Loading...
HomeMy WebLinkAboutSouthstar Engineering & Consulting, Inc. - 2025-12-16 r"�NTINGTp' 2000 Main Street, �tar—u•,2�<; Huntington Beach,CA �=' Cityof Huntington Beach 92648 g APPROVED 6-0-1 (TWINING-ABSENT) cFCpUNri File #: 25-929 MEETING DATE: 12/16/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Joseph Pinel, Capital Projects Administrator Subject: Approve and authorize execution of Professional Services Contracts for On-Call Construction Management, Materials Testing and Inspection Services with Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers Inc. Statement of Issue: The Public Works Department requires professional construction management, materials testing, and inspection services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). To meet this need, the Department advertised a Request for Proposal (RFP) for these services and recommends awarding on-call Construction Management, Materials Testing and Inspection Services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for construction management, materials testing, and inspection services. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: i A) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Construction Management, Materials Testing and Inspection Services; and B) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and FCG Consultants Inc. for On-Call City of Huntington Beach Page 1 of 5 Printed on 12/10/2025 / n powered by LegistarT'^ Nef,.,,. SCi a�j� �/W 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 g P 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 F 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 If 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 / �rz �� powered by LegistarT )41,- 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 LegistarT" 599 File #: 25-929 MEETING DATE: 12/16/2025 Corp; and TRANSTECH Engineers, Inc. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-materials basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant task orders include Heil Pump Station, Admiralty Bridge, Humboldt Pump Station, Traffic Signal Installations, Sunset Beach Sewer, to name a few. Projects upcoming that will use construction management and inspection include Humboldt Bridge, McFadden Lift Station, Davenport Lift Station, Water Well projects, Street Overlays/Rehabilitation, Downtown Street Lighting, Traffic Signals, and include inspection support for Development permitting. On-call contracts will be activated only when project demands exceed available City staff capacity. Each contract will have a three-year term and a not-to-exceed amount, with no guaranteed work. All expenditures under these agreements remain subject to City Council approval through the annual budget process. Environmental Status: Not Applicable Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Request for Proposals (RFP) 2. Cannon Corporation Contract Summary 3. Professional Services Contract with Cannon Corporation 4. FCG Consultants Inc. Contract Summary 5. Professional Services Contract with FCG Consultants Inc. 6. Griffin Structures, Inc. Contract Summary 7. Professional Services Contract with Griffin Structures, Inc. 8. Interwest Consulting Group, Inc. Contract Summary 9. Professional Services Contract with Interwest Consulting Group, Inc 10. MCK Americas, Inc. Contract Summary 11. Professional Services Contract with MCK Americas, Inc. City of Huntington Beach Page 4 of 5 Printed on 12/10/2025 powered by Legistar 600 File #: 25-929 MEETING DATE: 12/16/2025 j2. Southstar Engineering & Consulting, Inc. Contract Summary q 9, 13. Professional Services Contract with Southstar Engineering & Consulting, Inc. 14. SYRUSA Engineering, Inc. Contract Summary 15. Professional Services Contract with SYRUSA Engineering, Inc. 16. Totum Corp Contract Summary 17. Professional Services Contract with Totum Corp 18. TRANSTECH Engineers, Inc. Contract Summary 19. Professional Services Contract with TRANSTECH Engineers, Inc. 20. PowerPoint Presentation City of Huntington Beach Page 5 of 5 Printed on 12/10/2025 powered by LegistarTm" 601 ,,C.,_ 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 furls assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and gutter, sidewalks, pipelines, structures, road rehabilitation,.reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments'from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 604 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings,product data; samples; submittal;purchases; materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates. A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information(e.g., logs,payment applications, working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system (PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project,preparing daily reports listing employee, labor classifications, hours worked and equipment on project,maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information(BFI's). 12. Conduct weekly construction progress meetings with contractor, subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress, problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19. Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences, realistic durations, constraints, schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor (weekly)to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress 605 pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City. Review and evaluate contractor's request for changes.Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains "As-Built"project schedule. 25. Review pay requests'and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy of the project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff. 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout- Consultant shall provide the following project closeout services: • Administer and coordinate fmal inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of 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 D1.557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four (24) hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. 608 • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17" sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max. and not included in page count) A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter. (Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form(See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the fume and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years 609 in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: - 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel, sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, • Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish(months &years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point , of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code (CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches, and solutions to similar projects that would be undertaken by the City, and 610 detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CIP can be viewed at; https://huntingtonbeachca.gov/departments/public works/engineering/major projects.php E. Rate Sheet Salary information shall be included in the RFP of all proposed positions including materials and/or tools needed in the performance of duties. Rate sheets shall include a four(4)year, locked, cost rate table, referencing the index in which,increases are associated. Interested proposers shall submit a detailed hourly rate schedule, which is to be uploaded under the Cost File in PlanetBids. If sub-contracting, surveying, the rate structure for those services shall be included. Sub-Contracting, and Sub-Consultants shall have a maximum markup of 10%. 6. PROCESS FOR SUBMITTING PROPOSALS City typically will advertise the RFP through PlanetBids.com. Interested firms are to provide the City with a thorough proposal package using the following instructions: a. Download RFP Via the PlanetBids.com web site for the City as shown below, you will register and download the RFP. http://www.planetbids.com/HuntingtonBeach/BidsOnline.cfin b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. • c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be 611 awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview, if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Firm Qualifications - Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. Staffing - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points). After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of 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.coin/revize/huntingtonbeachca/DocumentsBusiness/Licenses%20Pennits%20& %20CodeBusiness%20Licens e/F ORMS/Standard-Business-Licens e-Application%2 02024.p df 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 REQU REMENTS 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 aresponsible representative (project manager) and an alternate, who shall be identified in the RFP response. The consultant's representative will remain in responsible charge of the consultant's duties from the notice-to- proceed through project completion. If the consultant's primary representative should be unable to continue with the project, then the alternate representative identified in the RFP response shall become the project manager.Any substitution of representatives or sub-consultants identified in the RFP response shall first be approved in writing by the City's representative. The City reserves the right to review and approve/disapprove all key staff and sub-consultant substitution or removal, and may consider such changes not approved to be a breach of contract. 613 I EXHIBIT A Pre-Qualification Form 614 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES •?" �w `iy .:�.'r,e.+�,a. �„a-•�-:;?•., -•'-:r• •C:=_ •,.� ;e;-�X -.� �.,;yr- ya:t.�.rF;+- - '� :fir m :& .. .,fir• .^-.,,,., `.., c% S`•':;7.""4' .. ':ciL- b S,. -is,,'�:+-Ci.+;a �.: � ,�. sv ,x a :0 'a x+ `�.C;. :Sr,`:;ir: . �SER'VUICEATTG�,RYr t�, p ®'P�. + , :R:}�{C y:r=.v ,.:'{. "-��l�i 4uc.w}1_ct'tti,. •�'s.L�,.. Y'r,v.,n t; r.�•• �!:'11" '.,..- � Vlj.,c#lr��.:�'{��•1.�:. ir, zp.:.��;- '; '' �ti"' ln"` `:e: .a'".'+`su•»`=.=''tJ'r�"','a�?ri:F�fi ,;,x:�:;�.•ls.., ,.y�,•. wr1.+y.z.,.4,3 - ^. .i. -.;i:(Sit. rr.:• s•i.s .��.:,te-..:.y.4 ,,,..1 r t;.'- -:4 3;:co... ..,.f'`� 'i' n., 'fEi- >.c. xS;:i .;.,:.. :• •,.;1 hti'Pc.r..i,{: `4%t itk::. .,�,;. •.sc. ,�H, .,f l'1+�•:s�§Gr-- �.�,�. 5:.. c _ �� -�r,-�r:;."L:' mac;.•` 'bti.i���% - i`L'.�+t, .,yz[�c't:,t.s �1+;;�Ys:7��. a:.!`'' a �F—"�'sr'`. ,i'$g;ts? ;.. -r. -s. rt�i. ;:�?: :,?,:a,,:.` t�:,;`Ss `*J^' 'yi A,x��. =:sc:���.,�t%i .�, �`y;i'+';:`},+�.ic �"'.;•,�S��,yd... `� �".�-ijt: :. ;i...- m�``d: _t :s• - ,:�•, :''i=d. �{-.rr.-` ,}+� 9w .u. ,[q, = ��`.;..,,1 p'1-i,,j• %:i'.f`��:` :r,,r..:,s2 � {, `���:'Y.;"`<��r. .tea •��. ;5'x%...._@r.. �x:...rc..-c:3_*,r ar,b,.r.::'�:��s:;��v.�x4b..1..'.:,y'r:+..�.:�''1��'a�+i4=';.a:4"'jF...a'}C,X:t.-..f..%�' .,r..,,.��`,•.r,.:srxr.=,'r'uk,'_ 1 ✓;�'.. 1�.cx5'ue(- m.�.. x„�9, C .� .F.9.K.K.':. .:iF7r+n,c M. •x�a.v-.:.w•.K 14:�9:�,.u.f;/S'S:.t,r.i, ::.a�,.a,: A. Construction Management Yes/No (Initial) Consultant is willing to execute the Agreement as drafted(See Appendix B). (Initial) Consultant is able to provide the insurance as required(See Appendix C). Firm 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/surfnet/professional svcs mayor 5/19-204082 621 termination of this Agreement or upon PROJECT completion, whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages,losses, expenses, demands and defense costs(including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise oufof,pertain to,or relate to the negligence, fecklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged agree/surfnet/professional svcs mayor 5/19-204082 622 to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. agree/surfnet/professional svcs mayor 5/19-204082 623 CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid.for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate agree/surfnet/professional svcs mayor 5/19-204082 624 from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all 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/surfnetlprofessional 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/surfnebprofessional 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/sur&iet/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/surthet/professional svcs mayor 5/19-204082 629 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, • CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/President/Vice President AND INITIATED AND APPROVED: 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 I APPENDIX C City's Insurance Requirements 636 CITY OF HUNTINGTON BEACH IN 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'sRating of no less thanA: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 I 637 CITY OF HUNTINGTON BEACH ok ••*, VG...04, RCA Contract , • t9=� j • Agreement Summary ':�F C;;i 1Q�� RUNTY GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT December 16, 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT(S) In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pinel CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $2,500,000 3-years VENDOR NAME+TYPE OF SERVICE Southstar Eng. will serve as an FULL SERVICE on-call professional, specializing in construction management, materials testing, and inspection. Consultant will serve as CM's, provide testing, and inspectors during various construction projects and will support City staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-call Professional Services Agreement (Construction Management, Materials Testing and • Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM, Material Test, and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. [13 CITY OF HUNTINGTON BEACH 995 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND SOUTHSTAR ENGINEERING&CONSULTING, INC. FOR ON-CALL CONSTRUCTION MANAGEMENT,MATERIALS TESTING, AND INSPECTION SERVICES • THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter refereed to as "CITY," and, SOUTHSTAR ENGINEERING & CONSULTING,-INC., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management,'materials testing and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE,it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Yvette Kirrin who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/393224 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 1241)10, 2025 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed Two Million Five Hundred Thousand Dollars ($2,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/393224 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 gONSULTANT'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 25-17168/393224 3 of 12 apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend,.indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT,shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 25-17168/393224 4 of 12 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above- mentioned insurance shall not contain a self-insured retention without the express written consent,of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification 25-17168/393224 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. 25-17168/393224 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. 25-17168/393224 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 Southstar Engineering& Consulting, Inc. ATTN: Director of Public Works ATTN: Yvette Kirrin 2000 Main Street 1945 Chicago Avenue, Unit C-2 Huntington Beach, CA 92648 Riverside, CA 92507 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. 25.17168/393224 8 of 12 1 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 25-17168/393224 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 SUBCON 1'RACTING 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. 25-17168/343224 10 of 12 r 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. 25-17168/393224 11 of 12 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Attorney. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, SOUTHSTAR ENGINEERING& a municipal corporation of the State of CONSULTING, INC. California By: c c -— 717/----- V e tte Fl n er 1 vi City Manager print name INITIATED ED: ITS: (circle one)Chairman/PresidentNice President AND Director of Public Works By: ,,i4 �( — APPROVED AS TO FORM: 4..._____ Ann•r ifk leYt t5��. print name F.A.4), 1/�/ ITS: (circle one)Secretary/Chief Financial Officer/Asst. f„ City Attorney Secretary—Treasurer Date toI, , I2o2r RECEIVE AND FILE: 444,,,,,,A,/, Cityy Date //gi2i/ 25-17168/393224 12 of 12 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) CONSULTANT shall provide consulting services on an"as-needed"basis for projects to be determined during the term of the agreement. During the term of the agreement,CITY may elect to solicit proposals from CONSULTANT. CITY shall issue task order for each project based upon the scope of services,work schedule, and fee proposal submitted to CITY for its review and approval. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: CONSULTANT'S duties and responsibilities shall be per CONSULTANT'S State of Qualification(Exhibit A), consistent with the City of Huntington Beach's Request for Qualifications for On-Call Construction Management,Inspection and Material Testing. Upon award, and the contract period,the CONSULTANT can choose to assign different personnel to the project, CONSULTANT must submit the names and qualifications of these staff to CITY for approval before commencing work. C. CITY'S DUTIES AND RESPONSIBILITIES: 1. Furnish scope of work request for each project. 2. Furnish construction plans and specifications to the CONSULTANT 3. City shall issue a task order for each project based upon scope of services, work schedule, and fee proposal submitted. D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by CITY. EXHIBIT A 1008 EXHIBIT A JUNE 13, 2025 RFP 2025-0613 1 SOUthstar I smoil amol... CITY OF HUNTINGTON BEACH ON - CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING , AND INSPECTION SERVICES Engineering Trust Into Every Project 1009 A. COVER LETTER June 13, 2025 n���� Southstar City of Huntington Beach Public Works Department 2000 Main Street Huntington Beach, CA 92648 ATTN: Jessica Castro RE: On-Call Construction Management, Materials Testing, and Inspection Services Dear Ms. Castro and Selection Committee: Southstar I DCCM (DCCM) greatly appreciates the City of Huntington Beach (City) for granting us the opportunity to submit this proposal to serve the City's Public Works Department to support the delivery of locally funded CIP projects. The DCCM team is prepared to work under their direction to provide Construction Management and Material Inspection services on an as-needed basis services as outlined in the RFP. Our team is the one to choose if you want an experienced firm to deliver the quality, responsiveness, innovation, and value that the City expects. This proposal will demonstrate the turn-key benefits of working with a professional construction management and inspection team with unparalleled qualifications and experience, especially when it comes to our depth of knowledge regarding Public Works CIP projects in Southern California. DCCM intends to surpass your expectations through dedication to quality, professional integrity, and service excellence. If selected, DCCM understands the nature of the work to be performed and is committed to performing the work as scheduled. Not only will we successfully deliver the City's major project goals, but we will also exceed your expectations because of our dedicated commitment to making infrastructure safer for Southern Californians. Depth of Experience I For nearly 19 years, DCCM has provided top-notch CIP construction support services for a variety of agencies throughout Southern California including Caltrans, the Counties of Orange, Riverside, San Bernardino and Los Angeles and the cities of Brea, Seal Beach, Garden Grove, Santa Fe Springs, South Gate, Norwalk, La Mirada, Bellflower, Huntington Park, Rialto, Corona, Riverside, Murrieta, Fontana, Ontario, Palmdale, La Quinta, and Indio to name a few. The DCCM team has extensive experience working with these agencies to deliver federally funded and/or state/locally funded public works projects. We have also teamed with Verdantas to provide materials testing and they have experience with the City of Huntington Beach, including the Edinger Avenue Sewer Replacement, Heil Street Pump Station, and the Storm Drain Channel Lining Study. 1945 Chicago Avenue,Suite C-2,Riverside,California 92507 I 951.342.3120 I DIR No.100017294 I Southstar.DCCM.com 1010 A. COVER LETTER Benefits to the City of Huntington Beach I Our proposed staff requires no learning curve and are ready to hit the ground running on day one of any tasks orders that may require their services. Most notably, our proposed Construction Manager, Ms. Lea Reis, completed (as the CM) an award- winning sewer replacement project for the City's Edinger Sewer Replacement project. She assisted with the application for the B.E.S.T. APWA awards, where it won in the category of Drainage, Water, Wastewater. Projects in this category address vital infrastructure for drainage, water, & wastewater management. Recognized efforts included new or upgraded storm drains, domestic & reclaimed water systems, sanitary sewer pipelines, basins, treatment facilities, & pump stations, all contributing to resilient &efficient water management. Additionally, we have recently been awarded on-call contracts to provide similar services by the Cities of Brea, Irvine, Palm Springs, Pico Rivera, La Mirada, Indio, Chino, Santa Monica, Yucaipa, Avalon, Cerritos, and Fontana. Miscellaneous I DCCM acknowledges Addendum #1 & Q&A Set 1 provided via PlanetBids. DCCM has no exceptions and will perform the services and adhere to the provisions described in the RFP without modification. DCCM understands that the proposal shall remain valid for a period of at least 120 days from the date of submittal. DCCM attests that all information submitted with this proposal is true and correct. Again, we appreciate the opportunity to submit our qualifications to you. As Southstar ( DCCM's President, I have the authority to bind the company in a contractual agreement with the City of Huntington Beach. If you have any questions, please feel free to contact me via the information below. Sincerely, +too Kizx:t")L_ Southstar I DCCM Yvette Kirrin, PE President/Principal-in-Charge ykirrin@dccm.corn 1945 Chicago Avenue,Suite C-2,Riverside,California 92507 I 951.342.3120 I DIR No.100017294 I Southstar.DCCM.com 1011 B. VENDOR APPLICATION FORM REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: XNEW L CURRENT VENDOR Legal Contractual Name of Corporation: Southstar Engineering &Consulting, Inc. Contact Person for Agreement: Yvette Kirrin, PE-President Corporate Mailing Address: 1945 Chicago Ave Unit C-2 City, State and Zip Code: Riverside, CA 92507 E-Mail Address: ykirrin@dccm.com Phone: 951-342-3120 Fax: 951-342-3148 Contact Person for Proposals: Yvette Kirrin, PE Title:President E-Mail Address: Ykirrin@dccm.com Business Telephone: 951-342-3120 Business Fax: 951-342-3148 Is your business:(check one) CNON PROFIT CORPORATION XFOR PROFIT CORPORATION Is your business: (check one) XCORPORATION _'LIMITED LIABILITY PARTNERSHIP i-!INDIVIDUAL -'SOLE PROPRIETORSHIP L PARTNERSHIP . UNINCORPORATED ASSOCIATION Southstar(DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 Ill 1012 B. VENDOR APPLICATION FORM Names&Titles of Corporate Board Members (Also list Names&Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Jason Bennecke, PE, MBA, PMP CEO 951-342-3120 Yvette Kirrin, PE President 951-342-3120 AmrAbuelhassan, PE, MS, QSD COO 951-342-3120 Federal Tax Identification Number: 20-5648626 City of Huntington Beach Business License Number: N/A (If none,you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: N/A Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 Iv 1013 C. PRE-QUALIFICATION FORM PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?Y/N (circle) A. Construction Management 1/21 No YK (Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). YK (initial)Consultant is able to provide the insurance as required(See Appendix C). I a Firm Name: Southstar Engineering & Consulting, Inc. (Southstar I DCCM) Ii Firm Address: 1945 Chicago Ave Unit C-2 Riverside, CA 92507 Signature: KULL.1l_ Date: 6/13/25 Yvette Kirrin,PE-President d + Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services l June 13,2025 V 1014 D. SERVICE CATEGORY FIRM Southstar HISTORY OF THE FIRM / QUALIFICATIONS Founded in 2006, Southstar I DCCM (DCCM) has become v`CIV' a beacon of engineering innovation in Southern and Central California, committed to advancing the area's public works and LEGAL FIRM NAME transportation frameworks. Our expertise spans the gamut of Southstar Engineering&Consulting, Inc. infrastructure development and management, including bridges, PARENT COMPANY transit systems, and local projects, underscored by a keen focus DCCM North America, LLC(DCCM) on sustainability, planning, and comprehensive design. ORGANIZATIONAL STRUCTURE Our reputation for flexibility and ingenuity allows us to offer C-Corporation bespoke solutions that precisely fit each project's demands, DATE OF INCORPORATION guided byour core values of Quality, Value, Innovation, September 7 ,2006 y Responsiveness, and Trust. DCCM champions diversity, REGISTRATIONS DIR No: 100017294 equity, and inclusiveness, drawing exceptional talent committed EIN No:20-5648626 to not just professional excellence but also to fostering HEADQUARTERS significant community values. With the backing of our fellow 1945 Chicago Avenue,Suite C-2 DCCM Divisions, Southstar I DCCM has access to an immense Riverside,California 92507 (951)342-3120 depth of addition resources, allowing us to be trusted partners in ACCOUNT MANAGER CONTACT progress, ensuring the timely and budget-conscious completion Yvette Kirrin,PE of projects, and making a lasting impact on the communities we President/Principal-in-Charge (626)644-8058 serve. ykirrin@dccm.com DCCM clients can be assured of the quality and professionalism NATIONWIDE PERSONNEL of our growingstaff of 1200+ nationwide employees, with 1200+ extensive in-house local resources highly regarded within CALIFORNIA PERSONNEL 100+ the infrastructure industry. Our construction managers and Southstar.DCCM.com inspectors have assisted over 45 public agencies successfully DCCM.com deliver projects of all sizes. DCCM team members make a difference to clients and the community by continually providing superior service with the highest level of integrity. Providing client-focused services to many state and local agencies in Southern California, DCCM professionals know the critical questions to ask, and the corresponding solutions to offer. By blending innovative problem-solving skills, exceptional depth of experience, and quality supervision and inspection services, DCCM consistently completes the construction of large-scale infrastructure projects on time, within budget, and with no claims. The DCCM team has the ability to resolve challenges by offering their clients innovative solutions that are custom tailored to each project. Southstar l DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 1 1015 D. SERVICE CATEGORY FIRM DCCM SERVICES • Construction Engineering • Urban planning and design • Local Agency Coordination Management • Community Outreach • Traffic Engineering • Program/Project Management • Critical Path Schedule • Federal Funding Expertise Development • PA/ED and PS&E for water, • Right-of-Way Delivery wastewater, power, and • Project Budget Development transportation projects &Tracking • GIS/Survey Mapping • Construction Inspection • Program Planning • Labor Compliance • Vertical planning/design and • Utility Relocation • FAA Section 107 GPS Drone plan checking Management Photogrammetry MEET OUR SUBCONSULTANT The DCCM team is rounded out with a top-level subconsultant firm. We have chosen an experienced and well qualified firm to join our team to provide the services listed below. verdantas Verdantas Inc. (Verdantas) is an engineering firm dedicated to providing our clients with expertise in engineering consulting, the DIR NO. 1000007443 environment, and its supporting infrastructure. Founded in 2020 and employing more than 1,500 professionals in 22 states, Verdantas has grown exponentially in the last four years, strategically acquiring firms including Southern California's premier geotechnical consultant, Leighton Consulting, Inc. With the addition of Leighton's legacy team, Verdantas has the advantage of more than 64 years of experience delivering industry-leading geotechnical engineering, environmental consulting, and materials testing and inspection services to local communities. Verdantas has more than 60 years of local experience, giving us an understanding of the geotechnical conditions in and around the City of Huntington Beach, as well as pertinent federal, state, and local regulations. Our team of California-registered Geotechnical Engineers, Civil Engineers, Certified Engineering Geologists, Professional Geologists, as well as multi-certified laboratory technicians, field soils and materials technicians, and special inspectors, has provided geotechnical expertise for plan check services, and geotechnical and materials testing/special inspection services for the construction of many public projects throughout Los Angeles and Orange County, including pavement rehabilitation and resurfacing, street widening, sewer line, waterline, and drainage facility improvements, sidewalk improvements, government building improvements, traffic facility improvements, and public improvements for residential and commercial development projects. These projects include Murdy Park,Alley Rehabilitation, Main Street Traffic Signal Replacement,Central Park Restrooms, Traffic Signal Improvements, Slater Sewer Lift Station Replacement, and Brookhurst Street Bridge. PRIMARY CONTACT ADDRESS PHONE EMAIL 12600 Michelson Dr., Suite 400 I John Haertle Principal Engineer i er i 949.681.4268 Jhaertle®verdantas.com P 9 Irvine, CA 92612 Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 2 1016 D. SERVICE CATEGORY FIRM ON—CALL CONTRACT AND PROJECT EXPERIENCE The project examples in the following section are a selction of recent projects delivered by DCCM that highlight our experience in providing the various services outlined in the RFP: N 'zi Complete Streets ,, Water Main fW , City of La Quinta-La , a - City of Menifee Quinta Complete _ -1-215/Holland j+ Ni` ,,'' ' Streets Project l• `+ : - .' ."`;- , Overcrossing .logr r.' f/ t:. .� // Pedestrian Bikeways ,ic'•• Improvements dam, —.-----. 11,11911p liti City of Garden Grove " y Plt ' ATP Cycle 3 Bicycle- _ �° Bicycle Corridor & Pedestrian Safety Improvement Project &Connectivity ' i I i_ Project _--- 4 — Traffic Signal - _ Utility Improvements Improvements t----t City of Indio- t c i,. ii i City of South Gate a 1 *.: „f, _ 1 Monroe Street and1� Firestone Ave . - Avenue 41 Traffic = Improvements Project ' "". .te '3w"' Signal Project ' +aa , • ..+ lk- j - Tom.-', `,. Intersection Safety -'. Street Improvements � �_. Rehabilitation City of Huntington City of Rialto- _ ill t -- 1;1 l r.I Park-ATP Cycle Irk, •,. ;! I. ,` ' .. 1 y Riverside Avenue i.1t 1; ' % fir", --1 4 Bicycle& �: a •‘ , • " .. _ South Street ,,, �• . : .Ty = Pedestrian Safety& ,�„ -:;,., • . Reconstruction x{ r /` Connectivity Project w► '°''r Project Tenant R r/ Landscaping ° „ *.b_ Improvements '� Projects �'at --in .�. City of Palm Springs"III City of Palm Desert • � it- ° _ f. —Palm Springs `- Wall - San Pablo Avenue e__ It s,', —jell Navigation Center '�. - Streetscape Project Phases 1 &2 lk k �_— ., — \ m - - zilt 1 it: Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 3 1017 D. SERVICE CATEGORY FIRM CITY OF SANTA FE SPRINGS ON-CALL imiis CONSTRUCTION INSPECTION & ENGINEERING SERVICES AGENCY NAME CITY OF SANTA FE SPRINGS 1 SANTA FE SPRINGS, CA 12016 - ONGOING I COST: VARIOUS City of Santa Fe Springs DCCM has been providing project management, construction CONTACT Robert Garcia management and public outreach services on various Capital Assistant Public Works Director 11710 Telegraph Rd Improvement Projects for the City of Santa Fe Springs. DCCM has been Santa Fe Springs, CA 90670 responsible for deliveringover 95 task orders since 2016. rose)garcia 01 p robertgarcia@santafesprings.gov We have successfully delivered a variety of project types, including but not SOUTHSTAR I DCCM limited to: Pavement Overlay, Slurry Seal, Street Rehab, Median Rehab PERSONNEL and Construction, Road Widening, Bicycle Lanes, Active Transportation Yvette uKelh - Principal-in-Charge y p Amr Abuelhassan-PM/CM Programs, Street Reconstruction, Congestion Relief, Parking Lot Justin Pope-PM Nicole Jules-PM/RE Improvements, Traffic Signals, Sidewalks, ADA Ramps, Intersections, Lea Reis-Resident Engineer Cyrus Shahinpar-Structures Rep. Storm Drains,Aquatic Centers, Roofing Inspection, and Permit Inspection. Jayesh Solanki-Inspector Sergio Topete-Inspector . • Vanessa Barrientos-Public Outreach __ — - ,i * I Ramon Carlos-Labor Compliance — — -- ,,,„ r SERVICES _,,.. —�p —'"�,, 44.4"' � � �'�'�-1 ' Construction Management • _ `�_ ProjectManagement. � rl Construction Inspecton -� Grant Writing : �� �� • Public Outreach E ;; I Labor Compliance Santa Fe Springs Aquatic Center Renovation Project Florence Avenue Widening Project Notable Recent Santa Fe Springs Captial Improvement Projects Successfully Delivered by Southstar I DCCM: • Santa Fe Road Improvement ° North Wing City Hall Renovation • Shoemaker Ave Improvements • Painter Road Improvement • Santa Fe Springs Aquatic Center • Broadway Improvements Project • Santa Fe Springs Slurry Seal Renovation Project • Springdale&Wakeman Project Program • Los Nietos Improvements Project • Residential Street Improvements • City Hall Parking Lot Improvements • Little Lake Park Parking Lot • Meyer Road Improvements • Whittier Water Main Connection Improvements • Town Center Plaza Parking Lot • Florence Avenue Water Main • Scoreboard Replacement • Aquatic Center Improvements Relocation Phase 1 and 2 • City Issued Excavation Construction City Clerk's Office Renovation • Florence Avenue Widening and Encroachment Permits • Horseshoe Pit Improvements ° Betty Wilson Roof Replacement • 1-5/Florence Avenue Interchange P Heritage Park Native American • Ann Street Improvements Project • Valley View Grade Separation 9 Pond Project • Marquardt Avenue Water Main • City-Wide Street Light Inventory Relocation • Fire Station HQ Roof Replacement Yard Roof Replacement Project I s as b, 1 _: = . -. . : Triangle Street Improvement Project City Hall Building Roo/Replacement Project Los Nietos Improvements Project Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 4 I 1018 D. SERVICE CATEGORY FIRM LA MIRADA ON-CALL CONSTRUCTION MANAGEMENT & INSPECTION CITY OF LA MIRADA I LA MIRADA, CA 12024 - ONGOING I PROJECT COST: VARIES BY TASK ORDER v CONTACT Mark Stowell > = � Public Works Director/ City Engineer (562)902-2385 mstowell®cityoflamirada.org PERSONNEL 10 :0� Yvette Kirrin-Principal-in-Charge Jayesh Solanki-Inspector 2 Vanessa Barrientos-Public Outreach Ramon Carlos-Labor Compliance 110 DCCM provides On-Call construction management and inspection services for various improvement projects for the ambitious, five-year, multi-million-dollar infrastructure improvement plan which includes numerous reconstruction, repair, and replacement projects throughout the City of La Mirada. As part of this On-Call contract, DCCM has been providing Labor Compliance, Public Outreach, Inspection, and Resident Engineering Services for The Creek Park Vehicle Bridge Replacement Project. This project consisted of constructing a new vehicle bridge over La Mirada Creek in Creek Park. This bridge is one of the four bridges proposed for replacement in the La Mirada Creek Park Master Plan and the new bridge allows access for pedestrians and authorized vehicles. It will also serve to replace an existing vehicle bridge, known as Bridge No. 3. The work includes demolition of existing hard-scape and landscape areas and trees to make room for new improvements. New improvements include bridge construction, concrete flatwork, and ADA accessibility improvements. All improvements shall meet the 2019 California Building Code and 2010 ADA Accessibility Requirements. PROFESSIONAL CONSULTING SERVICES: CONSTRUCTION MANAGEMENT & INSPECTION CITY OF BREA I BREA, CA 12023 - ONGOING I PROJECT COST: VARIES BY TASK ORDER r 1 CONTACT Ryan Chapman,PE-City Engineer - (714)990-7763 I _ ryanch@cityofbrea.net - =— 1 Civic Center Circle ® - �z- _ - Brea,CA 92821 J PERSONNEL / Yvette Kirrin-Principal-in-Charge �. r ;af Sergio Topete-Inspector Since 2023 Southstar I DCCM has provided Construction Management and Inspection Services for the City of Brea for various improvements projects including Citywide permit inspection and Birch Street Phase 1A Street Improvements, as well as task order scheduling services on the the Arovista Modernization Project. The construction elements of these on-call projects include, but are not limited to: pavement rehabilitation; pavement reconstruction; street widening; concrete sidewalk repair; street median addition; ADA sidewalk and ramp construction; storm drain pipe installation and rehabilitation; and storm drain pump station rehabilitation and construction. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 5 1019 D. SERVICE CATEGORY FIRM BICYCLE CORRIDOR IMPROVEMENT PROGRAM (BCIP) PROJECT (FEDERALLY FUNDED) CITY OF GARDEN GROVE I GARDEN GROVE, CA j 2023 - 2023 I PROJECT COST: $1M COMPLETED TREF — CONTACT Alana Cheng --` % w ,,.. Administrative Officer (714)741-5998 alanac@ggcity.org 11222 Acacia Parkway �,�..•�"""` Garden Grove,CA 92840 - " PERSONNEL `'" Amr Abuelhassan-PIC/RE Philip Hannawi-CM/OE MOM DCCM provided construction management and inspection services to the City of Garden Grove as part of the City of Garden Grove's commitment to improve active transportation and implement community-identified goals, bike lanes were added along five major streets as part of the Bicycle Corridor Improvement Project (BCIP). The project upgraded and beautifyied the streets while keeping a safe environment for its residents. As part of these upgrades, the project installed improvements such as striping buffers on existing bike lanes, striping bike lane network gaps, improving and creating bicycle routes, and providing wayfinding signs. The project included various improvements to the existing streets: Brookhurst Avenue, West Street, Chapman Avenue, Gilbert Street, Lampson Avenue. The BCIP is funded by the Congestion Mitigation and Air Quality Improvement Program that supports projects that meet Federal Clean Air Act requirements. LAMPSON AVENUE BIKE LANE GAP CLOSURE (FEDERALLY FUNDED) CITY OF SEAL BEACH I SEAL BEACH, CAI 2024 - 2025 PROJECT COST. S1.6M I t it .�1 art M - ♦.K' .44 r 4 •• c 9 ., , CONTACT it Iris Lee ' ma . � Director of Public Works • \ `�s (562)431-2527 . N t ilee®sealheachca.gov ,s= y _ 211 Eighth Street a: ='--� • r �-- "' Seal Beach,CA 90740 , PERSONNEL Amr Abuelhassan-CM DCCM is providing construction management, public outreach, and labor compliance services on this federally funded project for the City of Seal Beach. The project is intended to provide a Class II bike lane along Lampson Avenue between Basswood Street and Seal Beach Boulevard, connecting to the existing bike lane along Lampson Avenue from Basswood Street going east. Construction features include striping, signing, traffic signal modifications, landscaping modifications, and limited roadway modifications, as necessary to accommodate the project. Lampson Avenue is classified as a four- lane divided secondary arterial on the Orange County Master Plan of Arterial Highway (OC MPAH). The project is Federally funded via an ATP grant and required to follow all pertinent local, State and Federal laws and regulations. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 6 1020 D. SERVICE CATEGORY FIRM VERDANTAS RECENT PROJECT EXPERIENCE EDINGER AVENUE SEWER REPLACEMENT CITY OF HUNTINGTON BEACH I HUNTINGTON BEACH, CA 103/2024- 08/2024 The project consisted of installation of an approximately 2,465 linear feet of CONTACT David E. Fait new 8-inch, 12-inch, and 15-inch diameter Extra Strength VCP sewer mains City of Huntington Beach with polymer concrete manholes along Edinger Avenue from Murdy Channel (714)375-5062 David.fait@surfcity-hb.org to Beach Boulevard Ancillary work included abandonment and/or removal and disposal of approximately 2,260 linear feet of existing 8-inch and 10-inch sewer mains and manholes. In addition, connections to existing sewers and service laterals were re- established and approximately 104,000 square feet of asphalt concrete pavement, existing sidewalk, landscaped medians, and hardscaped medians were restored. The pipeline depth ranged from 8 to 12 feet deep and was installed by traditional cut-and-cover method. HEIL STREET PUMP STATION CITY OF HUNTINGTON BEACH I HUNTINGTON BEACH, CA 107/2024 - ONGOING Verdantas is currently involved with providing geotechnical field observation CONTACT Patrick Bannon and testing as well as construction materials inspection and testing services City of Huntington Beach for the Heil Street pump Station currently under construction. Initially, (815)603 2811 Patrick.Bannon®surfcity-hb.org Verdantas staff assisted the City and contractor with the preparation of the subterranean subgrade to support the pump station building. Due to the presence of organic soils, overexcavation of unsuitable bearing material was required. The deepened excavation was backfilled to planned bearing grade by the placement of select crushed aggregate. Construction services performed for the City of Huntington Beach include the sampling and testing of structural concrete; observation and testing of other construction materials are being performed for the project construction manager. STORM DRAIN CHANNEL LINING STUDY CITY OF HUNTINGTON BEACH I HUNTINGTON BEACH, CA 108/2022 - 11/2023 The Storm Drain Channel Lining Study project involved field exploration, CONTACT Michael Loekman,PE laboratory testing, and engineering analysis to develop recommendations City of Huntington Beach for the repair and reconstruction of the channel lining. Field exploration (714)536 5509 kurnia.loekman®surfcity-hb.org included advancing test borings along the channel alignment to identify subsurface conditions and collect soil samples for testing. Laboratory tests were conducted to evaluate the engineering properties of the soils, including moisture and density, grain size distribution, Atterberg Limits, Expansion Index, Direct Shear, Sand Equivalent, and Corrosivity tests. The engineering analysis provided geotechnical recommendations for site preparation, temporary excavations, drainage systems, and grading. The report also addressed potential geologic hazards, seismicity, and corrosivity of the near-surface soils. Our work was performed in collaboration with Hunsaker and Associates, the lead project civil engineer. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 7 1021 D. SERVICE CATEGORY FIRM PREFERRED STAFFING Below is a roster of available staff for the City to select, as needed and specific to any given On-Call project. DCCM is happy to meet with the City to determine the unique needs of any given project and provide recommendations from the available roster with regard to both technical expertise and availability as well as cost considerations. DCCM understands that those designated as key personnel will be available to the extent proposed for the duration of the required services and acknowledges that no person designated as "key" shall be removed or replaced without the prior written concurrence of the City. The resumes for the Key Personnel can be found in the Appendix of this proposal. Additional personnel resumes are available upon request. 1111111111111111111111•110 City of Huntington Beach ��1■■I Key Principal-in-Charge/Account Manager/ O Key Personnel CIP Project Delivery Specialist ■DCCM Yvette Kirrin,PE ■Verdantas Resident Engineer/ Construction Manager/ CIP Project Delivery Specialist <>Nicole Jules,PE,MS Project/Construction Construction Inspectors/ Project Manager/CIP Labor Compliance Managers/ Roadway Inspectors/ Project Delivery Specialist Officer Resident Engineers Structures Inspectors Jason Bennecke,PE,MBA.PMP O Ramon Carlos O Lea Reis, PE,OSD Mike Smith,OSP.CESSNA OAmr Abuelhassan,PE,MS,oSD Tyler Garrison Federal Funding/Assistant Public Outreach Justin Pope,PE,MS RE/Office Engineer Manager Construction Inspectors/ Philip Hannawi,PE.MS,oSD <>Vanessa Barrientos Construction Managers Roadway Inspectors /Resident Engineers/ <>Sergio Topete Building Construction Associate Engineers Structures Representatives OJayesh Solanki Manager Gabriel Livas /Structures Inspectors Walid Sudqi ONashat Malawy,PE Addison Caster Ian Tai,PE Ryan Brown Doug Hogg Cyrus Shahinpar,PE.CMO/OE Yazan Alfaqih Assistant RE/ Office Engineers Materials Testing Nashat Malawy,PE Verdantas Carl Short Key Personnel Availability Name Role With Firm In Role Available Yvette Kirrin,PE Account Manager 15 years 30+years As-needed up-to 25% Nicole Jules,PE,MS Construction Manager <1 year 25+years ; As-needed up-to 50% Lea Reis, PE,QSD Construction Manager <1 year 20+years ' As-needed up-to 100% Amr Abuelhassan,PE,MS,QSD Construction Manager 15 years 30+years As-needed up-to 100% Nashat Malawy,PE I Building Construction Manager <1 year 30+years I, As-needed up-to 100% Sergio Topete Construction Inspector 6 years 130+yearsj As-needed up-to 100% Jayesh Solanki Construction Inspector 2 years ; 35+years I As-needed up-to 100% Vanessa Barrientos j Public Outreach Manager 9 years 18 years As-needed up-to 100% Ramon Carlos Labor Compliance Officer I 13 years 20+years As-needed up-to 100% Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 8 1022 D. SERVICE CATEGORY FIRM UNDERSTANDING & METHODOLOGY SECTION DCCM understands that the City of Huntington Beach is seeking proposals from qualified firms to support the Public Works Department by providing Construction Management and Material Inspection services on an as-needed basis. It is understood that, if selected, DCCM will be responsible for all professional related Construction Management and Inspection services for various public works infrastructure and these on-call services will be for a minimum 3-year term. The City anticipates a steady amount of construction 0 activity for locally funded CIP projects in the next 3 ' Ora G+xl years, including a ions lift �..=.x k-•„>. but not limited to: stations,, pump stations, curb and gutter, sidewalks, pipelines, traffic °o �a __ signals, structures, road rehabilitation, and bridge retrofits. , DCCM also understand that 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 _ rl mechanical, electrical, and plumbing (MEP) improvements. r l i s r We understand the scope of work for any given project may include all phases of development and could involve services such as construction management, materials testing, inspection, labor compliance, and public outreach. It is understood that to support these efforts, the City will !► provide a task order or scope-of-work request, offer general direction as needed, supply available record drawings of existing facilities, share construction plan and specification templates, and furnish owner-supplied equipment for ,,, specific capital improvement projects. We also understand ` that the City desires Construction Managers that have a _ — 1,' PMP or CCM certification, however, we have proposed mtF several Key Personnel that are licensed as a PE in California. Most notably, we are proposing Ms. Lea Reis, PE, QSP as a Key Construction Manager and she has completed an award-winning sewer replacement project for the City's Edinger Sewer Replacement project. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 9 1023 D. SERVICE CATEGORY FIRM All services shall conform with applicable City, State and Federal laws, latest versions of City Design Manuals, City Standard Plans, Caltrans manuals and policies, Caltrans Standard Plans and Specifications, APWA Standard Specifications for Public Works Construction "Greenbook," Manual of Uniform Traffic Control Devices and California Building Codes, all as revised and amended. This includes but is not limited to compliance with prevailing wages, disadvantaged business enterprise (DBE) and forms/ manuals/standards in order to complete projects on schedule and within budget. Other Federal, State, and Local requirements may also include compliance with technical and contract standards and manuals from FHWA, Caltrans, OCTA, and the City. Work not covered by the manuals shall be performed in accordance with accepted professional standards. We understand that the City desires a professional team who possesses experience successfully delivering projects to completion and that has outstanding problem-solving expertise and excellent communication skills with Local, State, and Federal Regulatory Agencies and the construction contractor. DCCM is the team to exceed the City's expectations at every step through a commitment to performing the work as scheduled. The approach to how the DCCM Team intends to deliver these proposed services for the City can be found on the following pages. POTENTIAL CIP PROJECTS DCCM has taken the initiative to review the projects listed in the City of Huntington Beach Proposed Budget Fiscal Year 2025/2026 available on the City's website and is prepared to provide both short- term and long-term experienced staff for these CIP projects. An advantage of using DCCM is that we have experience delivering many of the project types listed. Our team is flexible to the needs of the City and are eager to work on any project that is a priority for the City. The following list of potential CIP projects would be examples of perfect fits with the experience and qualifications of the roster that we have provided in our Organization Chart. We've noted several CIP projects that are aligned with the types of projects we have successfully delivered for municipalities across California. CITY OF HUNTINGTON BEACH-NOTABLE CAPITAL IMPROVEMENT PROJECTS City Gym& Pool Flooring Replacement Fire Department Remodel at City Hall Davenport Sewer Lift Station Reconstruction Gilbert Sewer Lift Station Replacement Project Zone 3 Curb Ramps Arterial Rehabilitation S. Beach Lots Attendant Booth Roofs & Rehab Hamilton Ave Corridor Improvements Banning Roundabout and SE Corridors Impovement Edison Park Reconfiguration City Yard Admin Building Roof ADA Improvement Program Zone 3 Residential Overlay and Slurry Seal Humboldt Bridge Rehabilitation Well 14 Storm Drain Project Traffic Signal Goldenwest and Norma/Lydia Graham and Springdale Street Reconfiguration Citywide Mobility and Corridor Improvements Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 10 1024 D. SERVICE CATEGORY FIRM DEMANDS OF POTENTIAL CIP PROJETS DCCM understands that the list of projects in the CIP plan is preliminary and that potential projects might not be limited to this list, aspriorities change within the City. The Construction Manager/ er/ 9 9 Y g Inspector assigned to anygiven task order will review the plans and complete a site visit to p 9 P determine the specific demands that are anticipated. These are some examples of common concerns and issues that DCCM often finds during this process that could potentially delay the execution of any project if not addressed properly. We like to think about these in advance to take appropriate precautions and avoid any negative impact on the time, quality, and project cost. Generally, they may include the following: UST OF TYPICAL POTENTIAL CONCERNS AND RECOMMENDATIONS Traffic Control- Provide instructions for contractor to reduce the activities or pay special attention to hours of high traffic on major arterials and streets adjacent of schools. Residential/School Zones- Send notices to inform residents to help raise awareness about the project. Distinct Locations-Verify with contractor the schedule for working in distinct locations at same time in ;adjacent area. This will be especially important on days when work is scheduled in multiple areas. Parking Restrictions- Limited available street parking spaces that may be partially used by contractor during construction. Our team will communicate with the contractor to coordinate availability of parking for residents ;and businesses. Safety on Jobsite-Will need to have discussions with workers about their own personal safety and the safety of residents and pay special attention to residents and other pedestrians when they are around the jobsites. 'Construction Yard Location-The contractor may need to have a construction yard for storage of materials and equipment every single day to prevent claims from residents. Progress Communication-Team will communicate regularly with contractor, the City and the public about progress of the project. Working Hours-The contractor may need to adjust the working hours in the locations next to any business, `schools and/or major arterials for heavy traffic. Night work may be necessary. ON-CALL STAFFING METHODOLOGY DCCM brings extensive expertise in managing on-call contracts, supported by a robust project management approach tailored to meet the specific demands of this contract. Our team possesses a strong Project Management skill set essential for effective project execution. We are dedicated to ensuring that ample time is allocated to inspection and construction management services while seamlessly integrating them with our office workload. To facilitate efficient project management, we employ various communication channels, including email and phone, to maintain clear and constant communication with the City. Moreover, we utilize Microsoft Project and the suite of Microsoft 365 products for project management and information dissemination to the City. We extend this management approach to our subconsultant resources, ensuring streamlined coordination and collaboration across all project elements. Southstar l DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 11 1025 D. SERVICE CATEGORY FIRM The City will benefit from the flexibility to select DCCM professionals based on their project requirements, enabling efficient resource allocation and access to a diverse pool of candidates throughout the contract duration. Recognizing the dynamic nature of work under this agreement, we remain adaptable and will adjust staffing levels as needed to meet the City's evolving needs while upholding our commitment to delivering high-quality service. Our proven track record of securing repeat business underscores our ability to effectively balance resources and consistently deliver exceptional results within designated timelines. EXPERIENCE IN ACTION For the City of Santa Fe Springs, DCCM consistently delivers exceptional service through our team of cross-trained staff members who have collectively managed over 90 task orders, each differing in scope, schedule, and budget ranging from simple grind and overlay HMA paving jobs to water main to sewer pump station and wastewater line installation/relocation work. Presently, on Task Order 95, we continue to uphold our reputation for meeting schedules and exceeding expectations. Our track record of success is exemplified by a selection of similar experience showcased in the Public Agency Experience section of this proposal. These projects closely align with the scope of services requested by the City, demonstrating our expertise in handling similar types of projects with precision and efficiency. The flowchart below illustrates the typical task order process for similar on-call contracts, providing a visual representation of our streamlined approach to project management and service delivery. Project Planning Agency Identifies Project Review/ i.Scope Agreement Kickoff Develop ' Execute Need 1 l Staffing Evaluation')! and Cost Proposal J I Meeting r i Workplan r Task Order V V - Staffing Qualifications -Communication/ -Availability Understanding -Team Assignment - Project Goals Performance Perform Monitor Quality. az "1y,Complete Work 1 — Progress r 1 Control [ f ( Task Order 1 Deliverables - -Team Continuity Project Controls - Meeting Deliverables -Communication • Milestone Schedules Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 12 1026 D. SERVICE CATEGORY FIRM CONSTRUCTION MANAGEMENT & PRE-CONSTRUCTION PHASE INSPECTION SERVICES APPROACH Value Engineering I DCCM employs Value DCCM follows a comprehensive methodology Engineering (VE) throughout the project lifecycle consisting of dozens of time-tested and proven to enhance cost-effectiveness and maintain strategies for ensuring contractors working structural integrity. This approach minimizes on public works capital projects for municipal costs and reduces waste by providing a clear agencies stay on schedule and under budget. project overview, facilitating the elimination of The following tasks will be performed as part of redundancies, and ensuring optimal material the overall approach to providing oversight of the allocation. prime contractor to anticipate issues that may lead to unintended CCOs and/or project delays. Engineer's Estimates I DCCM rigorously reviews Engineer's estimates to prevent project Our Principal-in-Charge, Ms. Yvette Kirrin, will delays due to underestimation or inefficient be responsible for coordinating with the City to fund allocation, and to track project budget and provide the staff needed for any assignment, activities. and to execute task orders on behalf of DCCM. All services shall be in accordance with Constructability Review I Prior to project local guidelines as described in Chapter 16, advertisement, DCCM conducts a thorough "Administer Construction Contracts" of the review of contract documents (PS&E)for Caltrans Local Assistance Procedures Manual, the constructability and biddability. This includes site Caltrans Construction Manual, and the Caltrans visits, conflict assessments, staging analysis, Construction Manual Supplement for Local impact assessments, plan check coordination, Agency Resident Engineer, and the Greenbook. design discipline alignment, unit price verification, permit requirements evaluation, and discrepancy CATEGORY A & B - CONSTRUCTION identification for the City Project Manager and MANAGEMENT, INSPECTION, AND TESTING Design Engineer. SERVICES Resources Available to Our Employees: All of ON THE 1-215 WIDENING SOUTH SEGMENT FOR our engineers and field staff are equipped with RCTC (12 LANE MILES OF NEW PAVEMENT AND SIX MILES OF TYPE 60 BARRIER) OUR TEAM vehicles, laptops, cell phones, vehicles, safety SUGGESTED A STAGING METHOD DURING equipment and general inspection tools. THE CONSTRUCTIBILITY REVIEW PHASE THAT REDUCED THE NUMBER OF WORKING DAYS ON THE CONTRACT BY 150 DAYS. THIS Software: Microsoft Word, Microsoft Excel, SAVED APPROXIMATELY$1 5 MILLION IN Microsoft PowerPoint, Microsoft Project, Access, CONSTRUCTION AND SUPPORT COSTS. Adobe Acrobat/Bluebeam, Bentley Microstation and ContextCapture 3D Modeling. Master Project Schedule I DCCM's Resident DCCM does not require any resources, Engineer (RE) scrutinizes the contractor's baseline information, or assistance from the City to schedule for practicality and comprehensiveness. perform the expected services other than Monthly schedule updates are closely monitored, the necessary project documents such as and a 3-week look-ahead schedule is used to plans and specifications once a task has been manage project progress efficiently. A parallel assigned. (as-built) schedule is maintained, and Time Impact Analysis (TIA) is conducted when required. Southstar l DCCM I City of Huntington Beach.On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 13 1027 D. SERVICE CATEGORY FIRM Contract Bidding Support I DCCM administers progress meetings will be conducted, with and advertises construction bids, prepares for pre- agendas, minutes, and an issues log maintained. bid meetings, manages inquiries, and coordinates These meetings will cover submittals, RFIs, responses with the City's Design Consultant. CCOs, and project issues. Review and Evaluation of Bids I DCCM Monthly Activity Summary Report I The assists the City in reviewing and evaluating bids, DCCM Inspector will provide monthly project ensuring compliance with contract terms, and status reports. These reports will cover budget, recommending successful low bidders. Notice schedule, accomplishments, submittals, change of Award, Agreements, and Purchase Orders are orders, and current and anticipated work progress. processed. Requests for Information I The DCCM team will Project Management I DCCM utilizes effective respond to Contractor's RFIs or route them to project control tools and procedures, closely design engineers as needed. A weekly tracking collaborating with the contractor and City staff report will be maintained and discussed in the to ensure compliance with contract documents, weekly progress meeting for efficient issue efficient payment processes, and timely issue resolution. resolution. Proposed modifications or deviations are reviewed and addressed promptly. THROUGH OUR METICULOUS RFI PROCESS, WE SUCCESSFULLY MONITORED AND CONSTRUCTION PHASE ADAPTED TO VARIOUS FIELD CONDITIONS ON THE PRESTIGIOUS PRESIDENTS' PLAZA Stakeholder Communication I Effective IMPROVEMENTS PROJECT. BY EFFECTIVELY communication with Project stakeholders, MANAGING THE DISCOVERY AND DESIGN OF including local residents, businesses, utility BURIED MANMADE OBJECTS AND UTILITIES, WE DEMONSTRATED OUR ABILITY TO THINK owners, and agencies, is crucial. A project-specific QUICKLY ON OUR FEET AND ULTIMATELY Public Outreach plan developed by our in-house SAVED THE AGENCY $500,000. public outreach team will ensure transparent communication. Additionally, our team will create a project-specific communication plan for Submittal Management and Review I Our team stakeholders and the City. will receive and log all Contractor's submittals. Depending on the type of submittal, it will be Schedule Control I Schedule control routed for review by the relevant team member. encompasses baseline construction schedule Responses will be documented in the submittal submission, approval, and updates. Discrepancies log, ensuring the Contractor has the necessary between planned and actual activities will information for project progress. be addressed. Weekly 2-4-week look-ahead schedules will aid inspection and off site planning. Technical and Administrative ManagementI We closely monitor procurement of long lead DCCM will provide technical and administrative materials and alert the City to any construction management services, oversee project activities, changes that might impact schedules or costs. maintain close communication with the Client's Project Manager and Design Engineer, and ensure Progress/Coordination Meetings I Our comprehensive documentation. Inspector will assist in coordinating meetings with the Contractor, Designer, construction surveyor, materials inspector, and utility companies. Weekly Southstar I DCCM I City of Huntington Beach.On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 14 1028 D. SERVICE CATEGORY FIRM Project File Management I We will process Cost Control System I Detecting and addressing ili and track project files at the job site using the construction issues early is the responsibility of agency's filing system. Project files will include, at all team members, especially field inspectors. a minimum: Monthly progress payments are prepared for • RFIs, Submittals, Proposed change orders and City review, covering work completed by the revisions. Contractor. Change order administration is • Cost accounting records on authorized work essential for cost and schedule control. We performed under contract unit costs and excel in resolving issues at the lowest level and additional work performed based on actual costs of time (labor) and materials (T&M). maintaining detailed project documentation to • All contract documents including: Special mitigate claims. Provisions; Contract/Agreement; Subcontractors Listing; Bonds; Non-Collusion Claims Abatement I Our team focuses on strong Affidavit; Construction Quality Assurance (CQA);correspondence, etc. communication and relationships to minimize the • Disadvantaged Business Enterprises (DBE) need for contractor claims. In unavoidable cases, Compliance. we access expert resources to minimize impacts. • Relevant permits and requirements from local governments or regulatory agencies. The DCCM team Claims Specialist (CS) will • Appropriate reference specifications, standards, provide the following Claims Support Services in and standard plans. all phases of construction with the goal of Claims • Notice to Proceed and contract time accounting procedure and documentation. Avoidance and Prevention: • Equipment and material submittal log. The construction contract shall be reviewed for Pre-Construction Phase submittal requirements, and due dates shall be • Constructability Review for Claims Avoidance established based on the construction schedule. • Reduce Change/Extra work orders • Correspondence log. • Produce an Independent project Schedule • Progress payment format in compliance with • Coordinate with all Caltrans/City Functional City's standards. Units • Project personnel and emergency phone • Conduct Value Engineering, Risk Management numbers. includingSchedule Risk Assessments • Contract change order documentation and approval procedures. Construction Phase • Daily construction report, supplemented by daily . Constructability Review for Claims Mitigation materials sampling and testing reports prepared • Notice of Potential Claim (NOPCs) and TIA on printed forms. review and analysis • Required safety documentation and equipment. • Escalation Analysis and Financial Audits • Project photograph log. • Dispute Review Board Preparation • Record drawing format. • Resolving the more challenging Contract • Progress meeting format. Change Orders with Deferred Time, Labor • Pre-construction meeting format. Impacts, and Escalation Cost • Claim Settlement Report CSR Preparation and Change Orders I Change Orders can be requested Claims Settlement by the Contractor due to field conflicts or initiated Post-Construction Phase by the City for scope changes. Our team assesses estimated cost, and schedule • Assist in Processing the Proposed Final merit, scope, Estimate PFE and the exceptions to PFE impacts, providing City recommendations. We also • Prepare District Claims Report DCR and CSR negotiate change orders if required due to scope and Claims Settlement as needed •changes bythe City. We aim to avoid unnecessaryBoard of Review Presentation 9 • Support Legal Staff during Arbitration change orders and consult with the City when • Provide Expert Testimony necessary. Payment for change orders follows a clear process. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 15 1029 D. SERVICE CATEGORY FIRM Review Traffic Control Plans I We review on all construction projects. This role will be Contractor-submitted traffic control plans for safety supervised by the Construction Manager. and access. Recommendations are discussed with the City before sharing with the Contractor. Maintain WSWD I DCCM maintains weekly Ongoing monitoring ensures compliance. statements of working days (WSWD) as part of our construction management services. f Quality Assurance/Control I We employ skilled 7-4414 staff to uphold quality through careful inspection, . preventing re-work, and ensuring proper testing. .`�' Federal Contract Management& MIA Documentation I DCCM We have experience Project Schedule I We review and approve the in managing federally funded projects, following Contractor's schedule, utilizing software tools. LAPM chapters for invoicing and documentation. Monthly reviews against the baseline schedule Project Filing System ( Files are scanned and help identify and mitigate potential delays. stored digitally. Electronic data is uploaded to the Document Control I We follow a compliant filing City's preferred location. and document control system, documenting all Project Records I We maintain comprehensive communication and maintaining compliance with project records in hard copy and electronic form, Caltrans and City requirements. following Caltrans Construction Manual Logs. Utility and Outside Agency Coordination I Bilingual In-House Public Outreach I Our team alerts affected entities and coordinates DCCM's public relations division offers a closely to ensure a smooth pre-construction comprehensive public outreach department meeting and construction process. that provides the City with a one-stop-shop for Site SafetyNothingis more important than the outreach services. Our in-house professionals � p safety of the construction team and the general are experts in community outreach public. We ensure safety compliance through plan and relations, community events and engagements, presentations, graphics, video review, monitoring, and reporting of deficiencies. Weekly safety meetings are conducted. production, communications, translation, and interpretation services, as well as media Contractor Progress Payments f We administer relations. Vanessa Barrientos Bilingual, with progress payments based on field measurements over 18 years of experience, has developed and and quantities, subject to City approval. executed tailored bilingual public awareness campaigns for more than $3.9 billion worth of Office Engineering (As needed & Applicable) I high-profile projects across Southern California. The OE assists in various project tasks, including change orders, coordinating testing, and DCCM tailors the Public Outreach approach for documentation. The OE also ensures that all each project, and when appropriate, we include appropriate submittals are submitted on time. a project logo (simple), factsheet, project map, They will also coordinate all meetings necessary helpline, QR code to the City webpage, and a for specific operations. The OE is the focal point project video. for proper and accurate project documentation Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 16 1030 D. SERVICE CATEGORY FIRM We utilize City resources when for those projects. Upon notification of a task �' ~•1 available; for example, a City email, order request, we will commence our services. F r City project webpage, and City Ei °�, social media receive content to post. Geotechnical Investigations I Verdantas' Scan To The OR code to the left will take you geotechnical exploration services typically Watch to an example of a recent Bilingual begin in early planning stages of a project with Public Outreach Campaign Video: geotechnical feasibility and due diligence studies; https://vimeo.com/871647270?share=copy and geologic and seismic hazard assessments. They will complete subsurface geotechnical The following projects are samples of when explorations to characterize geologic and DCCM provided a tailored public relations strategy geotechnical conditions, conduct geotechnical for the client to benefit the community, as well as laboratory testing of soil and rock at their in-house all the city officials that are interested in following accredited laboratories. Their geotechnical report the project's progress. will typically include a desktop review of site- specific geologic and/or geotechnical hazards, • Florence Avenue Widening and Pavement seismic design parameters, liquefaction analyses, Project • Residential Streets (11 Streets) Pavement slope stability, foundation recommendations, Rehabilitation Project retaining wall parameters, pavement design, and • Residential Streets (25 Streets) Pavement construction considerations. They can provide Improvement Project • Residential Alleys Pavement Reconstruction geotechnical review of civil and structural plans Improvement Project and specifications to check implementation of • Shoemaker Ave and Broadway Ave Pavement our geotechnical recommendations, and to refine Improvement Project our recommendations based on design changes/ • City Wide Various Streets Pavement refinements and interaction with the City. Reconstruction Improvement Project Phase 1 and Phase 2 CATEGORY C. CONSTRUCTION INSPECTION • Dillon Rd and Bubbling Wells Rd Resurfacing Improvement Project Daily Reports I The DCCM Inspector provides • Langlois Rd and Mission Lakes Blvd and Little daily diaries of construction progress in Caltrans Morongo Resurfacing Improvement Projects format from the Caltrans Local Assistance • Town Center (City Hall) Parking Lot Pavement Improvement Project Procedures Manual. These reports cover material quantities, construction progress photos, daily Materials Testing I DCCM will coordinate with issues, accomplishments, project budget and our Materials Testing subconsultant Verdantas, to schedule status, and other relevant details. provide quality assurance material sampling and testing services to support the project as needed Construction Observation and Inspection Verdantas will utilize the project management Field Inspectors play a vital role in quality control style and approach that we have successfully on construction projects, ensuring contractor developed for the past and current on-call compliance with plans and specifications. contracts with public agencies. Throughout the Proper documentation is essential for accurate contract duration, our proposed project manager measurement and payment records. Our team and single point of contact for the City and/or consists of seasoned construction management Client, will meet with the representative(s) of personnel with extensive experience in various the City and/or Client to discuss task order project types. assignments and the anticipated services required Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 17 1031 D. SERVICE CATEGORY FIRM Our inspectors offer cross-training in building Photo &Video Documentation I Team and facility improvements, electrical and lighting members use smartphones and tablets to enhancements, landscaping, sewage, storm document project activities through photos, drainage, and traffic signal improvements. They videos, and written records, stored on a project have conducted inspection services for storm cloud server for access. drain and pipeline relocation, street improvements, roadway widening, striping, traffic control, utility protection, and concrete work. They are well- versed in Caltrans Standard Specifications, Caltrans t - Standard Plans, the "Greenbook," CaIOSHA, and an traffic control practices as specified in the Work - N ' Area Traffic Control Handbook (WATCH). 1.7 i ,. r F Inspectors ensure the presence of appropriate MI .11 agencies (City, environmental, and local) as n . required and promptly notify the City of any Presidents'Plaza Parking Lot- City of Palm Desert, CA directives, recommendations, or notices from other agencies. In the field, the DCCM team Progress/Coordination Meetings I Our team diligently safeguards the City against defects and will assist in coordinating meetings with the deficiencies in the contractor's work. Contractor, Designer, construction surveyor, materials inspector, and utility companies. Weekly FAA GPS Enabled Site Photography: Using progress meetings will be conducted, with our new drone equipped with a 48MP camera, agendas, minutes, and an issues log maintained. DCCM's FAA Section 107-certified pilot will These meetings will cover submittals, RFIs, conduct monthly flights over designated project CCOs, and project issues. areas, capturing high-resolution imagery to create Drainage I We inspect the construct/modify of an interactive 3D model of the workspace. From drainage systems per requirements, standards, this model, a 2D orthophoto can be generated and contract documents. to scale, suitable for printing or use as a scaled background image in MicroStation. This advanced SWPPP I A certified DCCM Inspector will be imaging technology enhances communication, responsible for verifying water pollution control mitigates risks, and minimizes potential schedule regulations, erosion and sedimentation processes, delays and cost overruns. Additionally, these BMP installation and maintenance, dewatering images are valuable for public outreach, allowing operations, sampling and analysis, contract the team to label ongoing construction tasks administration for water pollution control, and and post updates to the project website. The reviewing storm water pollution prevention pilot has extensive experience with Bentley plans. The team provides Recommendations ContextCapture software, leveraging a robust for improvements to the BMP installation and server infrastructure. With decades of design functionality on a daily basis during their regular expertise, thousands of hours in Photoshop, and inspection activities. FAA certification, our pilot combines skill and POST CONSTRUCTION technology to deliver precise models and maps for our clients. As-Built Drawings I The DCCM team maintains a red-lined set of "As-Built" plans in the construction field office, documenting as- Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 18 1032 D. SERVICE CATEGORY FIRM built conditions. These drawings are reviewed Claims Report I The team focuses on problem- at the end of construction to ensure accurate solving and documentation to avoid contractor documentation of plan changes. Following the claims. In case claims are unavoidable, DCCM can review, they are transmitted to the designer for tap into expert resources to minimize impacts on electronic plan set updates, including the City's project cost and schedule. The Resident Engineer signature, and archival storage. prepares a Claims Report for outstanding and unresolved claims, following Caltrans Construction Final Inspection and Punch-list ( DCCM ensures Manual guidelines. that the final project complies with the plans, specifications, and estimate package, as well as Electronic Files I Project files, including drawings, all relevant codes, permits, and standards. Final are transmitted to the City in PDF format. inspections are conducted, and punch-lists of Hardcopy project files are organized, labeled, and incomplete work are issued. DCCM monitors prepared for storage. punch-list completion, coordinates final project acceptance with the City and stakeholders, Project Report I A Final Project Report is created, closes project files, and provides as-built plans. detailing project construction, final construction It also assists in coordinating, completing, and cost (including management and administration), filing invoicing and necessary documentation for Contract Change Orders, Construction Claims, reimbursement. and their resolutions, along with photo and video documentation. Final Walkthrough I DCCM conducts final inspections, monitors punch-list completion, Final Acceptance I DCCM recommends final and issues a notice of substantial completion. A acceptance of the Project once deficient work final walkthrough is scheduled and conducted is corrected, and all contract conditions are met. with the City, Caltrans, contractors, and design A completed project is delivered to the City engineers. DCCM coordinates any required in compliance with plans, specifications, the corrections resulting from the walkthrough. estimate package, and all relevant codes, permits, Once all corrections are addressed, final project and standards. acceptance is coordinated with the City and CATEGORY D. LABOR COMPLIANCE relevant agencies and utilities. DCCM's labor compliance officer, Mr. Ramon Finalized Documents I All project items, including Carlos, offers over 20+ years of experience in record drawings, contract bid items, claims, construction labor compliance. regulation, record change orders, and punch-list items, are finalized. keeping and submission requirements, with labor code requirements on public works projects. Item Closeout I All open contract items are closed He will verify labor compliance through review out and balanced, addressing item overruns and of the contractor's certified payrolls, including underruns. Contract Change Orders are created if fringe benefit statements, in accordance with necessary to adjust item prices. prevailing wage rates set by the California Labor Proposed Final Estimate I Depending on project Code and Federal guidelines for reporting of complexity, the DCCM Inspector can lead or assist federalized projects. The labor compliance review in preparing the Proposed Final Estimate and will also include verification of DBE utilization, obtain Contractor's concurrence. This document is subcontractor utilization, and labor compliance provided after resolving any open claims. interviews with workers. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 19 1033 D. SERVICE CATEGORY FIRM The Labor Compliance tasks consist of: interviews, payrolls, and diaries (if applicable) ensuring all required information matches. • Initial review of contract language to ensure • Ensuring employee information complies with funding type and knowledge of expected labor code requirements. contractors. • Verifying expected wage determination to be • Notifying the State of delinquent or inadequate used and provide to agency along with potential payrolls, ensure uploads to Department of contractors. Industrial Relations to comply with SB854, preparing and submitting monthly reports (to • Preparing and attending pre-construction keep all stakeholders aware of deficiencies), meeting to discuss requirements and apprentice certification and tracking per DAS expectations via checklist. Requirements (if any, to comply with bonified • Enforcing Prevailing wage and Labor Code programs), verifying payments made on 1720-1815. behalf of employees such as Union deposits, and training fees to California Apprenticeship • Reviewing payrolls from prime contractors and Council. all subcontractors performing work. Interact Performing more thorough review of with prime on addressing deficiencies while • documents on site of contractor's office providing technical assistance and solutions to correct findings. location. • Attending other meetings as necessary to • Payroll review tasks will be performed each ensure all parties are aware of requirements, time documents are submitted for any size conducts required monthly employee project. interviews, provide weekly Payroll Analysis vs DIR wage determinations submitted documents to make sure proper wages are being paid to employees, cross-checks PROPOSAL SUMMARY DCCM offers a versatile team with the flexibility to match the best talent to each project, ensuring continuity as key personnel remain engaged throughout. DCCM provides expert project management and construction oversight services (including labor compliance) for municipal on-call contracts, with a comprehensive approach that includes technical competence, adaptive resource allocation, and a proven methodology for managing diverse, evolving project demands. Our experienced team employs a detailed project management process using Microsoft Project and other Microsoft 365 tools to ensure efficient communication and coordination with the City and subconsultants. Our on-call methodology is supported by flexible staffing, allowing the City to select qualified DCCM professionals as required. DCCM has a strong track record, demonstrated through extensive experience managing over 95 task orders for the City of Santa Fe Springs (which is a reference of ours). Our consistent delivery of high-quality results, on-time and within budget, is further evidenced by our success in securing repeat business. DCCM's commitment to excellence, tailored service, and transparency makes us a trusted partner for infrastructure projects across California. Our construction management and inspection services adhere to Caltrans guidelines and cover every phase from pre-construction through post-construction. We utilize value engineering, constructability reviews, and rigorous quality control measures to maintain schedule adherence and budget control. Additionally, our bilingual in-house public outreach team supports effective communication with stakeholders, enhancing project transparency.ln summary, DCCM's robust, adaptable project management and construction inspection services provide the City with dependable, efficient, and high-quality outcomes for its public works projects. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 20 1034 APPENDIX Resumes APPENDIX )) YVETTE KIRRIN, PE PRINCIPAL-IN-CHARGE GATEWAY CITIES COUNCIL OF GOVERNMENTS (GCCOG) GCCOG I LOS ANGELES COUNTY, CA I TRANSPORTATION ENGINEER Ms. Kirrin serves as a Transportation Engineer and is responsible for the subregional technical review,oversight and program management tasks needed to facilitate Metro Measure R and Measure M funds.Additionally,she is responsible for various portions of the subregional transportation initiatives including the arterial complete streets projects and the active transportation strategic projects for the 27+Cities/Jurisdictions.This includes the facilitation of over$1 Billion in funds. Ms. Kirrin is responsible for protecting the interests of the Cities regarding how FIRM the funds are allocated and spent,as well as responsible for communicating to the Southstar I OCCM Public Works offices, City Mangers and Elected officials the status on the projects. EXPERIENCE More than 50 projects in the subregion have been coordinated and delivered, 16 years with Southstar utilizing Ms. Kirrin's expertise in the areas of funding, planning,design, right of way, 30+years in the role construction and/or construction management and inspection. EDUCATION RANDOLPH CORRIDOR ACTIVE TRANSPORTATION PROJECT BS,Mechanical Engineering- CITY OF COMMERCE I COMMERCE, CA I PROJECT MANAGER University of Florida Ms. Kirrin is responsible for managing the completion of the Project that extends LICENSES/REGISTRATIONS along the Randolph Corridor beginning at the eastern terminus in the City of Professional Civil Engineer,CA Commerce and extending west along the corridor through the Stakeholder's License#C63667 westerly corridor terminus;a distance of 6.83 miles. She is overseeing the BACKGROUND overall scope, schedule and budget, but also the Metro Funding Agreement Ms.Kirrin has over 30 years of requirements, reimbursement, and the balance of equity between the Cities extensive transportation planning, of Commerce, Bell, Huntington Park and the County of LA via the executed design and construction and project Memorandum of Understanding. Ms. Kirrin is managing Phase 1 planning/concept management.Her management engineering work to be done and based on the elements that the jurisdictions expertise is in the facilitation of large wish to move forward with, these will be basis of Phase 2 environmental work. transportation projects within small Phase 3 will develop the PS&E and bid specifications needed to construct and large governance structures,as well as an expertise in federal,state elements that were cleared as part of Phase 2,and that conceptually fit within the and local funding,including working budget, as quantified in Phase 1. with Metro and Caltrans. In addition to Yvette's business role with Southstar, CITY OF SANTA FE SPRINGS STAFF AUGMENTATION she has several Project and Program Manager roles in southern California. CITY OF SANTA FE SPRINGS ' SANTA FE SPRINGS, CA I INTERIM PUBLIC These roles utilize her technical WORKS DIRECTOR knowledge to deliver projects,as Ms. Kirrin recently served as the Interim Public Works Director for the City well as her strategic thinking in the of Santa Fe Springs,where her duties include the management of multiple political advocacy arena.Yvette has been the President of Southstar managers and divisions, coordination with the City Council and the oversight of Engineering&Consulting,since 2010. large-scale subregional projects. She is Principal-in-Charge for the following On-Call contracts: CALIFORNIA HIGH SPEED RAIL AUTHORITY (CHSRA) OVERSIGHT FOR THE CITY OF COMMERCE • City of Brea CITY OF COMMERCE I COMMERCE, CA I PROJECT MANAGER • City of Santa Fe Springs Ms. Kirrin served as Project Manager responsible for reviewing and providing • City of Bellflower comments for the CHSRA alignment along with high level impacts that traversed • City of La Mirada the City of Commerce. Prepared comments to the plans, prepared proposed high-level mitigations, including the pedestrian overcrossing noted in this proposal • City of Santa Monica from the neighborhood across the 1-5 and Telegraph Road to the Citadel. Provided • City of Commerce technical assistance in understanding the impacts. Prepared City Council report • City of Cerritos and PowerPoint presentation that outlined alignment impacts and proposed mitigation considerations. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 1036 APPENDIX CONSTRUCTION NICOLE JULESMANAGER, MS, PE 25" STREET REHABILITATION PROJECT CITY OF RANCHO PALOS VERDES I RANCHO PALOS VERDES, CA I PROJECT/ CONSTRUCTION MANAGER . Ms. Jules provided project and construction management services for the 25'h Street Rehabilitation project which consisted of installation of 36" HDPE and RCP pipe, full depth AC pavement and varying depth ARHM pavement overlay along 25th Street in the City of Rancho Palos Verdes. This 40 working day project was completed on time and within budget. Construction management FIRM tasks also included public outreach, consultant and contractor Southstar I DCCM management, progress meetings, staff reports and general project coordination with other city departments. EXPERIENCE 25+years in Industry RESIDENTIAL STREET REHABILITATION PROJECTS <1 year with DCCM CITY OF RANCHO PALOS VERDES I RANCHO PALOS VERDES, CA I PROJECT/ EDUCATION CONSTRUCTION MANAGER MS Transportation Planning — Ms. Jules provided project and construction management services University of Southern California for the city's residential street rehabilitation program for over 5 BS,Civil Engineering —University of years. The work included ADA curb ramp installation, sidewalk and California,Irvine driveway repairs, pavement milling and overlay, slurry seal and cape seal application, installation of signs, striping and curb markings. LICENSES/REGISTRATIONS Her responsibilities included design oversight, advertising, bidding, Professional Engineer,CA 165984 construction award, construction oversight, quantity tracking, RFI's, change orders, weekly statement of working days, schedule BACKGROUND management, communication with stakeholders and coordinating Ms.Jules is a seasoned civil with project inspector. engineer with over 25 years of experience and has successfully ARTERIAL ROADS REHABILITATION PROJECTS managed complex public works CITY OF RANCHO PALOS VERDES RANCHO PALOS VERDES, CA PROJECT/ projects in both private and I I public sectors. Her expertise CONSTRUCTION MANAGER spans construction management, Ms. Jules provided project and construction oversight for the City's traffic engineering,transportation arterial roads rehabilitation project which was federally funded. The planning,and city engineering, project included pavement rehabilitation, sidewalk, curb and gutter, allowing her to develop practical and ramp improvements, traffic signal upgrades, new medians, and solutions that balance technical striping. She managed construction activities, performed project precision with feasibility. coordination with the City and surrounding businesses, responded Passionate about public service, to RFIs, reviewed submittals, processed change orders, tracked she has led teams dedicated constructionquantities, reviewed monthlyprogress payments, to municipal projects,offering P g p Y consulting services to numerous coordinated project changes requested by residents and approved California cities.With a strong by the City. Ms. Jules also managed construction schedules, track record in right-of-way provided public outreach to coordinate work impacting nearby management and mitigating residents and businesses, responded to claims, and managed traffic development impacts,she remains controller inspections. a committed leader in the field. PALOS VERDES DRIVE EAST SAFETY IMPROVEMENTS PROJECT CITY OF RANCHO PALOS VERDES I RANCHO PALOS VERDES, CA I PROJECT/ CONSTRUCTION MANAGER Ms. Jules coordinated grant funding, design, bidding, award, construction and project closeout for the Palos Verdes Drive East Safety Improvements projects. Improvements included replacement of damaged and non-compliant guardrails and improvements to multi-use trail. The project was funded with Highway Safety Improvement funds. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management.Materials Testing,and Inspection Services I June 13,2025 ii 1037 APPENDIX S, , QQSP CONSTRUCTIONLEA REIPE MANAGER SD/ / RESIDENT ENGINEER EDINGER AVENUE SEWER UPGRADE PROJECT CITY OF HUNTINGTON BEACH I HUNTINGTON BEACH, CAI CONSTRUCTION MANAGER Lea provided construction management for the Edinger Avenue Sewer Upgrade Project.The work included the upgrade of the sewer main along Edinger Street between the railroad on the west and Beach Blvd on the east to accommodate commercial expansion in the area. The project included trenching, shoring, 15"- 18" VCP pipe installation, dewatering,and median and pavement restoration. Her responsibilities included but were FIRM not limited to coordination between the City and contractor, processing Southstar I DCCM RFIs and change orders, managing the budget,weekly meetings, and EXPERIENCE supervising the construction inspection.The Edinger Street Sewer 20+years in Industry Improvement Project received the APWA B.E.S.T. Project of the Year <1 year with the Firm Award in the Drainage, Water, and Wastewater category on December 11, 2024.This award, presented by the American Public Works Association EDUCATION (APWA), recognized the project's significant contribution to improving MBA-New York Institute of drainage and wastewater infrastructure in the city. Lea Reis, PE, served Technology as the project's construction manager.This$5M improvement project BS Aerospace Engineering replaced 8" & 10" sewers with 8" to 15" inch sewers, eliminating sag and University of Southern California restoring the system to its full capacity, enhancing the system for future businesses. LICENSES/REGISTRATIONS Professional Civil Engineer MANHATTAN BEACH BLVD REHABILITATION PROJECT CA/85395 CITY OF REDONDO BEACH I REDONDO BEACH, CAI CONSTRUCTION MANAGER QSD/QSP;¢`26871 Lea provided construction management for the Manhattan Beach Blvd BACKGROUND Rehabilitation Project. The work included ADA curb ramp installation, Ms. Reis is a registered civil sidewalk and driveway repairs, pavement milling and overlay,and engineer with over 20 years of installation of signing, striping, and markings. Her responsibilities included experience in the public and but was not limited to design revision coordination between the City and private sectors,managing public contractor, processing RFIs and change orders, managing project budget, and private projects for various progress payments and supervising construction inspectors. cities throughout Southern California.Her career has given her VARIOUS PROJECTS valuable insight into the successful CITY OF COMPTON I COMPTON, CAI SENIOR ENGINEER delivery of projects,from design through construction. Projects As Senior Engineer acting as City Engineer, Lea assisted the Public Works include roadway rehabilitation Department in coordinating discussions and correspondences with the and traffic signals;water,sewer, designers, construction managers,and project managers of ongoing Capital and storm drain systems;buildings Improvement Projects.These projects include but are not limited to the and facilities;and community Wilmington Blvd Rehabilitation Project, Compton Blvd HSIP, Alondra Park parks.She is well versed in ADA improvements and compliance, Project,Artesia Great Boulevard Project for the City of Long Beach, and Caltrans and Greenbook many more. standards and specifications, and constructability valuation. PUBLIC WORKS DEPARTMENT Her experience as Public Works CITY OF LAWNDALE I LAWNDALE, CA I INTERIM PUBLIC WORKS Director has provided her with DIRECTOR valuable knowledge in city street Lea acted as Interim Public Works Director in the City of Lawndale at the maintenance and operations, engineering policies and onset of the Covid 19 lockdown. She coordinated between the Public procedures to deliver successful Works Department and City Manager to navigate unknown policies during projects on schedule and within this time. She also reviewed plans, signed maps and plans on the City's budget. behalf, attended meetings as needed for state and federal funding, and provided information to the finance department to assist with the new 5-year General Plan. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 iii 1038 APPENDIX )1 AMR ABUELHASSAN, MS, PE, QSD SENIOR CONSTRUCTION MANAGER 1-215 HOLLAND ROAD OVERCROSSING CITY OF MENIFEE I MENIFEE, CA I RESIDENT ENGINEER Mr. Abuelhassan is responsible for overseeing construction management activities for this project. Project scope consists of - k constructing roadway approaches and 1-215 overcrossing at Holland ot' Road in the City of Menifee. The bridge is a 328 foot, 3-span, cast in place, post tensioned box girder bridge. It will provide 2 lanes of ,` traffic, a bicycle path, and sidewalk in each direction. Decorative barrier rail and bridge lighting will match the recently constructed FIRM bridges at Newport and Scott Roads. Future utilities will be Southstar I DCCM accommodated with 2- 18" EMWD water lines and 6-5" SCE conduits within the bridge, and electrical and communication EXPERIENCE conduits in the sidewalks. The bridge will be founded on 36" Cast 33 years in Industry in Drilled Hole, (CIDH) piles. 15 years with DCCM EDUCATION RIVERSIDE AVENUE SOUTH STREET RECONSTRUCTION PROJECT MS,Civil Engineering California CITY OF RIALTO I RIALTO, CA I RESIDENT ENGINEER State University,Fullerton Mr. Abuelhassan was responsible for overseeing all construction BS,Civil Engineering—California activities along with performing all schedule preparation, review, State Polytechnic University, Pomona and task analysis. Major tasks performed included Scoping, Cost Caltrans RE Academy Estimating, Scheduling, Budget Management, Preparation and tracking of monthly invoicing to the City and vendors involved. This LICENSES/REGISTRATIONS project was Phase 2 of the 3 phase vision for Riverside Avenue Professional Engineer,California and continued to overlay and reconstruct Riverside Avenue (South) No.C57817 between Interstate 10 (I-10) to Santa Ana River. Project included Qualified SWPPP Developer(QSD), upgrades of existing and construction of new ADA-compliant curb California No.23428 ramps, and reconstruction of sidewalks, sidewalks, driveways, curbs, and gutters. At the request of the City of Rialto, DCCM BACKGROUND designed and added two right turn lanes at Santa Ana Avenue Mr.Abuelhassan has over 31 and Resource Drive. Underground, including dozens of water years of experience in project mains and valve cans, utilities were also adjusted to new roadway management, construction surface grades. The majority of work was performed at night management, and civil because Riverside Avenue is a heavy truck traffic roadway. engineering. His extensive construction management and administration experience and PRESIDENTS' PLAZA PARKING LOT RENOVATION knowledge provides a solid CITY OF PALM DESERT I PALM DESERT, CA I RESIDENT ENGINEER foundation for the delivery Mr. Abuelhassan was responsible for providing construction of projects from inception to management services for the Presidents' Plaza Parking Lot completion of construction. Renovation project that included repaved, beautified, and improved Mr.Abuelhassan's experience the Presidents' Plaza East and West Parking Lots. These aging, includes working for Caltrans heavilyused lots served businesses and their patrons on El Paseo, District 8 delivering projects on various routes within the Highway 111, and adjacent frontage roads between Larkspur District as a Project Manager Lane and Portola Avenue. The parking lots underwent several and as a Resident Engineer. Mr. improvements. Structural section rehab of 261,000 sq-ft of Abuelhassan's experience also parking lot, plus landscaping,ADA ramps, and sign front. includes working for the County Utility upgrades for water,sewer,& electric. of San Bernardino Department of Public Works as a Resident Engineer where he performed the duties of construction manager on several successful projects. Southstar(DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 iv 1039 APPENDIX }) JAYESH SOLANKI CONSTRUCTION / ROADWAY INSPECTOR CREEK PARK VEHICLE BRIDGE REPLACEMENT Iti CITY OF LA MIRADA I LA MIRADA, CA I CONSTRUCTION INSPECTOR Mr. Solanki is currently working on the Creek Park Vehicle Bridge Replacement project for the City of La Mirada.The project is within a park and involves a variety of scopes including new sidewalk,ADA ramps, earthwork, parking lot pavement, - - bridge work, landscaping and irrigation,and electrical work. Mr. Solanki is serving as the primary inspector and some of his duties include inspecting concrete work for sidewalks and ADA accessibility, landscaping and irrigation installation, and FIRM pavement work.Additionally, Mr. Solanki enforces the requirements of the plans Southstar I DCCM and specs, including quality, safety, and environmental requirements. He also coordinates with the construction manager for monthly progress payments and EXPERIENCE bid quantities, RFIs and submittals, and coordinates any changes in the field as 35+years in Industry 3 years with DCCM necessary. EDUCATION ON-CALL CONSTRUCTION INSPECTION & ENGINEERING PROFESSIONAL AS-Construction Management(India) SERVICES CITY OF SANTA FE SPRINGS I SANTA FE SPRINGS, CAI CONSTRUCTION LICENSES/REGISTRATIONS MANAGER/ INSPECTOR CTQP Mr. Solanki provided Construction Inspection services on various task orders SCDOT for the City of Santa Fe Springs. He has inspected improvements that included: ACI Technician Grade 1 pavement rehabilitation and inspection; reconstruction of sidewalks, stamped Nuclear Safety Cert concrete, curb and gutters; upgrades or additions of ADA ramps; storm drain ATSSA MOT Advanced reconstruction or rehabilitation;and traffic signal upgrades, landscape and PTI Level 1&2 irrigation improvements, bioswale construction, and parking lot resurfacing. SCDOT Concrete Levels I and II RESIDENTIAL STREET IMPROVEMENTS SOUTH OF FLORENCE AVE. Asphalt Roadway Technician (TRIANGLE) LONGWORTH AVE. ACI Concrete Field-Testing Grade 1 CITY OF SANTA FE SPRINGS I SANTA FE SPRINGS, CA I CONSTRUCTION MANAGER/SENIOR CONSTRUCTION INSPECTOR BACKGROUND Mr. Solanki provided Construction Management of this street improvement Mr.Solanki is a Civil Engineer with over 35 years of experience in project for the City of Santa Fe Springs on this project that improved residential the engineering and construction streets. Duties included material submittal approval, Asphalt mix analysis with industry.He has served in various FRAC.Also inspected sidewalk and ADA ramps.The project was constructed roles on roadway and bridge using Greenbook 2018 standards. He was responsible for coordinating phased projects including project manager, construction with City Managers, Inspector and Contractor and approval of the construction manager,and roadway monthly estimates including final payment. During the project he kept track of the and segmental bridge inspector. His professional registrations include contract items quantity changes and negotiate change orders with contractor. CTQP,SCDOT,ACI Technician Grade MUNICIPAL SERVICE YARD WAREHOUSE AND ADMINISTRATIVE OFFICE 1,Nuclear Safety Cert,ATSSA MOT Advanced, PTI Level 1&2,SCDOT ROOF REPLACEMENT Concrete Levels I and II,Asphalt CITY OF SANTA FE SPRINGS I SANTA FE SPRINGS, CA I CONSTRUCTION Roadway Technician and ACI MANAGER/SENIOR CONSTRUCTION INSPECTOR Concrete Field-Testing Grade 1. Mr. Solanki provided Construction Management and Inspection services on this roofing project for the City of Santa Fe Springs. Duties included approval of material submittal, contract Change Orders, Monthly Estimate preparation for City Construction Managerapproval nd conductedsite visit to access contractor's actor's performance. He also assisted Project Inspector with any site issues resolved site issues in coordination with City PW department, Contractor and the material supplier(To comply with their warranty requirements). Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 v 1040 APPENDIX )} SERGIO TOPETE CONSTRUCTION / ROADWAY INSPECTOR PUBLIC WORKS INSPECTION SERVICES CITY OF BREA I BREA, CA I CONSTRUCTION INSPECTOR 0 Mr.Topete is currently serving as the Public Works Inspector, his scope of work includes and is not limited to conduct field inspections of work performed by Southern California Gas Company, Edison,AT&T, Spectrum, Frontier, Caltrans. He is to document work activities and take digital photos of the work. He is to also confirm work related to coverage of utility services conforms with Greenbook standards. Monitor BMPs as necessary and enforce the City storm water monitoring requirements. He is to also monitor and enforce traffic control FIRM measures. Report and document any unsafe working practices. Issue inspection Southstar I DCCM reports to Public Works Director and/or City Engineer on a regular basis. EXPERIENCE HUNTINGTON PARK CIP 2018-11 ATP CYCLE IV PROJECT NO. ATPL- 6 years with Firm 5150(014) 35 years in Role CITY OF HUNTINGTON PARK HUNTINGTON PARK, CA CONSTRUCTION I I INSPECTOR EDUCATION Mr.Topete was responsible for the field inspection of a project that installed BS,Architectural&Civil Engineering —National Polytechnic Institute, new bicycle striping (sharrows, bike boxes), installed new or replaced existing Mexico City,Mexico wayfinding signage, constructed new concrete curb extensions(bulbouts), replaced existing traffic striping(lanes, crosswalks, parking stalls,words, LICENSES/REGISTRATIONS etc), replaced portions of curb, guter, and asphalt, installed new shade trees, Registered Engineer License# constructed new bus shelters and trash receptacles, and all other incidental 1298788(Mexico) work required to complete the improvements shown in the Plans and described BACKGROUND in the Specifications.The project required heavy traffic control and coordination Mr.Topete has over 35 years of civil with business owners, schools and residents.Work also included photo engineering experience,with a career documentation, measuring, calculating, and recording all construction quantities track focused on City Engineering for estimates. Management,planning,organizing, CIP 2017-03 ATP CYCLE III PROJECT NO. ATPL-5150(015) directing,and reviewing of all activities and operations of a Public CITY OF HUNTINGTON PARK I HUNTINGTON PARK, CA I CONSTRUCTION Works Department.Duties include INSPECTOR reviewing,designing and approving Mr.Topete performed field inspection of pedestrian safety enhancements at plans,specifications,estimates and the remaining uncontrolled crosswalk locations in the City.The project included bids,directing inspection activities, coordination of assigned activities replacement of ADA ramps, remove and replace fire hydrants, install Rectangular with other departments,divisions Rapid Flashing Beacons(RRFB)with LED lights, updated signing, and pavement and outside agencies,oversight of markings at uncontrolled crosswalks and will mitigate hazardous conditions while the City's annual street improvement improving pedestrian safety, schools and along: Pacific Blvd, Miles Ave, State program,CDBG Projects,SR2S, St, Gage Ave,Alameda St, Saturn Ave, Zoe Ave and Salt Lake Ave.The project Prop.C,STPL and providing highly required heavy traffic control and coordination with business owners, schools and complexadministrative support to the Public Works Director.Mr.Topete residents.Work also included photo documentation, measuring, calculating,and has directed and participated in recording all construction quantities for estimates. the construction and inspection of STREET IMPROVEMENTS ON GARFIELD AVENUE AND IMPERIAL HIGHWAY infrastructure projects,establishing CITY OF SOUTH GATE I SOUTH GATE, CA I CONSTRUCTION INSPECTOR project schedules,verification of project status,ensuring compliance Mr.Topete performed field inspection of pavement concrete grind asphalt; with contract specifications and Local leveling course;ARHM overlay;demolition and replacement of ADA ramps; and National codes.His experience construction of medians and walkways with landscape grouted cobble, includes developing and monitoring contractor pay requests,vendor pay decomposed granite, boulders, irrigation system;striping; replaced traffic signals; requests,sub-contractor pay requests removed and replaced curb&gutters, driveways,cross gutters;and install new and equipment/manpower reports.He controller, removed and replaced electrical pedestal.The project required heavy is also bilingual in English and Spanish. traffic control and coordination with business owners.Work also included photo documentation, measuring, calculating, and recording all construction quantities for estimates. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 vi 1041 APPENDIX )) NAA SK MWY, , M, M , M -RMP, FCIArb BUILDINGSH T CONSTRLOUTSUCTION MANAGERHAMROH/ ASSISTANTALA RESIDENTPECC ENGINEERPPP/ OFI CE FI ENGINEER PROVIDENCE CEDARS-SINAI TARZANA MEDICAL CENTER PROVIDENCE CEDARS-SINAI 12020-2022 I COST:$624M Provided Project and Construction Management services through his company, Louis Contractor&Construction Management(LCCM), California, USA from 2020 until March 2022, practicing construction management for Providence Cedars- Sinai Tarzana Medical Center construction works under jurisdiction of HCAI- OSHPD. FIRM NEW MESSILAH BEACH Southstar DCCM TEC I MESSILAH, KUWAIT 12021-2023 I COST: $41 M Site area covers 71,000 sq. meters, 9,500 sq. mtr buildings comprises of EXPERIENCE Administration building, Commercial buildings, Changing Facility, Substation, 30+years in Industry Play areas, Kids Pools,Aqua Pool,Wave Pool, Hard&Soft Landscape,and Utility <t year with DCCM Infrastructure services, Furniture&Fixtures equipment.The Client is Touristic EDUCATION Enterprises Company(TEC), Project management-KEO and Consultant is Gulf BS, Civil Engineering-Assiut Consultant(GC). University HESSAH BUSINESS DISTRICT PROJECT LICENSES/REGISTRATIONS URC 1 2022-2024 I COST: $138M Professional Civil Engineer,California The project consists of; i)Two office buildings each one basement+ 14-story, No.87561—Exp.09/30/25 ii)two Clinic buildings each 2 basement+ 13 story, iii)service apartment, one BACKGROUND basement+27 story building and iv) Food& Beverage buildings—Five unites Mr.Shamrokh built,managed each 2-story buildings, with two basement parking levels accessed by car lift and and lead teams of more than 450 Additional services within the basement serving all F&B shops, ground and first Engineers and professionals to serve floor open plan.The Client is United Real Estate Co(URC), Project management, the construction projects'business KEO and Consultant is SSH. in all functional areas either pre- construction or construction,such KAZMA CAMP as tendering,procurement,HSE, KUWAIT NATIONAL GUARD 12018-2024 I COST: $t B execution,technical,GA/QC,project controls"planning&Cost control," A new Camp facility for National Guard personnel would include up-to-data contract&commercial,IT,etc. He facilities that are abreast with international Advancement in military training and was awarded many projects from accommodating, using and maintaining heavy military equipment used by the repeat clients as a result of achieving National Guard.The facilities would also include sleeping barracks, catering, their expectations and satisfaction. medical, music, shelter and sports ancillary units and warehouses along without Mr.Shamrokh demonstrated a high degree of ethics and professional door training and sport facilities.The entire infrastructure facility is 1,888,839 sq. conduct embracing the integrity and mts& 175 buildings and facility of approx. 2,200,000 sq. mts.The Client is Kuwait transparency principles while working National Guard and Consultant is SSH. on the Providence Cedars-Sinai Tarzana Medical Center.He possesses JW MARRIOT HOTEL a strong knowledge of contract SALHIAH REAL ESTATE CO 12022-2023 I COST:$48M law,construction contracts'terms &conditions,national authorities' Refurbishment of Hotel&Salhia Office, External Façade Works, Internal Finishes, rules&regulations,claims'built-up Landscape, Civil works, Demolition, New Steel structures, MEP&Conveying &analysis,and dispute resolution system.The Client is Salhiah Real Estate Co and Consultant is Pace. methodology including International Arbitration. KSA - MARJAN TANAJIB GAS PLANT PROJECT ARAMCO/TR 12022-2024 I COST:$32M Remaining Civil Works for Units T 72-Trains 2&3 and T 83-Train 1 -General preparation of site, Piling, Earth Works, foundations, Precast& In-situ concrete elements, catch basins, manholes, pits, Paving&Roads, UG piping&electrical works,masonry, landscape&fencing works.The Client is Aramco/TR and Supervising the works by themselves. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 vii 1042 APPENDIX )) RAM 0 N CARLOS LABOR COMPLIANCE OFFICER 1-215 HOLLAND RD OVERCROSSING AND CENTRAL PARK AMPHITHEATRE PROJECTS CITY OF MENIFEE I MENIFEE, CA I LABOR COMPLIANCE MANAGER ':!411111).104 Labor Compliance Officer responsible for managing labor compliance effort, tg evaluates, monitors, and enforces prevailing wage requirements on various construction projects. Conducted onsite interviews to determine wages paid to workers and prevailing wage compliance orientations with subcontractors being monitored on the awarded task order, to ensure their understanding of prevailing wage requirements and their prevailing wage obligation. Maintained all labor FIRM compliance records, helped field personnel and Contractors, conducted field Southstar I DCCM interviews and investigations. EXPERIENCE CREEK PARK VEHICLE BRIDGE 23 years in Industry CITY OF LA MIRADA I LA MIRADA, CA I LABOR COMPLIANCE MANAGER 13 years with Firm SKIILS Enforcing prevailing wage requirements consisting of reviewing payrolls for Bilingual—Spanish prime and approximately eight subcontractors. Enforcing Labor Code 1720-1815. Contract Administration Interact with contractors,addressing deficiencies and correcting in a timely and efficient manner. Project consist of approximately 135 employees. I provide BACKGROUND monthly reports to all stakeholders addressing potential findings. Mr. Carlos has been a labor compliance officer since 2002 to RIVERSIDE AVE. SOUTH RECONSTRUCTION present with the public sector CITY OF RIALTO I RIALTO, CA I LABOR COMPLIANCE MANAGER as well as private sector. He served as a Labor Compliance Responsible for providing all Labor Compliance required services in accordance officer with Caltrans from 2002- with State, and Federal Ordinances, Laws, and Regulations through the 2010. From 2010-2016 he served Department of Public Works(DPW), including, but not limited to projects as the Disadvantaged Business funded in whole or in part by Federal funds and worked in conjunction with the Enterprise Program Manager for Department of Industrial Relations(DIR) on all SB-854 effected project. I reviewed Caltrans where he oversaw the documents submitted from all contractors which included: payroll,fringe benefits, goal setting,of Federal contracts apprentice requirements, DBE utilization. Collected final affidavits to closeout. and participated in good faith Projects consisted of about 20+contractors and approximately 32000-man hours. effort review committee. He takes on highly challenging positions and projects, and with his energy, RCAC —WATER FILTRATION IMPROVEMENTS initiative,and ability to implement VARIOUS SCHOOL LOCATIONS I CA STATEWIDE I LABOR COMPLIANCE and administer programs,delivers MANAGER successful assignments that Labor Compliance Officer. Responsible for providing all Labor Compliance have built his reputation in our required services in accordance with Local, State, and Federal Ordinances, Laws, industry as one of the best labor and Regulations. Interact with awarding body prior to award to ensure language. compliance officers in the Inland Communicate with contractors and discuss all requirements, including,but not Empire. limited to projects funded in whole or in part by Proposition 84(Safe Drinking Water, Water Quality and Supply;worked in conjunction with the Department of Industrial Relations (DIR)and creating profiles and projects. 1-15 CONGESTION RELIEF IMPROVEMENT PROJECT CITY OF TEMECULA I TEMECULA, CA I LABOR COMPLIANCE MANAGER The Labor Compliance task consists of reviewing payrolls for prime and subcontractors. Enforcing Prevailing wage and Labor Code 1720-1815. Interact with prime on addressing deficiencies and correcting. Project consist of up to twenty different contractors,working crews of approximately 120 employees. I provide monthly reports to all stakeholders addressing potential findings. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 1043 APPENDIX VANESSA BARRIENTOS PUBLIC OUTREACH MANAGER BICYCLE CORRIDOR IMPROVEMENT PROJECT GARDEN GROVE CITY OF GARDEN GROVE I GARDEN GROVE, CAI PUBLIC OUTREACH LEAD Ms. Barrientos designed and implemented a bilingual outreach plan that encompassed both businesses and residents.The plan included various outreach activities such as 60's videos, collateral material creation, setting up a helpline, arranging construction meetings, photography,translation services, and construction notices. She established and maintained a comprehensive - documentation control system,which documented public inquiries, photos,and outreach activities in detail. FIRM PARK AVENUE BRIDGE REPLACEMENT Southstar I DCCM CITY OF NEWPORT BEACH I NEWPORT BEACH, CAI DEDICATED COMMUNITY OUTREACH LIAISON EXPERIENCE Ms. Barrientos is leading a proactive outreach campaign for the Balboa Island 18 years in Industry community.This includes the creation of a dedicated project website, event 9 years with the Firm planning, resident and business outreach, Merchants Meetings, presentations, EDUCATION Community Fire House Meetings, a toll-free hotline, graphic design, BS,Criminal Justice-California State photography, and collateral material. She also played a key role in the delivery University,San Bernardino and removal of equipment on the island's one-lane road through proactive traffic planning. Ms. Barrientos is working closely with the Resident Engineer(RE), AWARDS Contractor, City Staff, Fire Department, Businesses, and part/full-time residents ASCE OC Branch Awards I to ensure the success of the project. Construction Project of the Year Gold Award,MarCom Awards I 1-5 AND GENE AUTRY WAY INTERCHANGE Communication Program CITY OF ANAHEIM I ANAHEIM, CAI PUBLIC OUTREACH LEAD Finalist,Public Relations Society Ms. Barrientos worked as a Dedicated Community Liaison and was responsible of America,50th Prism Awards, for developing and executing a comprehensive bilingual outreach plan for a Community Relations complex highway project. Her outreach plan included creating a project website, organizing events, reaching out to businesses and residents, giving presentations BACKGROUND to neighborhood associations, managing a toll-free hotline number, designing Vanessa Barrientos has over 18 branding and collateral materials, managing graphic design and photography, years of developing and executing providing translation services, and creating bilingual brochures, presentations, tailored public awareness campaigns construction notices, and presentation boards. She kept detailed documentation for over$3.4 billion high-profile of public inquiries, photos,and outreach activities. She also coordinated with infrastructure projects with a cost various entities such as the resident engineer, contractor,Anaheim Resort, effective approach by establishing Platinum Triangle,Angel Stadium, City Traffic Management Center, Event Parking goals,objectives and budgets.She encourages open conversation and Committee, Hotel Resorts, Disneyland, City Attorney, businesses and residents. facilitating the access of project SANTA FE SPRINGS - PUBLIC WORKS, ON-CALL PUBLIC OUTREACH information.Top priorities are safety and engaging the community in an CITY OF SANTA FE SPRINGS I SANTA FE SPRINGS, CA I PUBLIC OUTREACH open conversation and facilitating Her responsibilities include as-needed tailored public awareness plans including, the access of project information.Her branding, collateral material, maps, project videos, presentations, translation, unique approach to public outreach neighborhood meetings, construction meeting, TMP planning meetings and strains from her experience as a Caltrans Traffic Management Center door to door communication.Task orders included: Liaison,Assistant Project Manager • Joint Power Authority—As-needed Representative for Caltrans Stream-Lined Oversight Projects,and as an Office Engineer. • Triangle Residential Street Improvement Project—Design/Construction These assignments enhanced her • Los Nietos Park Parking Lot Improvements Project—Construction communication skills—affording her • Little Lake Park Parking Lot Improvements Project—Construction the capability of communicating with • I-5/Florence Avenue Interchange Project—Construction Engineers turn around and decode • I-5/Valley View Avenue Interchange Project—Design and Construction technical project information to the • 1-5/Florence Avenue Santa Fe High School Bus- Construction general public for continuous support • Florence Avenue Widening Project—Design and Construction throughout the life of the project. • Barkley and Parkmead Street Improvement Project—Construction • Valley View Ave/Rosecrans Ave Intersection Project—Construction • City Hall Town Center Plaza Parking Lot Improvement Project- Construction • Aquatic Center Improvement Project—Construction Southstar DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 ix 1044 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANTS 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. 1045 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. 1046 EXHIBIT B E. RATE SHEET DCCM STANDARD HOURLY BILLING RATES DCCM greatly appreciates the City of Huntington Beach (City) for granting us the opportunity to submit this fee proposal. DCCM is prepared to work under the direction of the City's Public Works Department to support the delivery of CIP projects by providing Construction Management, Materials Testing & Inspection Services as outlined in the RFP. We have included our fee schedule below with hourly rates for typical services provided by the firm which includes the rates and positions for the individuals proposed to the contract. These rates are fully burdened rates and include all overhead, benefits, etc. It is understood the initial term of the contract will be for a minimum 3-year term. Labor rates during the contract term may need to be increased on an annual basis after the first year and to reflect projected increases in labor costs and overhead provided those increases are incorporated into our proposal so we have noted an annual increase of 3% pending City approval. DCCM RATE AND REIMBURSEMENT SCHEDULE (EFFECTIVE JANUARY 1, 2025) POSITION TITLE BILLING RATE PER HOUR RANGE Principal-in-Charge/Project Representative $195.00-$334.00 Construction Manager $205.00-$320.00 Structures Representative $205.00-$310.00 Structures Inspector $179.00-$244.00 Deputy Project Manager $80.00-$175.00 Urban Planner $80.00-$285.00 Transit Planner $132.00-$355.00 Project Manager $195.00-$334.00 Project Engineer/Plan Check $150.00-$275.00 Resident Engineer $190.00-$310.00 Assistant Resident Engineer $175.00-$270.00 Construction Inspector/Electrical Inspector $149.00-$225.00 Right-of-Way Manager/Engineer $209.00-$280.00 Document Control Specialist $89.00-$210.00 Labor Compliance $95.00-$200.00 Public Outreach Specialist j $119.00-$195.00 Utilities Coordinator $109.00-$220.00 Scheduler $149.00-$240.00 Office Support $69.00-$175.00 NOTES • All DCCM rates shown above are subject to annual increase of 3% pending City approval. • Subconsultant rates are subject to 10% markup. • Rates are inclusive of all professional expenses anticipated, such as insurance, printing, communications and travel. • Hourly rates are fully burdened or loaded, including full compensation for all overhead and profit. • These billing rates include estimated cost provisions for normal supplies and materials, in-house reproduction services, and local travel costs. • Prevailing wage rates shall apply to any skills or trades as required by law. • Inspection levels can range from part-time to full-time but there are no guarantees for assigned hours. Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 1 1047 E. RATE SHEET SUBCONSULTANT RATE SHEET verdantas VERDANTAS WEST AREA 2025 STANDARD BILLING RATE SCHEDULE Professional Services Hourly Rate Support Cont'd Hourly Rate Senior Consultant I,Associate $275.00 Administrative//Technical $95.00 Senior Consultant II,Principal $310.00 Editor/Project Coordinator I Senior Consultant III,Sr.Principal $365.00 Administrative//Technical $125.00 Project Manager $225.00 Editor/Project Coordinator II Senior Project Manager $250.00 Operations/Laboratory Manager $215.00 Field/Lab Supervisor $175.00 Staff Engineer/Scientist/Geologist $180.00 Senior Staff Engineer/Scientist/Geologist $195.00 CAD/GIS/Data Management Hourly Rate Project Engineer/Scientist/Geologist $225.00 CAD Designer I $145.00 Senior Engineer/Scientist/Geologist $250.00 CAD Designer II $160.00 Project Designer $165.00 Support Hourly Rate Senior Project Designer $185.00 Field/Lab Technician I $105.00 CAD Technician I $125.00 Field/Lab Technician II/Special Inspector $115.00 CAD Technician II $140.00 Field/Lab Technician III/Special Inspector II $125.00 CAD Technician III $150.00 Senior Technician/Senior Special Inspector $135.00 Source Inspector $160.00 GIS Analyst I $150.00 System Operation&Maintenance Specialist $175.00 GIS Analyst II $160.00 Non-Destructive Testing(NDT)Specialist $185.00 Senior GIS Analyst $210.00 Prevailing Wage(Group 1)* $180.00 GIS Technician I $125.00 Prevailing Wage(Group 2)" $185.00 GIS Technician II $145.00 Prevailing Wage(Group 3)" $190.00 City of Los Angeles Deputy Building/ $185.00 Data Manager $165.00 Grading Inspector Senior Data Manager $185.00 NOTES: 1 Standard Billing Rates.Our standard billing rates are reviewed no less than annually and may be adjusted at those times. 2. Proposal Expiration: Proposals are valid for at least 30 days,subject to change after 30 days;unless otherwise stated in an attached proposal. 3. "Prevailing Wages:Our fees for prevailing wage work are based upon California prevailing wage laws and wage determinations.Unless specifically indicated in our proposal, costs for apprentice are not included. If we are required to have an apprentice on your project, additional fees will be charged.Prevailing wage rates will increase by$8 on July 1st of each year. 4. Expert Testimony: Litigation,expert witness,and all other legal and court related appearances will be billed at twice the standard fee schedule rate.There is a minimum eight-hour charge per day and a minimum overall fee of$2,000.00 per case. 5 Higher Hourly Rates: Certain services,such as emergency/rapid response consulting,may be subject to higher hourly billing rates as agreed upon on a project-specific basis 6. Overtime:Standard overtime rate is per California Labor Law and is billed at 1.5 or 2 times their hourly billing rate.Overtime rate for non- exempt field personnel working on a Verdantas observed holiday is billed at 2 times their hourly billing rate. Overtime rate for Prevailing wage work is per the California Department of Industrial Relations(DIR)determination and is multiplied at 1.5 to 2 times their hourly billing rate for overtime and double-time,respectively. 7. Field Equipment and Supplies:Field equipment and in-house supplies will be billed at fixed unit prices,subject to periodic updates. 8. Subcontractors and Project Expenses: Heavy equipment, subcontractor fees and expenses, project-specific permits and/or licenses, project-specific supplemental insurance, travel, subsistence, project-specific parking charges, shipping, reproduction, and other reimbursable expenses will be invoiced at cost plus 20%, unless billed directly to and paid by client or in accordance with the specific project agreement 9. Mileage:The mileage for personal vehicles will be billed at the current United States Internal Revenue Service reimbursement rate. 10. Minimum Field Hourly Charges:For Field Technicians,Special Inspectors,or any on-site(field)materials testing services: 2 hours:2-hour minimum charge will be applied to any field visit for technicians or to any service canceled on the same day of service. 4 hours:4-hour minimum charge up to the first four hours of work. 8 hours:8-hour minimum charge for over four hours of work,up to eight hours. Project time accrued includes portal to portal travel time for technicians. For projects outside a 50-mile radius from the nearest Verdantas office location,excess mileage and travel time will be charged for special inspectors. 11. Client Disclosures:Client agrees to provide all information in Client's possession about actual or possible presence of buried utilities and hazardous materials on the project site,prior to fieldwork,and agrees to reimburse Verdantas for all costs related to unanticipated discovery of utilities and/or hazardous materials.Client is also responsible for providing safe and legal access to the project site for all Verdantas field personnel. 12. Insurance&Limitation of Liability:These rates are predicated on standard insurance coverage and a limit of Verdantas'liability equal to our total fees for a given project. West 2/19/2025 Southstar I DCCM City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 2 1048 E. RATE SHEET vverdantas GEOTECHNICAL LABORATORY TESTING METHOD $/TEST METHOD $/TEST Classification&Index Properties Soil Chemistry&Corrosivity cont'd Photograph of sample 15 Sulfate content-by ion chromatograph(CTM 417 Part 2) 85 Moisture content(ASTM D2216) 25 Sulfate screen(Hach®) 35 Moisture&density(ASTM D2937)ring samples 37 Chloride content(AASHTO T291/CTM 422) 75 Moisture&density(ASTM D2937)Shelby tube or cutting 45 pH+minimum resistivity(CTM 643) 140 Atterberg limits 3 points(ASTM D4318) 160 Chloride content-by ion chromatograph(AASHTO 85 - Single point,non-plastic 90 T291/CTM 422) - Atterberg limits(organic ASTM D2487/D4318) 195 Corrosion suite:minimum resistivity,sulfate,chloride, 285 - Visual classification as non-plastic(ASTM 15 pH(CTM 643) D2488)Particle size: Organic matter content(ASTM D2974) 70 - Sieve only 1%inch to#200(AASHTO T27/ASTM 155 Consolidation&Expansion/Swell Tests C136/ASTM D6913/CTM 202) Consolidation(ASTM D2435): 210 - Large sieve 6 inch to#200(AASHTO T27/ASTM 195 Each additional time curve. 50 C136/ASTM D6913/CTM 202) Each additional load/unload w/o time reading 45 - Hydrometer only(ASTM D7928) 120 Expansion Index(ASTM D4829) 140 - Sieve+hydrometer 53 inch sieve,(ASTM D7928) 200 Relative compaction of untreated/treated soils/ 270 - Percent passing#200 sieve,wash only(ASTM D1140) 75 aggregates(CTM 216) Specific gravity and absorption of fine aggregate 140 Relative density 0.1 ft mold(ASTM D4253,D4254) 250 (AASHTO T84/ASTM C128/ASTM D854/CTM 207) California Bearing Ratio(ASTM D1883)-3 point 535 Specific gravity and absorption of coarse aggregate 110 California Bearing Ratio(ASTM D1883)-1 point 200 (AASHTO T85/ASTM C127/CTM 206) R-Value untreated soils/aggregates(AASHTO T190/ 335 Total porosity-on Shelby tube sample(calculated) 180 ASTM D2844/CTM 301) Total porosity-on other sample(calculated) 165 R-Value lime or cement treated soils/aggregates 365 Shrinkage limits wax method(ASTM D4943) 135 (AASHTO T190/ASTM D2844/CTM 301) Pinhole dispersion(ASTM D4647) 225 Swell collapse Method A up to 10 load/unloads w/o 310 Total porosity-on other sample(calculated) 165 time curves(ASTM D4546-A) Dispersive characteristics(double hydrometer ASTM 215 Single load swell/collapse-Method B(ASTM 115 D4221) D4546-B,seat,load&inundate only) As-received moisture&density(chunk/carved sample) 65 Triaxial Tests Sand Equivalent(AASHTO T176/ASTM D2419/CTM 217) 115 Unconfined compression strength of cohesive soil 145 Sieve+hydrometer 53-inch sieve,(ASTM D7928) 200 (with stress/strain plot,ASTM D2166) Shear Strength Unconsolidated undrained triaxial compression test 185 Pocket penetrometer 20 on cohesive soils(UU,ASTM D2850,USACE Q test, Direct shear(ASTM D3080,mod.,3 points): per confining stress) - Consolidated undrained-0.05 inch/min(CU) 320 Consolidated undrained triaxial compression test 400 - Consolidated drained-<0.05 inch/min(CD) 385 for cohesive soils,(CU,ASTM D4767,USACE R-bar test) Residual shear EM 1110-2-1906-IXA(price per each 55 with back pressure saturation&pore water pressure additional pass after shear) measurement(per confining stress) Remolding or hand trimming of specimens(3 points) 95 Consolidated drained triaxial compression test(CD, Oriented or block hand trimming(per hour) 70 USACE S),with volume change measurement. Price Single point shear 115 per soil type below EM 1110-21906(X): Torsional shear(ASTM D6467/ASTM D7608) 880 - Sand or silty sand soils(per confining stress) 400 Compaction&Pavement Subqrade Tests - Silt or clayey sand soils(per confining stress) 535 Standard Proctor compaction,4 points(ASTM D698) - Clay soils(per confining stress) 755 - 4-inch diameter mold(Methods A&B) 170 - Three-stage triaxial(sand or silty sand soils) 700 - 6-inch diameter mold(Method C) 230 - Three-stage triaxial(silt or clayey sand soils) 935 Modified Proctor compaction 4 points(ASTM D1557): - Three-stage triaxial(clay soils) 1,320 - 4-inch diameter mold Methods A&B 235 - Remolding of test specimens 70 - 6-inch diameter mold Method C 265 Hydraulic Conductivity Tests Check point(per point) 70 Triaxial permeability in flexible-wall permeameter with 335 Relative compaction of untreated/treated 270 backpressure saturation at one effective stress(EPA soils/aggregates(CTM 216) 9100/ASTM D5084,falling head Method C): Relative density 0.1 ft mold(ASTM D4253,D4254) 250 Each additional effective stress 130 California Bearing Ratio(ASTM D1883)-3 point 535 Hand trimming of soil samples for horizontal K 65 California Bearing Ratio(ASTM D1883)-1 point 200 Remolding of test specimens 70 R-Value untreated soils/aggregates(AASHTO T190/ 335 Permeability of granular soils(ASTM D2434) 145 ASTM D2844/CTM 301) Soil-Cement R-Value lime or cement treated soils/aggregates 365 Moisture-density curve for soil-cement mixtures(ASTM 260 (AASHTO T190/ASTM D2844/CTM 301) D558) Soil Chemistry&Corrosivity Wet-dry durability of soil-cement mixtures(ASTM D559)' 1,290 pH Method A(ASTM D4972 or CTM 643) 50 Compressive strength of molded soil-cement cylinder 65 Electrical resistivity-single point-as received moisture 50 (ASTM D1633)' Minimum resistivity 3 moisture content points(ASTM 95 Soil-cement remolded specimen(for shear strength, 250 G187/CTM 643) consolidation,etc.)' pH+minimum resistivity(CTM 643) 140 'Compaction(ASTM D558 maximum density)should Sulfate content-gravimetric(CTM 417 B Part 2) 75 also be performed-not included in above price West 2/19/2025 Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 3 1049 E. RATE SHEET Nverdantas CONSTRUCTION MATERIALS LABORATORY TESTING METHOD $ITEST METHOD $/TEST Concrete Strength Characteristics Aggregate Properties cont'd Concrete cylinders compression(ASTM C39)(6"x 12" 40 Flat&elongated particles in coarse aggregate(ASTM 230 and 4"x 8") D4791/CTM 235) Compression,concrete or masonry cores(testing only) 45 Cleanness value of coarse aggregate(CTM 227) 225 s6 inch(ASTM C42) Soundness,magnesium(AASHTO T104/ASTM 240 Trimming concrete cores(per core) 25 C88/CTM 214) Flexural strength of concrete(simple beam-3rd pt.loading, 90 Soundness,sodium(AASHTO T104/ASTM C88/ 695 ASTM C78/CTM 523) CTM 214) Flexural strength of concrete(simple beam-center pt. 90 Masonry loading,ASTM C293/CTM 523) Mortar cylinders 2"x 4"(ASTM C780) 35 Non shrink grout cubes(2 inch,ASTM C109/C1107) 30 Grout prisms 3"x 6"(ASTM C1019). 35 Drying shrinkage-four readings,up to 90 days,3 bars 430 Masonry cores compression,s6"diameter-testing 45 (ASTM C157) only(ASTM C42) Length of concrete cores(CTM 531) 45 Masonry core shear testing(Title 24) 85 Hot Mix Asphalt(HMA) Veneer bond strength,cost for each-5 required 60 Resistance of compacted HMA to moisture-induced 2,250 (ASTM C482) damage(AASHTO T283/CTM 371) CMU compression to size 8"x 8"x 16"-3 required 60 Hamburg Wheel,4 briquettes(modified)(AASHTO T324) 965 (ASTM C140) Superpave gyratory compaction(AASHTO T312/ASTM 375 CMU moisture content,absorption&unit weight-6 55 D6925) required(ASTM C140) Extraction by ignition oven,percent asphalt(AASHTO 160 CMU linear drying shrinkage(ASTM C426) 190 T308/ASTM D6307/CTM 382) CMU grouted prisms compression test 58"x 8"x 16" 215 Ignition oven correction/correlation values 1,445 (ASTM C1314) (AASHTO T308/ASTM D6307/CTM 382) CMU grouted prisms compression test>8"x 8"x 16" 270 Extraction by centrifuge,percent asphalt(ASTM D2172) 160 (ASTM C1314) Gradation of extracted aggregate(AASHTO T30/ASTM 145 Fasteners/Bolts/Rods D5444/CTM 202) F1554 Bolts,tensile test,<-up to 1-1/4"diameter, 110 Stabilometer,S-Value(ASTM D1560/CTM 366) 285 plain(ASTM A370) Bituminous mixture preparation(AASHTO R30/CTM 304) 85 F1554 Bolts,tensile test,s up to 1-1/4"diameter, 130 Moisture content of HMA(AASHTO T329/ASTM D6037 65 galvanized(ASTM A370) /CTM 370) F3125 GR A307,A325 Bolts,tensile test,sup to 1- 70 ' Bulk specific gravity of compacted HMA,molded 55 1/4"diameter,plain(ASTM A370) specimen or cores,uncoated(AASHTO T166/ASTM F3125 GR A307,A325 Bolts,tensile test,s up to 1- 80 D2726/CTM 308) 1/4"diameter,galvanized(ASTM A370) Bulk specific gravity of compacted HMA,molded 60 A490 Bolts,tensile test,<up to 1-1/4"diameter, 70 specimen or cores,paraffin-coated(AASHTO T275/ plain(ASTM A370) ASTM D1188/CTM 308) A490 Bolts,tensile test,sup to 1-1/4"diameter, 80 Maximum density-Hveem(CTM 308) 215 galvanized(ASTM A370) Theoretical maximum density and specific gravity of 140 A593 Bolts,tensile test,<_up to 1-1/4"diameter, 70 HMA(AASHTO T209/ASTM D2041/CTM 309) stainless steel(ASTM A370) Thickness or height of compacted bituminous paving 45 Reinforcing Steel and Prestressing Strands Mixture specimens(ASTM D3549) Rebar bend test,up to No. 11 (ASTM A370) 70 Wet track abrasion of slurry seal(ASTM D3910) 160 Rebar bend test,Z No.14&over(ASTM A370) 215 Rubberized asphalt(add to above rates) +25% Resistance butt-welded hoops/bars,tensile test,<up 70 Brick to No. 10(CTM 670) Compression-cost for each,5 required(ASTM C67) 55 Resistance butt-welded hoops/bars,tensile test,z No. 90 Absorption-cost for each,5 required(ASTM C67) 55 11 &over(CTM 670) Aggregate Properties Mechanical rebar splice,tensile test,s up to No. 11 70 Bulk density and voids in aggregates(AASHTO T19/ 55 (CTM 670) ASTM C29/CTM 212) Mechanical rebar splice,slip test,sup to No. 11 45 Organic impurities in fine aggregate sand(AASHTO T21/ 65 (CTM 670) ASTM C40/CTM 213) Mechanical rebar splice,tensile test,a No. 14& 215 LA Rattler-smaller coarse aggregate<1.5"(AASHTO 215 over(CTM 670) /ASTM C131/CTM 211) Mechanical rebar splice,slip test,z No. 14&over 215 LA Rattler-larger coarse aggregate 1-3"(AASHTO T96/ 270 (CTM 670) ASTM C535/CTM 211) Headed rebar splice,tensile test,sup to No. 11 70 Apparent specific gravity of fine aggregate(AASHTO T84/ 140 (CTM 670) ASTM C128/CTM 208) Headed rebar splice,tensile test,>_No. 14&over 215 Specific gravity and absorption of coarse aggregate(ASTM 110 (CTM 670) C127/CTM 206)>#4 retained Epoxy coated rebar/dowel continuity(Holiday) 70 Clay lumps,friable particles(AASHTO T112/ASTM C142) 190 (ASTM A775/A934) Durability Index(AASHTO T210/ASTM D3744/CTM 229) 215 Epoxy coated rebar flexibility/bend test,up to No. 50 Moisture content of aggregates by oven drying(AASHTO 45 11 (ASTM A775/A934) T255/ASTM C566/CTM 226) Prestressing wire,tension(ASTM A416) 190 Uncompacted void content of fine aggregate(AASHTO 140 Sample preparation(cutting) 55 T304/ASTM C1252/CTM 234) Epoxy coated rebar/dowel film thickness(coating) 50 Percent of crushed particles(AASHTO T335/ASTM 145 test(ASTM A775/A934) 05821/CTM 205) West 2/19/2025 Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services 1 June 13,2025 4 1050 E. RATE SHEET vverdantas CONSTRUCTION MATERIALS LABORATORY TESTING METHOD $/TEST METHOD $/TEST Streetlights/Signals Bearing Pads/Plates and Joint Seal LED Luminaires I Signal Modules/Countdown By Elastomeric bearing pads(Caltrans SS 51-3) 1,060 Pedestrian Signal Face Modules(Caltrans RSS 86) Quote Elastomeric bearing pad with hardness and 1,315 Spray Applied Fireproofing compression tests(Caltrans SS 51-3) Unit weight(density,ASTM E605) 65 Type A Joint Seals(Caltrans SS 51-2) 1,735 Sample Transport Type B Joint Seals(Caltrans SS 51-2) 1,640 Pick-up and delivery(weekdays,per trip,<50 mile 110 Bearing plates(A536) 770 radius from our office) Notes 1. Earth Material Samples:Quoted testing unit rates are for soil and/or rock(earth)samples free of hazardous materials.Additional costs will accrue beyond these standard testing unit rates for handling,testing and/or disposing of soil and/or rock containing hazardous materials.Hazardous materials will be returned to the site or the site owner's designated representative at additional cost not included in listed unit rates.Standard turn-around time for geotechnical-laboratory test results is 10 working days.Samples will be stored for 2 months following completion of assigned tests,after which they will be discarded.Prior documented notification is required if samples need to be stored for a longer time.A monthly storage fee of$15 per bag and$6 per sleeve or tube will be applied Quoted unit rates are only for earth materials sampled in California.There may be additional cost for handling imported samples. 2. Construction Material Samples:After all designated breaks for a given sample set meet specified compressive at design age or other client- designated strength,all"hold'cylinders or specimens will be automatically disposed of,unless specified in writing prior to the 28-day break.Unless specifically requested otherwise,all other construction materials will be disposed of after completion of testing and reporting. EQUIPMENT LISTING CLASSIFICATION $/UNIT CLASSIFICATION $/UNIT 1/4 inch Grab plates 5/each Global Positioning System/Laser Range Finder 80/day 1/4 inch Tubing(bonded) 0.60/foot Hand auger set 90/day 1/4 inch Tubing(single) 0.40/foot HDPE safety fence(s100 feet) 40/roll 3/8 inch Tubing,clear vinyl 0.60/foot Horiba U-51 water quality meter 135/day 4-Gas meter(RKI Eagle or similar)/GEM 2000 140/day Light tower(towable vertical mast) 150/day Air flow meter and purge pump(200 cc/min) 55/day Magnehelic gauge 15/day Box of 24 soil drive-sample rings 130/box Manometer 25/day Brass sample tubes 11/each Mileage(will adjust with IRS published rate) 0.70/mile Caution tape(1000-foot roll) 22/each Moisture test kit(excludes labor to perform test,ASTM 65/test Combination lock or padlock 15/each E1907) Compressed air tank and regulator 55/day Nuclear moisture and density gauge 88/day Concrete coring machine(<-6-inch-dia) 160/day Electrical moisture and density gauge 88/Day Consumables(gloves,rope,soap,tape,etc.) 40/day Pachometer 50/day Core sample boxes 30/each Particulate Monitor 135/day Crack monitor Two-Dimensional 30/each pH/Conductivity/Temperature meter 60/day Crack monitor Thee-Dimensional 40/each Photo-Ionization Detector(PID) 150/day Cutoff saws,reciprocating,electric(Sawzall®) 80/day Pump,Typhoon 2 or 4 stage 55/day D-Meter Walking Floor Profiler 110/day QED bladder pump w/QED control box 175/day Disposable bailers 25/each Quire fee-Phase I only 250/each Disposable bladders 20/each Resistivity field meter and pins 200/day Dissolved oxygen meter 75/day Slip/threaded cap,2-inch or 4-inch diameter, 20/each DOT 55-gallon containment drum with lid 85/drum PVC Schedule 40 Double-ring infiltrometer 135/day Slope inclinometer 250/day Dual-stage interface probe 85/day Soil sampling T-handle(Encore) 10/day Dynamic Cone Penetrometer 430/day Soil sampling tripod 40/day Generator,portable gasoline fueled,3,500 watts 90/day Speedy(R)moisture tester 10/day Stainless steel bailer 60/day Vapor sampling box 65/day Submersible pump with controller 180/day Vehicle usage(carrying equipment) 20/hour Submersible pump/transfer pump, 10-25 gpm 65/day VelociCalc 40/day Support service truck usage(well installation) 250/day Visqueen(20 x 100 feet) 130/roll Survey/fence stakes 10/each Water level indicator(electronic well sounder) 100/day Tediar®bags 25/each <300 feet deep well Traffic cones(525)/barricades(single lane) 55/day ZIPLEVEL®. 40/day Turbidity meter 80/day Other specialized geotechnical and environmental testing Tyvek®suit(each) 25/each and monitoring equipment are available,and priced per site West 1/29/2025 Southstar I DCCM I City of Huntington Beach,On-Call Construction Management,Materials Testing,and Inspection Services I June 13,2025 5 1051 1 0 vit. , ------4 ® DATE(rA t,l/pD/YYYY) f` �o CERTIFICATE OF LIABILITY INSURANCE ltrosn025 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). c d+ PRODUCER CONTACT SE Aon Risk Services Northeast, Inc. RV.. FAx New York NY Office Eaq: (866) 283-7122 (A/C. (800) 363-0105 0 one Liberty Plaza E-MAIL I 165 Broadway, Suite 3201 ADDRESS: New York NY 10006 USA INSURER(S)AFFORDING COVERAGE NAIC H INSURED INSURER A: HDI Specialty Insurance Company 16131 DCCM, LLC 'rouses B. 1800 Post Oak Blvd, Suite 450 Houston TX 77056 USA INSURER C: INSURER D. INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER; 570116544556 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 DOCULIENT 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 li HAVE BEEN REDUCED BY PAID CLAIMS Limits shown are as requested INSR ADDL SVSR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE 'TA- YNO POLICY NUMBER (MM/DDNYYYY) IMLVOD/PM) LIMITS COMMERCLAL GENERAL LIABILITY EACH OCCURRENCE AI!!S.MACE ❑OCCUR DAMAGE IO RENTED CI PRh11 I(Ea occurrence) TIED EXP(Any one person) PERSONAL b ADM INJURY 0 N GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE a (�'7 PRO- ,t1 POLICY I I,/EGT nL.L PRODUCTS-COMP/OP AGG t0 OTHER 1 a to AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT IEa accident) - ANY AUTO BODILY INJURY(Per person) O OWNEDSCHEDULED BODILY INJURY(Per accdent) - AUTOS ONLY AUTOS NON OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS ONLY (Per acc Xlenl) U ONLY ry a UMBRELLALIAB 1 OCCUR EACH OCCURRENCE U EXCESS LIAR CLAIMS-MADE AGGREGATE ❑EO I IRO ELATION WORKERS COMPENSATION AND PER STATUTE OTH- EMPLOYERS'LIABILITY ER Y/tl AIN PROPRIETOR/PARTNER I EXECUTIVE E.L EACHACCIDENT CEF.CER vEl•BER EXCLUDED) N/A (Mandatory In NH) E L DISEASE-EA EMPLOYEE C dRePsTO OF OPERATIONS Wow E L DISEASE-POLICY LIMIT A Architects & Engineers PI065584015 06/30/2025 06/30/2026 Per claim Limit S1,000,000 Professional Claims Made Aggregate Limit $1,000,Q00=_ SIR applies per policy terns & conditions ` N■ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 1st,Addlllonal Remarks Schedule.may ha attached It more space Is requited) L�NlJ1-t l)VFU AS iUFUFS� Evidence of insurance. 13y: ._./ MICHAEL J.VIOLIOrTA ri CITY A;rTOIlNEY CITY OF HUNTINGTON BEACH #_ aZ CERTIFICATE HOLDER CANCELLATION sz-11 r+ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION ni DATE THEREOF,NOTICE WILL BE DELIVERED Ill ACCORDANCE WITH THE POLICY PROVISIONS, AC 1 City of Huntington Beach AUTHORIZED REPRESENTATIVE irs J 2000 plain Street i Huntington Beach CA 92648 USA t i%� y �G ��� � `J �tO�fc/7 kill ©1988.2015 ACORD CORPORATION.All rights reserved ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Client#:189537 DCCMLLC ACORD. CERTIFICATE OF LIABILITY INSURANCE. DATE(MMiDDlYYYY)avo5/2o25 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MiME: chelle Wolfe • __ • Propel Insurance • PAONE FAX p (roc,L Ext):800 499-0933 (AA No): 866 577-1326 1201 Pacific Avenue;Suite 1000 nt oRess: michelle.wolfe@propelinsurance.com COM Middle Market INSURER(S)AFFORDING COVERAGE NAIC0 Tacoma,WA 98402-4321 INSURER A:American Guarantee and Liability Ins.Co 26247 INSURED INSURER B:Zurich American Insurance Company 16535 Southstar Engineering and Consulting Inc INSURER C: DCCM,LLC INSURER D: 1945 Chicago Ave,Unit C2• • Riverside,CA 92507 INsuRERE: INSURER F: • COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE.INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 1 EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MWDDNYYY) (MMIODIYYYY) A X COMMERCIAL GENERAL LIABILITY GL0872027302 06/30/2025 06/30/202 EACH OCCURRENCE S1,000,000 •M CLAIMSADE X OCCUR PREMISES((SeEONccurrrrence) S100,000 X BIIPD Ded:2,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY 51,000,000 GENL AGGREGATE 1IMfl APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY Xv PO- JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: S B AUTOMOBILE LIABILITY BAP872027402 06/30/2025 06/30/2026 i°"aaclNdemsINGLE LIMIT s1,000,000 X ANY AUTO BODILY INJURY(Per person) $ - OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE S X AUTOS ONLY X AUTOS ONLY (Per accident) S A UMBRELLA LIAB X OCCUR SXS808437602 06130/2025 06/30/20261 EACH OCCURRENCE S10,000,000 X- EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DEO RETENTIONS $ B WORKERS COMPENSATION WC872027202 06/30/2025 06/30/2026 X STATUTE EORH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 000000 E.L EACH ACCIDENT S1+ , OFFICERIMEMBER EXCLUDED? N N!A (Mandatory in NH) El,DISEASE-EA EMPLOYEE S1,000,000 It yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 • DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached I(more space is required) City of Huntington Beach Is additional insured per attached form(s). Waiver of subrogation applies per attached form(s).This policy is primary and non contributory per attached form(s). CERTIFICATE HOLDER CANCELLATION City of Huntington Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach,CA 92648 AUTHORIZED REPRESENTATIVENT� J I @ 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S7665774/M7407973 AMFOO Additional Insured — Owners, Lessees Or Contractors ZURICH — Scheduled Person Or Organization THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 8720273-02 Effective Date: 06/30/2025 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION, OTHER THAN ANY LOCATION OR PROJECT, OTHER THAN A AN ARCHITECT, ENGINEER OR SURVEYOR, WRAP-UP OR OTHER CONSOLIDATED INSURANCE WHOM YOU ARE REQUIRED TO ADD AS AN PROGRAM LOCATION OR PROJECT FOR WHICH ADDITIONAL INSURED UNDER THIS POLICY INSURANCE IS OTHERWISE SEPARATELY UNDER A WRITTEN CONTRACT OR PROVIDED TO YOU BY A WRAP-UP OR OTHER WRITTEN AGREEMENT EXECUTED PRIOR TO CONSOLIDATED INSURANCE PROGRAM LOSS. A. Section II—Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, but only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated in such Schedule. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or U-GL-2169-A CW(02/19) Page 1 of 2 includes copyrighted material of Insurance Services Office,Inc.,with its permission. 2. That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms,conditions, provisions and exclusions of this policy remain the same. • U-GL-2169-A CW(02/19) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Additional Insured — Owners, Lessees Or Contractors ZURICH — Completed Operations THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 8720273- 02 Effective Date: 06/30/2025 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Operations Or Organization(s): ANY PERSON OR ORGANIZATION, OTHER THAN ANY LOCATION OR PROJECT, OTHER THAN A AN ARCHITECT, ENGINEER OR SURVEYOR, WRAP-UP OR OTHER CONSOLIDATED INSURANCE WHOM YOU ARE REQUIRED TO ADD AS AN PROGRAM LOCATION OR PROJECT FOR WHICH ADDITIONAL INSURED UNDER THIS POLICY INSURANCE IS OTHERWISE SEPARATELY UNDER A WRITTEN CONTRACT OR PROVIDED TO YOU BY A WRAP-UP OR OTHER WRITTEN AGREEMENT EXECUTED PRIOR TO CONSOLIDATED INSURANCE PROGRAM LOSS. Section II —Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule of this endorsement, but only with respect to liability for"bodily injury"or"property damage"caused, in whole or in part, by "your work" at the location designated and described in such Schedule, performed for that additional insured and included in the"products-completed operations hazard". All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2168-A CW(02/19) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Other Insurance Amendment — Primary And Non- Contributory ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prern Return Prem. GL0872027302 06/30/2025 06/30/2026 06/30/2025 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address(including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance,whether primary,excess,contingent or on any other basis,available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW(04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. COMMERCIAL GENERAL LIABILITY CG24531219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. • • CG 24 53 12 19 ©Insurance Services Office, inc., 2018 Page 1 of 1 Wolters Kluwer Financial Services,Inc.I Uniform Forms POLICY NUMBER:GLO 8720273-02 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences" under Section 1—Coverage A,and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I —Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- t. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen- completed operations hazard", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: • a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing"suits". CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 2 Wolters Kluwer Financial Services 1 Uniform Formsn' B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "occur- "products-completed operations hazard" is pro- rences"under Section I—Coverage A, and for all vided, any payments for damages because of e accidents under "bodilyinjury" or "property dama e" included in medical expenses caused by ) ry g Section I — Coverage C, which cannot be at- the "products-completed operations hazard" will tributed only to ongoing operations at a single reduce the Products-completed Operations Ag- designated construction project shown in the gregate Limit, and not reduce the General Ag- Schedule above: gregate Limit nor the Designated Construction General Aggregate Limit. 1. Any payments made under Coverage A for Project damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit,whichever is applicable;and signs, specifications or timetables, the project will 2. Such payments shall not reduce any Desig- still be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 ©Insurance Services Office, Inc., 2008 CG 25 03 05 09 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06(Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is Issued subsequent to preparation of the policy.) This endorsement,effective on 06/30/2025 at 12:01 A.M.standard time,forms a part of (DATE) Policy No. WC 8720272-02 Endorsement No. of the Zurich American Insurance Company (NAME OF INSURANCE COMPANY) issued to DCCM LLC Premium(if any)$ Authorized Representative 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 % of the California workers' compensation pre- mium otherwise due on such remuneration. Schedule Person or Organization Blanket Waiver of Subrogation Job Description • WC 252(4-84) WC 04 03 06(Ed.4-84) Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed.6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( )Specific S ific Waiver Name of person or organization ( X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement Is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC872027202 Endorsement No. 06.30.2025 Insured Premium Insurance Company Countersigned by WC 42 03 04 B ©Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved. Page 1 of 1 (Ed.06-14) Wolters Kluwer Financial Services I Uniform FormsT" • • WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No.WC872027202 Endorsement No. Insured DCCM LLC Premium$ Insurance Company Countersigned by Zurich American Insurance Company WC124(4-84) Page 1 of 1 WC 00 03 13 Copyright 1983 National Council on Compensation Insurance,Inc. Uniform FormsTM 0 Blanket Notification To Others Of Cancellation ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 8720273-02 1 Effective Date: 06/30/2025 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will deliver electronic notification that such Coverage Part has been cancelled to each person or organization shown in a Schedule provided to us by the First Named Insured. Such Schedule: 1. Must be initially provided to us within 15 days: a. After the beginning of the policy period shown in the Declarations; or b. After this endorsement has been added to policy; 2. Must contain the names and e-mail addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled; 3. Must be in an electronic format that is acceptable to us; and 4. Must be accurate. Such Schedule may be updated and provided to us by the First Named Insured during the policy period. Such updated Schedule must comply with Paragraphs 2. 3. and 4. above. B. Our delivery of the electronic notification as described in Paragraph A. of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. Delivery of the notification as described in Paragraph A. of this endorsement will be completed as soon as practicable after the effective date of cancellation to the first Named Insured. C. Proof of e-mailing the electronic notification will be sufficient proof that we have complied with Paragraphs A. and B.of this endorsement. D. Our delivery of electronic notification described in Paragraphs A. and B.of this endorsement is intended as a courtesy only. Our failure to provide such delivery of electronic notification will not: 1. Extend the Coverage Part cancellation date; 2. Negate the cancellation; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. E. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedule provided to us as described in Paragraphs A. and B. of this endorsement. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-107-A CW(10/16 Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. Coverage Extension Endorsement ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 8720274-02 Effective Date: 06/30/2025 This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any"employee"of yours is also an"insured"while operating an"auto" hired or rented under a contract or agreement in an "employee's" name, with your permission,while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured"while using a covered"auto"you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a.and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations,whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance— Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis, However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2)and a.(4)of the Coverage Extensions Provision in Section II—Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the"insured"at our request, including actual loss of earnings up to$500 a day because of time off from work. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. U-CA-424-H CW(10/21) Page 1 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered"autos" participating in a driver safety program event, such as, but not limited to,auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in B. Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b.in B.Exclusions of Section IV—Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to,auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total"loss"to a covered"auto",we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form;and b. Any: (1) Overdue lease or loan payments at the time of the"loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease;and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to$75 for towing and labor costs incurred each time a covered"auto"that is a"private passenger type", light truck or medium truck is disabled. However,the labor must be performed at the place of disablement. As used in this provision,"private passenger type"means a private passenger or station wagon type"auto"and includes an"auto"of the pickup or van type if not used for business purposes. G. Extended Glass Coverage The following is added to Paragraph A.3.a.of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced,the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage,we will pay expenses for which an"insured"becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; U-CA 424-H CW(10/21) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. • (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered"auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered"auto". However,the most we will pay for any expenses for loss of use is$100 per day,to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an"insured";and (2) In or on a covered"auto". b. Subject to Paragraph a.above,the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace;or (2) The actual cash value. c. The coverage provided in Paragraphs a.and b.above, only applies in the event of a total theft of a covered"auto". No deductible applies to this coverage. However,we will not pay for"loss"to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion,gold,silver,platinum,or other precious alloys or metals;furs or fur garments;jewelry,watches,precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records,discs or other similar devices used with audio,visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same"loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage • Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a.Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for"loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records,discs or other similar audio,visual or data electronic devices: (a) Are the property of an"insured";and (b) Are in a covered"auto"at the time of"loss". The most we will pay for such"loss"to tapes,records,discs or other similar devices is$500. The Physical Damage Coverage Deductible Provision does not apply to such"loss". K. Airbag Coverage The Exclusion in Paragraph B.3.a.of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV —Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: U-CA-424•H CW(10121) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. • If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us,the following applies for each covered"auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller(or smallest)deductible, it will be reduced by the amount of the smaller(or smallest)deductible. M. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered"autos"for Physical Damage Coverage: Any "auto"you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute"auto" unless the"loss"results from fraudulent acts or omissions on your part. If we make any payment to the owner,we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. N. Amended Duties In The Event Of Accident, Claim,Suit Or Loss Paragraph a.of the Duties In The Event Of Accident,Claim,Suit Or Loss Condition is replaced by the following: a. In the event of"accident",claim,"suit"or"loss", you must give us or our authorized representative prompt notice of the"accident", claim, "suit"or"loss". However, these duties only apply when the"accident", claim, "suit"or"loss" is known to you(if you are an individual), a partner(if you are a partnership), a member(if you are a limited liability company)or an executive officer or insurance manager(if you are a corporation). The failure of any agent,servant or employee of the"insured"to notify us of any"accident", claim, "suit"or"loss"shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How,when and where the"accident"or"loss"occurred and if a claim is made or"suit"is brought,written notice of the claim or"suit"including, but not limited to,the date and details of such claim or"suit"; (2) The"insured's"name and address;and (3) To the extent possible,the names and addresses of any injured persons and witnesses. If you report an"accident",claim,"suit"or"loss"to another insurer when you should have reported to us,your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. O. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: U-CA-424-H CW(10/21) Page 4 of 6 includes copyrighted material of Insurance Services Office,inc.,with its permission. This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the"accident"or"loss"arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. P. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage,the following are deemed to be covered"autos"you own: (1) Any covered"auto"you lease, hire, rent or borrow; and (2) Any covered"auto"hired or rented under a written contract or written agreement entered into by an"employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered"auto". Q. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However,we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error,omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. R. Hired Auto--World Wide Coverage Paragraph 7.b.(5)of the Policy Period,Coverage Territory Condition is replaced by the following: (5) Anywhere else in the world if a covered"auto"is leased, hired, rented or borrowed for a period of 60 days or less, S. Bodily Injury Redefined The definition of"bodily injury"in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. T. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section 11--Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury"or"property damage"expected or intended from the standpoint of the"insured". This exclusion does not apply to"bodily injury"or"property damage"resulting from the use of reasonable force to protect persons or property. U. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph A.4.a.of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to$50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered"auto"of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration,when the covered"auto"is returned to use or we pay for its"loss". U-CA-424-H CW(10121) Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. V. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A.Coverage of the Physical Damage Coverage Section: In the event of a total "loss"to a covered "auto"of the private passenger type that is replaced with a hybrid "auto" or "auto"powered by an alternative fuel source of the private passenger type,we will pay an additional 10%of the cost of the replacement"auto",excluding tax,title,license,other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered"auto"must be replaced by a hybrid"auto"or an"auto" powered by an alternative fuel source within 60 calendar days of the payment.of the"loss"and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an"auto"powered by an alternative fuel source. W. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered"auto"is stolen and recovered,we will pay the cost of transport to return the"auto"to you. We will pay only for those covered"autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. • All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-Ii CW(10/21) Page 6 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. 1 4,-,,..r...., i'' ..... T1Nro'---, Professional Services I. pRP 0 •••• \ Contracts for On -Cal l •• \�c A rF4 ••• 0 \ •. Construction Management, --- --- ' - ' Materials Testing , • andil • c ' ''' ,, : __ _,, _ _ _ . _ _ /) -, Inspection Services _ . _ _ __ _ _ _ . 1 ___ ---- -- ` --__ ; Department of Public Works _ _ — - December 16, 2025 • - .•• $ ca �• 17 19 o c? ,.• 0 •••• / 0 V °OONTN C 1286 BAC KG RO U N D The Public Works Department requires professional construction management, materials testing and inspections services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Proposal (RFP) for these services. The RFP covered multiple construction management disciplines, including project management, special inspections, design-build and progressive design-build. The City in the past (2021-2025) has had existing on-call consulting firms to provide support and is proposing a similar selection of on-call consultants from this RFP Selection. ; ' - • tee' � •`t ���/i� 'w—' i ,: �.. C ..i�7!! l Mit, l'fi d. :/ '• O� •.•\NGOPPON.RgTFO.•:.�V ______ , . \ ,0 10t0.` (‘( i' ik -c:).1 ..Scl\ + 1..' Ri , C ps'## _C°�NT`I 1287 NEED/WHY/ BENEFITS CIP includes various infrastructure projects and programs that require construction management support. Many of these projects involve design work or specialized studies that City staff are unable to complete internally. Additional responsibilities beyond staff capacity include construction management, performing inspections and testing, and ensuring compliance with federal and state regulations. ����NTINGT c • \'••FPO'•'' or D...." �N�O RATE' \ ' • • "ouNT`I 0\ /1 1288 RFP Selection Matrix I # Firms Construction Inspection Material Testing NTE 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 S2,500,000.00 9 GMU Geotechnical, Inc. X $1,000,000.00 10 Griffin Structures, Inc. X X $1,500,000.00 11 Harris &Associates, Inc. X X X $2,500,000.00 12 MCK AMERICAS INC X X $1,500,000.00 13 Interwest Consulting Group X X X $2,500,000.00 14 Psomas X X $1,500,000.00 15 Southstar Engineering&Consulting, Inc. X X X $2,500,000.00 16 SYRUSA Engineering, Inc. X X X 52,500,000.00 17 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. ` `\ TINGrp Oi sr = %NTY �P\- 1290 J : ..iii..y5'..4,4'.,;4:•.14cer:4474.4*. ....4,3;,,,t.,...,'-'':"4,,,".„'...,t..,4.:t,:: r ` Questions ? . . . • . , .7 2y.t.e....,.;ta.;,, ,,r ,.. .• • ,..,,...1.t.i...,:::7..w.._... •,:.:, ,....1, ..„„, _... „..„. , ..,-,.. I .! 1. i. • 1 I ti sa Jill Lc.. r:' '... MP .Pii.t.tif firIVI kiLlill 0. aittu.asIV...•!.,, r 41-7F4'.'"4: .61 1291