , and _ -- -- _ _____ _ �_- ,_ ___,, ____ 1‘ - � % S Inspection Services -_ _ __ Department of Public Works December 16 , 2025 • ----- - '--- - i ck• AI ) %%tea .,4%•° ' • 1 4 ••••./, 19% •• 0 IC •,•• P�0NTc ;Iir 141W411 4.' I/// 1286 1 BAC KG RO U N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Proposal (RFP) for these services. The RFP covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFP Selection. / 0• TING .`4.. i LI I .1. '? S II °`••.••�NGOflPORgTF�O�V \ -— ' - 't.'4''44"*4Wt - ',\3 ', ,: (r,,,,/ L-51 4iiiimitilitA6 'Ic' 1 ^( I ! r.ti pay, _ 's •_y -- � •. . i \"�` r `, , -7. -� 1 �cF�0 •• \\ 4 11 UNTN Co-,' 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. NT I I�� N G T 0 _ II O( \ N`O- A FD... (2 1 • `F 0OUNT`I� 1288 1 RFP Selection Matrix I # Firms Construction Inspection Material Testing NTE I Management 1 Accenture Infrastructure and Capital Projects, LLC X X $1,500,000.00 2 Ardurra Group, Inc. X X X $2,500,000.00 3 Berg&Associates, Inc. X X X $2,500,000.00 4 Cannon Corporation X X X $2,500,000.00 5 Certerra RMA Group X X X $2,500,000.00 6 Dudek X X $1,500,000.00 7 FCG Consultants Inc. X X X $2,500,000.00 8 GHD Inc. X X X $2,500,000.00 9 GMU Geotechnfcal, Inc. X $1,000,000.00 10 Griffin Structures, Inc. X X $1,500,000.00 11 Harris &Associates, Inc. X X X $2,500,000.00 12 MCK AMERICAS INC X X $1,500,000.00 13 Interwest Consulting Group X X X $2,500,000.00 14 Psomas X X $1,500,000.00 15 Southstar Engineering&Consulting, Inc. X X X $2,500,000.00 16 SYRUSA Engineering, Inc. X X X $2,500,000.00 17 Totum Corp X X $1,500,000.00 18 Transtech Engineers, Inc. X X X $2,500,000.00 19 Ally Construction Services $0.00 20 Bowman Consulting Group Ltd. $0.00 21 Crede Construction Advisory LLC $0.00 22 Fountainhead Consulting Corporation $0.00 23 GCS Construction Management $0.00 24 H W Lochner $0.00 25 Ledesma &Meyer Construction Co., Inc. $0.00 26 Pinner Construction Co, Inc $0.00 27 Willdan Engineering $0.00 1289 RECOMMENDATION Approve and authorize the Mayor and City Clerk to execute Professional Services Contracts between the City of Huntington Beach and the nineteen (9) firms (listed below) for On-Call Construction Management, Materials Testing, and Inspection Services. Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers, Inc. The City does not guarantee any amount of work to awarded vendors as these services are on an "as-need" basis. NG/ • N�0 RAl'E�. ' V" • I -- - r •'� \o : ; Q OMTY GP,III 1290 `,-....:-..',,,,.,,,„r;,•.- , , . ..,..,„..,.. . :,..„. ,.....„...„-, 4 . ...., • . . , , .T.,..e............--0 .---...,.-. .-....,... ....-t, _ •.... . . ... Questions . L ..• i • • ' • .. , . ,. .. ... •- t i I .1 ' I, ‘ ..._•- • ....,-,' • ,- .,.....a;'..; 'fig Prlfg-zikvitla 1;;,,,. .,... .., ... .. • ,.,- _.... ,___ ..,... ., ....„. _...,...„ ,. • . . . ill* i filiferi_ ,,.,--.,.. .--•,...„ ..,9.1A tip . / . . .,.....,.......77: ...r w.,...^4 z., '..... !..; . . .1-.4- .... .5 - t, ' ........,; 40w3, ../- , . - --.....,,,,....\‘..e. .....,rvi,lq, ,,74,._.., .. •- -..- ) , .,„:_5...zi-i. , --,7-1i • .4 -- r , ,. . _ , :•.- ..--,7„. __ 1 •'-'4"- k1-1•0—' ' I, • ;----,------ ,K.. ';.• "...., -,NI-• ''• -.:...7 .:7-,:.].-;-:-ii,-.."'..„ Y•:;.,4. -5...---xt, •."4-). .. z, ••-•or.. , • .." , • ;'••:°-',---''''''•4., ,F..if4•411•I',4"- - *4' . - ... • Iti •,/... ,Ir , . ' '...i4 I • , . ..,,."--. - '• -.,' tc— _is. '''sR•'• r. .?..:..:-.-V.-1r'6.;. •,'.•. .'-'''' . -1..)';';'..'-‘.. . . • _. • •'' ..— "• ,f----...---- -e . ." Ng• ,..•---•"''Mt"j". ' . - -4''—., --1.!--,..' ,4 .. " •Ao"'''..r, ..... • ..`, .. ... '"'rr' . il'' ,,rr P ---. -- -- -..: - ' _,...r ..,,:it'-'...NR.t-!.T.IF 1 • • . --:* '' . '---'''' 04'."4 •N , .• . -e""'t,,—r,.-% • . , . ,. .. • 1291