Loading...
HomeMy WebLinkAboutSYRUSA Engineering, Inc. - 2025-12-16 2000 Main Street, oF,:���•D .?��j Huntington Beach, CA , 92648 _ --_ City of Huntington Beach APPROVED 6-0-1 9••aer�Y." ...Tr Q J ��EOQ (TWINING-ABSENT) File #: 25-929 MEETING DATE: 12/16/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Joseph Pinel, Capital Projects Administrator Subject: Approve and authorize execution of Professional Services Contracts for On-Call Construction Management, Materials Testing and Inspection Services with Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers Inc. Statement of Issue: The Public Works Department requires professional construction management, materials testing, and inspection services on an on-call or as-needed basis to support staff in the management, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). To meet this need, the Department advertised a Request for Proposal (RFP) for these services and recommends awarding on-call Construction Management, Materials Testing and Inspection Services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for construction management, materials testing, and inspection services. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: ' A) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Construction Management, Materials Testing and Inspection Services; and B) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and FCG Consultants Inc. for On-Call City of Huntington Beach Page 1 of 5 Printed on 12/10/2025 -7 � powered by LegistarTM �,t ja�I/�/.� 597 File #: 25-929 MEETING DATE: 12/16/2025 Construction Management, Materials Testing and Inspection Services; and * C) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Griffin Structures, Inc. for On-Call Construction Management and Inspection Services; and D) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Interwest Consulting Group, Inc. for On -Call Construction Management, Materials Testing and Inspection Services; and E) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and MCK Americas, Inc. for On-Call Construction Management and Inspection Services; and F) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and Southstar Engineering & Consulting, Inc. for On-Call Construction Management, Materials Testing and Inspection Services; and G) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and SYRUSA Engineering, Inc for On-Call Construction Management, Materials Testing and Inspection Services; and H) Approve and authorize the Mayor and City Clerk to execute $1,500,000 Professional Services Contract between the City of Huntington Beach and Totum Corp for On-Call Construction Management and Inspection Services; and I) Approve and authorize the Mayor and City Clerk to execute $2,500,000 Professional Services Contract between the City of Huntington Beach and TRANSTECH Engineers, Inc for On-Call Construction Management, Materials Testing and Inspection Services. Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Analysis: To efficiently manage the City's growing Capital Improvement Program (CIP), the City utilizes on-call professional service contract agreements with pre-qualified firms that provide specialized services on an as-needed basis. These contracts allow staff to quickly assign work when specific projects or increased workloads arise, without committing to a guaranteed minimum amount of work. This approach provides both flexibility and cost efficiency, enabling the City to meet service demands without adding permanent staff. Each year, the City undertakes an extensive CIP that includes a wide range of infrastructure improvements requiring engineering and construction support. Many projects demand construction management, materials testing, inspection, and regulatory compliance services that extend beyond internal staff capacity. Engaging qualified external consultants allows the City to ensure projects are delivered efficiently, safely, and in full compliance with federal and state standards. City of Huntington Beach Page 2 of 5 Printed on 12/10/2025 ' ,, �j� powered by LegistarrM •AKe .k�.I�CX� ar f�YJ 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 pre are 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 Legistar 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 LegistarTM 600 File #: 25-929 MEETING DATE: 12/16/2025 12. Southstar Engineering & Consulting, Inc. Contract Summary 13. Professional Services Contract with Southstar Engineering & Consulting, Inc. 14. SYRUSA Engineering, Inc. Contract Summary 15. Professional Services Contract with SYRUSA Engineering, Inc. 16. Totum Corp Contract Summary 17. Professional Services Contract with Totum Corp 18. TRANSTECH Engineers, Inc. Contract Summary 19. Professional Services Contract with TRANSTECH Engineers, Inc. 20. PowerPoint Presentation City of Huntington Beach Page 5 of 5 Printed on 12/10/2025 powered by LegistarT"" 601 Off.r.�EtaaDn'fa�,4,; ,CU .� NTY 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 Department is seeking experienced consultant firms to assist the City's staff in the following service category, to perform Construction Management and Material Inspection services for any City related projects and activities. Qualified firms shall provide construction management consulting services on an "on-call"basis for projects assigned during the term of the contract. The contract will be for a minimum 3-year term.The City will issue task orders for each project based upon the scope-of-services; qualifications, work schedule,and reasonableness of the fee. For task orders greater than $30,000 City may typically solicit proposals from 2 or more qualified consultants for City funded projects. 2. SCHEDULE OF EVENTS This Request for Proposal will be governed by the following estimated schedule: Release of RFP May 15,2025 Deadline for Written Questions May 30, 2025 by 4pm Responses to Questions Posted on Web June 6, 2025 Proposals are Due June 13th, 2025 by 4pm Interviews, if Necessary 3rd Week of July Proposal Evaluation Completed and Notification August 2025 Approval of Contract September 2025 3. SCOPE-OF-WORK BY SERVICE CATEGORY In general,the consultant shall perform consulting services on an"on-call"basis for projects assigned by the City. The scope-of-work for any one project may involve all phases of project development and may include but, is not limited to the following: A. Construction Management The City is seeking experienced Construction Management firms to assist the City's staff in providing Construction Management and Inspection Services for a wide variety of capital improvement projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: pump stations, lift stations, curb and gutter, sidewalks,pipelines,traffic signals,.structures,road rehabilitation, and bridge retrofits. In addition, the City anticipates consistent construction activity on City facilities, including fire stations, police department facilities and substations, community centers,beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits, 603 new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful firm will be responsible for all professional related Construction Management and Inspection services. In addition to traditional Design-Bid-Build projects,the City is planning to utilize Design-Build(DB) and Progressive Design-Build (PDB) delivery methods for applicable infrastructure and facility projects. As such, the City seeks firms with demonstrated experience in managing DB and/or PDB projects, including coordination between designers and contractors, early-phase constructability review, and support for collaborative project delivery models. Selected firms may be assigned task orders that align with these delivery methods and will be expected to provide services that support both early-phase and post-award construction management functions under DB or PDB frameworks. Interested firms shall address in their qualification statements, their firms ability to provide the following services if selected by the City. The successful firm will be expected to provide these services for locally funded CIP projects. The City prefers those qualified firms assigned to its projects,that the Construction Manager hold a certification,Project Manager Professional or Certified Construction Manager(PMP or CCM)by a nationally recognized professional Construction Management organization. B. Construction Materials Testing The City is seeking experienced Construction Material Testing firms to assist the City's staff in providing Construction Material Testing services for a wide variety of local funded capital improvement construction projects. The City anticipates a steady amount of construction activity in the next 3 years for various public works infrastructure projects, including and not limited to: traffic signals, pump stations, curb and gutter, sidewalks, pipelines, structures, road rehabilitation,.reservoirs, and bridge retrofits. The successful firm will be responsible for all professional related Construction Material Testing services. In addition, the City anticipates consistent construction activity on City facilities,including fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities. This vertical construction work will involve various tenant improvements (TI), general office and building remodel and renovations,superstructure and subgrade structural retrofits,new building construction, security and fire system modifications, and building mechanical, electrical, and plumbing (MEP) improvements. The successful fine will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 604 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings, product data; samples; submittal;purchases; materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates. A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information (e.g., logs, payment applications,working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system (PTS) by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project, preparing daily reports listing employee, labor classifications, hours worked and equipment on project, maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information(RFI's). 12. Conduct weekly construction progress meetings with contractor, subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress, problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19. Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences, realistic durations, constraints, schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor (weekly)to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress 605 pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City. Review and evaluate contractor's request for changes.Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains "As-Built"project schedule. 25. Review pay requests and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy of the project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff. 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout- Consultant shall provide the following project closeout services: • Administer and coordinate fmal inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. • Assist City with filing the project "Notice-of-Completion" (NOC). • Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice'of completion. • Coordinate any startup requirements. • Deliver all equipment manuals, special equipment, spare parts, catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. C.Inspection: 1. Review contract documents,plans and permits. 2. Attend the pre-construction meetings. 3. Monitor and enforce construction noticing requirements, including but not limited to SWPPP requirements. 4. Maintain field diary(bound workbooks) during construction, including equipment,labor and materials, a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation,photographs and other documentation. 5. Monitor the contractor's fugitive dust control plan and ensure the contractor using approved haul routes and they are kept clean. 6. Ensure compliance with the construction contract by continuously monitoring, evaluating, approving or rejecting the contractor's work in accordance with the approved construction contract documents. 7. Determine that the contractor's work is being performed in accordance with the requirements of the contract documents. Endeavor to guard City against defects and deficiencies in the work. As called out,require special inspection or testing, or make recommendations to City regarding special inspection or testing of work not in accordance with the provisions of the contract documents whether or not such work is fabricated, installed or completed. 606 8. Provide and maintain a digital photographic history of the progress of the project. Photos will also be taken of the following: 1. City-furnished equipment 2. Showing existing conditions prior to construction. 3. Disputed work items. 4. Work that has to be duplicated,replaced, or removed. 5. Completed work. 6. Extra Work. 9. Record the progress of the project. Maintain a daily log containing a record of weather, contractor and subcontractor's work on site, contractor and subcontractor's equipment with hours on site,number and names of workers with hours on site, work accomplished, problems encountered, and other relevant data. Provide copies of daily logs to City as required. Include information on contractor and the entire project, showing percentages of completion. Daily Reports should be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. 10. During the course of construction, maintain one set of plans with markings and dimensions in red ink to denote field changes or other corrections to support as-built drawings. 11. Maintain copies of all permits needed to construct the project, certifications and enforce special requirements of each. D.Labor Compliance: 1. Inform contractor of prevailing wage requirements, reporting, and applicable wage determinations at preconstruction meeting. 2. Provide Davis-Bacon& State Wage compliance monitoring and/or reporting in accordance with current California DIR procedures 3. Respond to DIR inquiries/requests 4. Provide administrative, clerical and investigative services, from pre-bid through project closeout. 5. Review contractor submitted payrolls for accuracy of calculated wage rates, benefits and overtime hours as compared to the applicable wage determination. 6. Perform site investigations during the course of the construction contract, completing questionnaires to determine if employees are treated fairly according to the California Labor Code and Davis-Bacon and Related Acts regulations. 7. Coordinate if California DIR in resolving non-compliance issues. 8. Submit a final report to the City upon completion of each project summarizing any identified discrepancies and resolutions to those discrepancies affecting the project. 9. Defend certified payroll audits if conducted by controlling agency. E. Construction Materials Testing 1. The consultant shall be responsible for all the tests as required by the Caltrans Standard Specifications and the Project Special Provisions. 2. The consultant shall perform the materials testing services in accordance with the City's approved Quality Assurance Program (QAP) (See Appendix E), California Department of Transportation, Construction Manual, Chapters 3, "Control of Materials" and Chapter 6, "Sample Types and Frequencies."The consultant shall provide for initial"Samples and Tests" on materials proposed for use in the project. The firm shall provide for "Acceptance Tests" on materials that will be incorporated into the work. Sampling should begin as soon as 607 material is delivered or in place. Sampling shall continue as work progresses. 3. The consultant shall conduct all testing in a Caltrans Certified Laboratory, or equivalent. All sampling and testing shall be done by personnel and laboratory with the appropriate accreditation for the testing and sampling designated to perform. Proof of the appropriate accreditation shall be submitted for approval by the City. 4. Provide a qualified technician as necessary to conduct density tests as required. The tests will be performed with a nuclear densometer in accordance with ASTM D2922 or sand cone in accordance with ASTM D1556. Maximum density curves (ASTM D1557) will be performed on various material types as they are encountered. 5. Provide an ACI-certified technician as necessary to make sets of concrete cylinders as needed and perform slump tests for minor concrete and bridge structure concrete. 6. Perform compression strength tests on concrete cylinders in accordance with ASTM C39 for bridge structure concrete. 7. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, must be documented in the project files also. Test results shall cite applicable contract requirements, test and/or analytical procedures used. Provide actual results and include a statement that the item tested or analyzed conforms or fails to conform.to specified requirements. Test results shall be signed by a testing laboratory representative authorized to sign certified documentation and forward to the City. 8. Testing Plan and Log shall be maintained by the Consultant. The QC Manager shall record on the Test Plan and Log the date the test was conducted, the date the test results were forwarded to the Engineer, remarks and acknowledgement that an accredited or Engineer approved testing laboratory was used. Submit a copy of the updated Test Plan and Log with the Contract Quality Control Report each month. 9. Maintain a rework Items list of work performed that does not comply with the Contract. The Contractor shall be responsible for including on this list items needing rework including those identified by the Engineer. 10. Maximum density tests shall be performed at the job site unless otherwise approved by the City Engineer. 11. Consultant shall keep records of all samples and tests in the project files as permanent job records. Materials incorporated into the project, represented by failing tests, shall also be documented in the project files. 12. Consultant shall use the most economical mode of transportation available consistent with the time element involved. 13. Project Certification — Send a materials certification memorandum to the Public Works Contract Administrator, City of Huntington Beach, upon completion of the project. File a copy of the memorandum in the job files. Note all non-conforming materials on the memorandum. This includes materials accepted at reduced pay factors. 14. A California licensed engineer shall sign the materials certification memorandum. 15. Any Non-Compliance results of materials shall be reported to the City's Project Manager and City Project Inspector within twenty four (24)hours from the time of sampling. 4. CITY RESPONSIBILITIES • Furnish a task order or scope-of-work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. 608 • Furnish Owner supplied equipment for specific capital improvement projects. 5. PROPOSAL FORMAT GUIDELINES Interested consultants are to provide the City with a thorough proposal using the following guidelines: • Proposal shall be typed, concise, no more than 20 pages of information, and no more pages than indicated in the following sections, excluding the Index/Table of Contents, tables, charts, forms, and graphic exhibits. Resumes of key personnel are not counted toward the page limitation if inserted at the end of the proposal. • 12-point font size and 1.5 point line spacing is required for typed portions of the letters and proposal sections except smaller fonts are allowed for tables, charts, and exhibits. The inclusion of 11"by 17" sheets are allowed if folded to fit the proposal. • Consultants are required to complete Exhibit A: Pre-Qualification Form and included in the proposal. Teaming is allowed. • Cover Letter (2 pages max.) A cover letter must summarize key elements of the proposal. An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. Each proposal will adhere to the following order and content of sections (A-D). Proposals must be straightforward, concise, and provide "layman" explanations of technical terms that are used. Emphasis must be concentrated on conforming to the RFP instructions, responding to the RFP requirements. Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence or are indicative of failure to comprehend the complexity and risk of this contract may be rejected. The following proposal sections are to be included in the consultant's response: A.Cover Letter(2 pages max. and not included in page county A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter. (Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form(See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years 609 in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel, sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish (months &years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffmg Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point , of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PM' or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer,water, and paving. • Facility Inspectors certified in California Building Code (CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding&Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches, and solutions to similar projects that would be undertaken by the City, and 610 detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CEP can be viewed at; http s://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.cona/HuntingtonBeach/BidsOnline.cfin b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be 611 awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview, if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Firm Qualifications - Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. Staffmg - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points). After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. G. Local Preference Check (5 bonus points). The consultant will earn 5 bonus points for having an office located in the city and a valid City Business License issued a minimum of 6 months prior to the RFQ release date. H. Experience with Design-Build/Progressive Design-Build delivery methods and ability to support early-phase project collaboration(5 bonus points) A ranking will be performed with the subtotal score for each category and only the top contenders will be considered further. I. A Notification of Intent to Award may be sent to the consultant selected. Award is contingent upon the successful negotiation of 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://cros3.revize.comlrevize/huntingtonbeachca/DocuinentsBusiness/Licenses%20Pennits%20& %20CodeBusiness%20License/FORMS/Standard-Business-License-Application%202024.pdf K. Interview - After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. 612 8. GENERAL REQUIREMENTS Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful consultant must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. The consultant is encouraged to contact its insurance carriers during the qualifications submittal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. Standard Form of Agreement The consultant will enter into an agreement with the City based upon the contents of the RFP and the consultant's response. The City's standard form of agreement is included. The consultant shall carefully review the agreement, especially the indemnity and insurance provisions, as the standard form of agreement will not be changed, and must be accepted as is. Assuming the consultant is agreeable with no exceptions, a statement to that effect shall be included in the qualifications submittal. Disclaimer This RFP does not commit the City to either issue an RFP, award a contract, or to pay any costs incurred in the preparation of the RFP response. The City reserves the right to extend the due date for the RFP, accept or reject any or all proposals submittals received as a result of this request, negotiate with any qualified consultant or cancel this RFP in part or in its entirety without penalty. Assigned Representatives The City .will assign a responsible representative to administer the contract and to assist the consultant in obtaining information. The consultant shall also assign a responsible representative (project manager) and an alternate, who shall be identified in the RFP response. The consultant's representative will remain in responsible charge of the consultant's duties from the notice-to- proceed through project completion. If the consultant's primary representative should be unable to continue with the project, then the alternate representative identified in the RFP response shall become the project manager. Any substitution of representatives or sub-consultants identified in the RFP response shall first be approved in writing by the City's representative. The City reserves the right to review and approve/disapprove all key staff and sub-consultant substitution or removal, and may consider such changes not approved to be a breach of contract. 613 EXHIBIT A Pre-Qualification Form J 614 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES z F�n"-'�"J:. :R'=P.�si?v ^".l�'i^-- - _..,�,J="IS^i2�x. •:.:.ii.= s.,�:,�.:ar rs:,.w.?�.-N L'�;'s;,�,.`.!7.S:.`.i'}'�'e' �SL:�.`"4'.r u.^.�a::n��s«:.tr,s,�,�.�z,.vuov:ry>r- - •��- 'a;:�t ; •,� [� ,5.". .-la'�d�H.!w _4i•',sJr'n'+. `1'b' �Sy .�,7 �..$;. �.z.1�.:f..�i.'6,r.•};:'.:x£:;�:1;T.4#a k �;�: �. •�..� fi"S,�~�� �:r...!„:� ��hPRa•QPO�S��� �Y/N:.,.:...,�..--•.c, =+*, ?• yilf:e 7 ..r'ii+, �" _ ..{i.;'f`ii ,S., •,;'f".�-'.-,. ^.:3^?'3 �n�k.A„�; _n:. ,�i'4 ::.._�, .r,� _r.:rrri: �W:`-''::, v'f ?'e:�Lr '=e� ,1, r•:r�� -3't. t`7 3,'. r:,q+,.� .� -+ - �'(3r�, ft' r`.;�r t..,. fir•=.}p`�'�'.:y °'R''',i, *'T•,t•.cY;r.Y.�.;i.' v:r;. ,,:. ::(sue .,�,: J3: .r:'3i'`�r^�.yx.�S': '�.<<,.,. :ti'c,fE. �<:'-. a;"' .�G}e � i .;,. :iP "'7:�.'t�'i% �5:...r:i.ir -''-Nt" y. .d='rt i� - 3��€:r•�u�";_.-.ti .,{t°., •-�4'''+7�+"r}f'' ,:3'.Wa�.;•-�tr" '.'F''.,'s";.�`u�'�;t,7. '.i�'>tr''-'c�ii=-.,.u�s:��.',. -=Z �,':li� � �'= - ,L:.,1,3..:,>�� f., k t �f•F �:,;�c: -•�`„ �,t.,�.�..�iyrt.�- %%tr,..,:"!.�• i r•7_:; �^T. � - �•�..,_ .S�:t,r<;;. .rr„':t.. ''+.t�"ri:'pi1:', ;�:.?:�:�:'\. ,r(c?1 p ".5,'�s.•�.,�j::�'��...r�• ji:.c-!�ti: ' J�iA .:<�`.- 3es=}W. .1. ,T;iM±z� °3:t�:!�i.i-'-,.,r:s`"S�i'' ='�':�;-a-•t:. .;!n�,,.:•:.:'�'.a:]ki.. Y3N:,.t' `i51;., :V�V1V:,��. .�..-fir-fat.. :.y..es rYP.=�3�s..-:t-:ik--.:c�?ti=C•.`�Le!:a�+s.:,.,..z:Ei:sS ts!.,'�:�•:fS�!,.,e+�..w:,w"5.xc...1:.*::sty.»{:�..-1..a���u.�'.i...,r c,e.-'�7'.....,k3a.,,o.............:...,ay...=.s: �::t��,...,,.e..�,�-�r�:i,.:�t;::'...sa'.w•�r,:.lfti;,t;:' 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 out of,pertain to,or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged agree/surfnet/professional svcs mayor 5/19-204082 622 to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be -provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. agree/surfnet/professionalsvcs 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. TE.RMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfinished documents, exhibits, report, and evidence shall, at the option of CITY,become its property and shall be promptly delivered to it by CONSULTANT. 13. ASSIGNMENT AND DELEGATION This Agreement is a personal service contract and the work hereunder shall not be assigned, delegated or subcontracted by CONSULTANT to any other person or entity without the prior express written consent of CITY. If an assignment, delegation or subcontract is approved, all agree/surfnet/professional svcs mayor 5/19-204082 625 approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach, CA 92648 agree/surfiiet/professionalsvcs mayor 5/19-204082 626 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. • 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which agree/surfnet/professional svcs mayor 5/19-204082 627 the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of .services . contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event.suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. agree/surfnett/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 INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney agree/surfnet/professional svcs mayor 5/19-204082 630 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANTS' DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: 631 EXHIBIT `B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; • B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 632 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time.Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. • 633 EXFIIBIT "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 INSURANCE REQUIREMENTS Huntington Beach City Council ResolutionNo.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 than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions or similarforms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of Huntington Beach. NOTE: Waivers and/or modifications are discouraged and will be considered only under extraordinary circumstances. Vendor Type Minimum Insurance Requirements Professional Liability Design Professionals: Professional service contractors who Minimum of$1,000,000 per occurrence and in contract with the City and/or provide architectural and/or the aggregate.Allows up to$10,000 deductible. engineering services to the City. Professional Services: Services that involve the exercise of professional discretion and independent judgment based on an advanced or specialized knowledge,expertise or training gained by formal studies or experience or services which are not readily or efficiently procured by competitive bidding pursuant to HB Muni Code 3.02. Services includes but is not limited to those services provided by appraisers,architects,attorneys,engineers,instructors, insurance advisors,physicians and other specialized consultants. Claims made policies are acceptable if the policy further provides that: 1)The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2)The professional services contractor will make every effort to maintain similar insurance during the required extended period of coverage following project completion,including the requirement of adding all additional insureds. 3)If insurance is terminated for any reason,professional services contractor agrees to purchase an extended reporting provision of at least two(2)years to report claims arising from work performed in connection with this agreement or permit. 4)The reporting of circumstances or incidents that might give rise to future claims. HB Insurance Matrix revised 10-27-08 1 of 1 637 CITY OF HUNTINGTON BEACH ,/��� IMF RCA Contract Agreement Summary BOUNTY��i" GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT December 16, 2025 P.W-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 SYRUSA 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. HE) CITY OF HUNTINGTON BEACH 1072 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND SYRUSA ENGINEERING,INC. FOR ON-CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING,AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and, SYRUSA ENGINEERING, 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 Gerardo De Santos who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/393245 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 12111p , 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 25-17168/393245 2 of 12 compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, data or programs, maps, memoranda, letters and other documents, shall belong to CITY, and CONSULTANT shall turn these materials over to CITY upon expiration or termination of this Agreement or upon PROJECT completion,whichever shall occur first. These materials may be used by CITY as it sees fit. 8. HOLD HARMLESS A. CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) arising out of or in connection with CONSULTANT's (or CONSULTANT's subcontractors, if any) negligent (or alleged negligent) performance of this Agreement or its failure to comply with any of its obligations contained in this Agreement by CONSULTANT, its officers, agents or employees except such loss or damage which was caused by the sole negligence or willful misconduct of CITY. CONSULTANT will conduct all defense at its sole cost and expense and CITY shall approve selection of CONSULTANT's counsel. This indemnity shall 25-17168/393245 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. 25-17168/393245 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 25-17168/393245 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 fiilly 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. 25-17168/393245 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. 25-17168/393245 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 SYRUSA Engineering,Inc. ATTN: Director of Public Works ATTN: Gerardo De Santos 2000 Main Street 255 W. Central Avenue, Suite 204 Huntington Beach,CA 92648 Brea, CA 92821 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. 25-17168/393245 8 of 12 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section,paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement 25-17168/393245 9 of 12 which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 21. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 22. IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 23. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25-17168/393245 10 of 12 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact,held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 25-17168/393245 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, SYR SA ENGINEERING, INC. a municipal corporation of the State of California By: ity Manager print name ITS: (circle one)Chairman/PresidentNice President INITIATED AND O AND Director of Public Works By: APPROVED AS TO FORM: Gt rt(d print name ITS: (circ one)Secretary/Chief Financial Officer/Asst. {7� Secretary—Treasurer ll pw-City Attorney Date to j 1-1 RECEIVE AND FILE: City erk Date i/G1/2t, 25-17168/393245 12 of 12 11 vTING7 -Airc � `♦ oR"° 0t.:4 r► 4.4 Illek E! • i Y N 1 , . 1 syRusA "Paw? ;�,�,- - IF il ENGINEERING, INC. . . c ..,Fe ,r 1903.••• � � • es■a.e c" w �• ��NTY C �! A - • 4 ..'' �- , • , may' -1 .J.. - - 0 i 1Gam. t ; 1. =tr:+tea r .rr* ( 1 �' (�■ __-. ..y yL rya sr, :t.„2 11 . ,E r ry,.•;.,)1 _ ,'t r a� �- it i z � �""B`"■""`� - .. .. ± 1 :, ` ate_ 4 .• I � �- ON-CALL CONSTRUCTION MANAGEMENT • , ` MATERIALS TESTINGiii , and INSPECTION „..... A �', SERVICES \is, Public Works Department f��t CITY OF HUNTINGTON BEACH \s„.1 \ JJ i a, l; E 1 • I qo- ' 1 Y '-•` yam, __ .■■ ■ i t- + -A 1- -4 ��.h{r ,g , --� a„ f��1:111;67�i= (4°44* City of Huntington Beach Request for Proposal for _ town On-Call Construction Management,Materials Testing,and Inspection Services Table of Contents Cover Letter Section A Vendor Application Form Section B Pre-Qualification Form (Exhibit A) Section C Service Category Firm. Section D Qualifications Preferred Staffing Understanding& Methodology Section Rate Sheet Section E (Uploaded as a separate file to DropBox-not included in proposal) Resumes & Certifications Appendix SYRUSIt 1086 ...,14. r. .......................,....F,k, - ...Jr.......,..i,,, .i,., it ,,„ _.,,..,...,,,., ... r , i I t ' __\ s. It t,,... t 4) \* ‘fl \. € „.".40 . ; / /I/ j. i :.r.--- • } ram- �. i rram`la 4,4- , , 5.,,,m.44,.Idy f.f ag',' +` iT` ,p 5 • t _ - j ; , r • l• • • ' 'i.-•):-,...,,:'---tityg-,,,,4- -7.v..A, •-t'....!4• .. :,..]‘.-,...•,,, ,,,, „,. • . ..... ,,,r• . 4J1Tr IIIII }...._. 0.. -, .— ..— : MP • � __ �. ..... , .., , .m., . . 1- 4- I i --t-11 • if i ! .__ .....—. ,u over Letter , , , ,. t__ I.. i t ! ....... . t r 1087 June 13, 2025 SYRUSA' CNGINUIRI\G,INC. City of Huntington Beach 255 W. Central Ave., Suite 204 2000 Main Street Brea, CA 92821 Huntington Beach, CA 92648 RE: RFP for On-Call Construction Management, Materials Testing, and Inspection Services: Dear City of Huntington Beach, SYRUSA Engineering, Inc. (SYRUSA) is pleased to submit this proposal to the City of Huntington Beach to provide On-Call Construction Management, Materials Testing, and Inspection Services for diverse capital improvement projects over the next three years. SYRUSA is a California-based engineering firm established in 2009 as a woman-owned, minority certified DBE and Small Business Enterprise (SBE) company. We are fully equipped to assist the City Staff of Huntington Beach in delivering expert engineering services.Our organization has successfully completed a wide variety of public works projects across Southern California. SYRUSA's team of professionals have a full understanding of construction management, materials testing,and inspection services and can deliver all support requested by the City of Huntington Beach. As prime consultant for on-call services to various cities and public agencies including the City of Anaheim,City of Irvine, Orange County Public Works,and the San Bernardino County Transportation Authority (SBCTA), SYRUSA offers a comprehensive suite of construction management, materials testing, and inspection solutions. Our expertise spans pre-construction through project closeout, ensuring seamless execution and compliance with contract requirements. Our extensive project portfolio includes pump and lift stations, curb and gutter installations, sidewalks, pipelines, traffic signals, road rehabilitation, reservoirs, and bridge retrofits across multiple California municipalities. Additionally, SYRUSA has collaborated with various public agencies, including the California Highway Patrol (CHP), to improve fire stations, police facilities, community centers, libraries, city hall buildings, and recreational amenities such as beach and park restrooms. SYRUSA specializes in complex building projects, including tenant improvements (TI), office and facility renovations, superstructure and subgrade retrofits, new construction, security and fire system upgrades, and mechanical, electrical, and plumbing (MEP) enhancements. 1088 As Construction Manager, SYRUSA closely monitors project schedules, recommends scope modifications when necessary, and keeps projects on track and within budget. Our services extend to traffic control planning, surveying coordination, and ensuring a seamless transition upon project completion. Our project closeout strategy includes final inspections, certification management, and thorough documentation to confirm compliance and successful completion. Labor compliance remains a core priority. Our subconsultant Dynamic Engineering Services, Inc., will verify prevailing wage adherence, payroll accuracy, and fair employee treatment. Our materials testing subconsultant Twining will be responsible for conducting required materials testing by Caltrans Standards and Project Special Provisions, ensuring compliance with the City's Quality Assurance Program (QAP). Technicians will be qualified to conduct density, slump, and compression strength tests. Upon project completion, a materials certification memorandum will be submitted to the Public Works Contract Administrator. SYRUSA brings a highly experienced team of professionals, including licensed Professional Engineers (PE) and Qualified Stormwater Developers (QSD), ACI-certified engineers and inspectors, Qualified SWPPP Practitioners (QSP), and experts in Greenbook and county specifications. Our office engineers and labor compliance specialists are dedicated to maintaining project adherence. SYRUSA prides itself on efficient project delivery, transparent communication, and meticulous documentation, ensuring seamless execution from conception to completion. We acknowledge Addendum 1 dated May 16, 2025 and Addendum 2 dated June 6,2025 as shown on Planet Bids. I am authorized to bind SYRUSA Engineering to the terms and conditions of this RFP.The assigned project manager will be Gerardo De Santos, PE (949) 933-5521 located at our Brea office. Sincerely,� `Y U ,/) & __ Mary Zahlout, President/CFO 1089 • ''' ... ,.,%, ., • , , ... • '''.4.::,,'-'''..!...,: ..47,,: -.,-,.:•-. :_ , 2_ s, ''. • .,. , ,.,. • . . , . . . .., . . . . 1 , ibe.: . , ,.-.:• .-- N..`,..:. ' I . ...., . -.4, ---':'; -• . , ; ..-- , • .- ...,... ..„.., .-„ , - .. -........ , . . - , . . -- ,..7 . . • ' . , 1 ... . . ,-,4 „7 w.-,"•., . r - i- •- - ''' ' . ,,', . .....1L'...:.k17:.!, , 7..------ --' . . i . . ; .- i . ,0 • . t ',-;-,- " 4. ' I . - • •..i - -,.. . lf„:,,i, ,----11 ' • N II . . . , I 1 c ..'..'7: -- ., . . 4 ... . . , _ ... _ „co._ _____ a. '''' dar.-..--_,-_,-, - 0 - ''" .,. • „..41,...-4.:...— - - . , 1 ' .:..,• -I- r,, -IN...0 Vendor Application Form _ ,,ir .••' - .... • -kik -,...r'''''''' • . .. .0,12r, ... ---- ...... __-,;--.. . .._.. _...... . - :4, "".. - ,.....--------:-..,‘•- . ‘-' ,.. ,;-"Iii".- , --rmlliikillnIIIIIIftakr. ' 1 REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: KNEW El CURRENT VENDOR Legal Contractual Name of Corporation: SYRUSA Engineering, Inc. Contact Person for Agreement: Mary Zahlout Corporate Mailing Address: 255 W. Central Ave, Suite 204 City, State and Zip Code: Brea,CA 92821 E-Mail Address: mzahlout(ir),syrusaengineering.com Phone: 714-784-6700 Fax: 714-784-6701 Contact Person for Proposals: Gerardo (Jerry) De Santos, PE Title: Contract Manager E-Mail Address:gdesantos(a�syrusaengineering.com 714-784-6700 Business Fax: Business Telephone: 714-784-6701 Is your business: (check one) ❑NON PROFIT CORPORATION ®FOR PROFIT CORPORATION Is your business: (check one) NCORPORATION ❑LIMITED LIABILITY PARTNERSHIP El INDIVIDUAL ❑SOLE PROPRIETORSHIP ❑PARTNERSHIP ❑UNINCORPORATED ASSOCIATION ! I 1091 Names&Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Jose Corona, PE CEO 951-533-0316 7 li Mary Zahlout CFO/President 714-643-8858 I I I I I ' � E Federal Tax Identification Number: 27-1663172 City of Huntington Beach Business License Number: None (If none,you must obtain a Huntington Beach Business License upon award of contract.) 1 City of Huntington Beach Business License Expiration Date: N/A II II `i lid I 1092 I a d IL > t H O 7g CALIFORNIAif .....4% REpii -vi/' ... .-1, (CZ) s�. to Itaea ch Pre-Qualification Form PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES SERVICE CATEGORY PROPOSING?Y/N (circle) A. Construction Management €11) No i %��(Imt►al)Consultant is willing to execute the Agreement as drafted(See Appendix B). VInitial)Consultant is able to provide the insurance as required(See Appendix C). Firm Name: SYRUSA Engineering, Inc. Firm Address: 255 W. Central Ave, Suite 204, Brea, CA 92821 Signature: Date: 6/2/2025 j fl 1094 u , ,„„,111/, • • T 4 a y • to • 11111111( 114°11‘.. • 1. • I l k. + i 1: t i •" - Ill{,, �. ' ti) • • � ..yr, • r s • • (1111111111).'411111111.11:!ZIM. 111- • x . • )116 . , .41r, • Cr • • z �j 1 fk L g'� 4 4 a w¢ # 11 ��t�• fs • `' City of Huntington Beach l;f ' Q Request for Proposal for °"TI On-Call Construction Management, Materials Testing, and Inspection Services D. SERVICE CATEGORY FIRM -Qualifications 1. Demonstrated Capabilities and Length of Time Providing Services =.16'n SYRUSA Engineering, Inc. (SYRUSA) is a California- :. 0, based construction management firm focused on .' ...,- i _� - providing efficient, client-driven solutions to �. ' complex construction projects. Bringing over 16 `" "'.---- :- ' years of experience acquired through on-call 4 . -, • :, contracts for numerous public clients, SYRUSA is ' ----` - well-equipped to provide a full-suite of services, Pump Station Project at 91 FWY&Harbor Blvd acting as an all-in-one provider for all the City's construction management, materials testing, labor compliance, and inspection service needs. SYRUSA is experienced in managing projects with City and Federal Funding and can leverage its expertise to benefit the City throughout all timelines of a construction projects, ranging from pre-construction planning to final close-out, and ensuring the successful completion of projects for an on-call contract. Over the years, our firm has applied our construction knowledge into phases spanning all phases of a project and tap into our recent project experience to effectively administer a project's schedule, budget, quality, safety, and reduce project impacts. By successfully offering services to numerous clients in California, our team's personnel capabilities include understanding and successfully managing all construction aspects, from early phase to project completion while following all public works construction standards including the Greenbook. Our expertise includes but is not limited to 1-01"'1;111i Vi .- 4- reviewing project plans, specifications, estimates, permits, technical reports, and conducting constructability reviews to provide alternative means and methods before construction. SYRUSA has experience in construction management software, including Virtual Project Manager (VPM). Our knowledge ensures seamless implementation, which reduces onboarding time and minimizes training costs. SYRUSA ` Section D. 1 of 16 1096 =,,,,tr:c,o �, c. City of Huntington Beach ` 4 Request for Proposal for --T On-Call Construction Management, Materials Testing,and Inspection Services SYRUSA possesses the technical expertise necessary to analyze and oversee the project phasing and staging to eliminate and mitigate conflicts while minimizing disruptions to local traffic and residents. Our project history includes providing ," a 7 construction management and inspection services on _ projects with pump and lift stations, curb and gutter installations, sidewalks, pipelines, traffic signals, road ,�.. .. '-- ;`1'y " �';y rehabilitation, reservoirs, and bridge retrofits across 's.- z�.;j multiple California cities. SYRUSA has partnered with Y .e ni�� 1,, ---, ft . ; public agencies including California Highway Patrol City of Anaheim:Katella Substation and Edward Utilities Complex (CHP) to improve fire stations, police facilities, community centers, libraries, city hall buildings, and recreational amenities. SYRUSA brings experience in complex building projects, including tenant improvements (TI), office and facility renovations, superstructure and subgrade retrofits, new construction, security and fire system upgrades, and mechanical, electrical, and plumbing (MEP) improvements. SYRUSA has selected personnel and organized our �R��a2 _ - team to best manage project services. We've obil dillp ' identified staff that can support Project goals related V:, to schedule, budget, quality, and partnership. Our key and additional personnel ensure that at every level ' at. . t.. ..iit..... ,ji our team can plan and deliver this project successfully SYRUSA Management: Faisal Zahlout, for the city. SYRUSA's team will report directly to the Jose Corona,Jerry De Santos City's Project Manager. The top-level management are Project Manager Gerardo (Jerry) De Santos, PE, Construction Manager/Resident Engineer Jose Corona, PE, and Faisal Zahlout, PE, who have the expertise and experience to assist the city in the successful completion of the project.The SYRUSA team has staff with the ability to perform the work and the appropriate licenses and certifications. All our Construction Managers are licensed Professional Engineers in the State of California. Below is a summary of the service categories and our strategies for each service category, based on the Scope of Work detailed in SYRUSA+ t.C.NEIRE,°INC Section D. 2 of 16 1097 City of Huntington Beach cs,,,,, 9a �U ;E`. ,\�: Request for Proposal for UttTY GMT On-Call Construction Management, Materials Testing, and Inspection Services the RFP. Requested services include construction management, materials testing, administrative, labor compliance, and inspection services for projects with Design-Bid-Build, Design-Build (DB), and Progressive Design-Build (PDB) delivery methods.These services include but are not limited to enforcing adherence to the plans, specifications, and standards; Performing a third party constructability review to SYRUSA has provided identify potential issues early and prevent costly delays; CONSTRUCTION iii utilizing construction software Virtual Project Manager MANAGEMENT W '" (VPM); reviewing project permit requirements to SERVICES igefai, on more than 35 projects facilitate the acquisition of necessary approvals and in Southern California comply with applicable regulations; monitoring Glued at more than $3B construction work and logging all inspected activities, which ensures safety and adherence to the contract; testing of construction materials as a quality control measure; and review of contractor submitted payrolls to ensure accuracy of calculated wage rates, benefits, and overtime hours. Projects requiring these services include pump and lift stations, curb and gutter installations, sidewalks, pipelines, traffic signals, road rehabilitation, reservoirs, and bridge retrofits. Upcoming vertical construction projects include fire stations, police department facilities and substations, community centers, beach and park restrooms, libraries, and city hall facilities involving 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. SYRUSA is fully prepared to offer Qualifications and experience in any of the following service categories: 1. Construction Management 2. Construction Materials Testing 3. Administrative 4. Inspection 5. Labor Compliance SYRUSA E'er""FRI,C,IX Section D. 3 of 16 1098 r /��stinc:o. �uj r City of Huntington Beach '" '� Request for Proposal for ���"' On-Call Construction Management, Materials Testing,and Inspection Services 2. Key Personnel As Project Manager for SYRUSA, Gerardo (Jerry) De Santos, PE has 25 years of diverse engineering experience that includes Planning, Local Assistance, Design,Construction and Maintenance. Roles include, managing large complex structure projects, Clean CA Statewide Coordinator,Tunnels and Tubes Director in the Bay Area, District Director in Orange County. As a subject matter expert, teaching the Caltrans Winter Training Falsework Class in 2006, Foundations Class in 2015 and 2020, developing and presenting the Caltrans Falsework Academy, sponsor of the Caltrans Foundations Technical Team and a 17-year faculty member at Santa Ana College Division of Science, Mathematics, and Health Science in the Department of Physics and Astronomy. With his communication and soft skills has served as Cubmaster for four years and Scoutmaster for four years developing future leaders in our community. Mr. De Santos has a wealth of knowledge, skills, and experience in delivering complex projects and successfully collaborating with many different internal and external stakeholders, with his natural ability to bring people together and find solutions. Jerry has current certifications of 10 hours Cal/OSHA safety training and current Defensive Driving, along with First Aid Certified. He is also currently in the process of acquiring the CCM certification (CMAA ID #308353). Relevant Project Management Experience Structures Project Managers I-10 Express Lanes DB I SBCTAI Construction Value: $679 M I Duration on the Project: 09/2023—current Project includes 8 replacement bridges and widening 16 existing bridges, 20 miles of new retaining walls, update existing storm drain systems, adding two express lanes, improving existing on and off ramps, enhance traffic striping to accommodate new car technologies. Mr. De Santos responsibilities include but not limited to review and authorize of construction submittal, RFIs, supervised field inspectors, project audit, monitor testing, coordinate between Caltrans structure design and DB contractor design, and oversee the As Built. SYRUSA Section D. 4 of 16 1099 City of Huntington Beach Request for Proposal for On-Call Construction Management, Materials Testing,and Inspection Services Area Construction Manager 1 91/15 Design Build Express Lanes North Direct Connector' Caltrans District 81 Construction Value: $165 M I Duration on the Project: 08/2021—03/2022 Project included tolling lanes systems, multiple flyovers, bridge replacement, landscaping, utilities, multiple sound walls, various type of retaining walls, HMA and PCC pavement, traffic signals, street improvement, drainage systems, and multiple ramps realignments. As manager for the structure work, he lead and managed the inspection team and agency coordination. Area Construction Manager 11-15 Express Lanes Design Build 1 Caltrans District 81 Construction Value: $255 M I Duration on the Project: 12/2018—08/2021 Project consist of 21 bridges and 16 sign structures. Adds toll lane and improvements, tolling system, subgrade preparation, drainage systems installation, concrete barriers, traffic signs, HMA/PCC pavement, striping, and traffic control. Responsible for leading and managing the inspection team, resolving issues and acceptance of the project. Area Construction Manager 1395/58 Kramer Junction Expressway I Caltrans District 8 Construction Value: $191 M I Duration on the Project: 09/2017—11/2020 This CM/GC project widens SR-58 expressway to 4 lanes, realigns roadway, provides grade separation at railroad crossing, includes new pavement, widens median, improve traffic safety, and increase volume of oversized vehicles. Gerardo was responsible for managing his first of the six CM/GC pilot program projects. Leading and managing the contract administration and inspection team. Project Management 1 Various On-Call Contracts City of Anaheim —Value: $300K, Duration: 04/2022 - Present City of Irvine—Value: $200K, Duration: 03/2024 - Present OC Public Works—Value: $600K, Duration: 04/2022 - Present SBCTA On-Call Bench —Value: $5M, Duration: 04/2022 - Present SYRUSA ► Section D. 5 of 16 1100 ;N(INLTLf,1 City of Huntington Beach �v�f� t Request for Proposal for �'`0�tal _ On-Call Construction Management, Materials Testing, and Inspection Services 3. References 1. Project: SBCTA I-10 Corridor Express Lanes Design-Build Project Agency: San Bernardino County Transportation Authority F _ Primary Contact: Khalid Bazmi, PE r .. , Corridor Manager, Project Delivery ---7 ,:7 kbazmi@gosbcta.com „„ - '. (714) 425-1520 Description: SYRUSA managed all structures work, - - SBCTA 1-10 Corridor Express Lanes leading quality management, and providing inspectors for Design-Build Project SBCTA's $679 million 1-10 Corridor Express Lanes Design-Build project. This project includes extensive staging and phasing to widen 11 miles of existing 1-10, add eight new bridges and improve 16 bridges, 20 miles of new or reconstructed retaining walls and sound walls, as well as reconstruction and/or modification of existing ramps at 10 interchanges, seven local arterials,and 24 structures. This work has all been done while keeping five lanes of traffic open during construction through one of the most heavily traveled corridors in Southern California. Structures Project Manager: Gerardo De Santos, PE, MS Additional Team Members on the Project: Faisal Zahlout, PE, QSD, - Jose Corona, PE - Luis Negrete, PE - Ruth Bias, EIT-Adriana Jiminez, QCSI - Noura Alayyan Duration: 04/2020—Current 2. Project: OCPW On-Call Construction Services Construction Management & Inspection Services Agency: Orange County Public Works (OCPW) Primary Contact: Teejay Areopagita, PE ` Resident Engineer I Construction :==j-----"' I I R. '°fir Z T Teejay.Areopagita@ocpw.ocgov.com �,. + `�� `" __ (714) 856-2099 " '� ' .; '. Description: One project as part the OCPW On-Call OCPW:Oso/Crown Valley Parkway Project Contract was the Oso/Crown Valley Parkway Project. SYRUSA Az' Section D. 6 of 16 1101 _) City of Huntington Beach p�C `^' Request for Proposal for . h, GUtIrr t, On-Call Construction Management, Materials Testing,and Inspection Services SYRUSA coordinated with the community to communicate the construction schedule and potential impacts in order to maintain bike, pedestrian, and vehicle flow along a very busy street, all while protecting the Trabuco Creek and Arroyo Trabuco Wilderness Area below the bridge. Other on-call projects included the Santa Ana River concrete repair, Santa Ana Gardens Bike Trail, and Fountain Valley Channel Rehab. Project Manager: Gerardo De Santos, PE, MS Additional Team Members on the Project: Luis Negrete, PE - Ruth Blas, EIT- Noura Alayyan Duration: 11/2022 -04/2023 3. Project: City of Anaheim On-Call Construction Inspection Services Agency: City of Anaheim .. ., - Primary Contact: Carlos Castellanos, PE ► << ;, :�,;w_ CCastellanos@anaheim.net ' (714) 765-5066 / /. ` Description: SYRUSA is providing construction , , fit ,. inspection services on various public works City of Anaheim:Katella Substation projects in and around the City of Anaheim. &Edward Utilities Complex SYRUSA also provided staff working as an extension to the Public Works Department working on Design-Bid-Build and Design-Bid projects. Sample projects include: Design-Build DBMA #5 Perimeter Wall & Gate Upgrade Project for Katella Substation and DBMA #6 Perimeter Wall & Gate Upgrade Project for Edwards Utilities Complex. Project Manager: Gerardo De Santos, PE, MS Additional Team Members on the Project: Faisal Zahlout, PE, QSD - Melanie Romero, EIT - Ruth Blas, EIT Duration: 04/2021—Current SYRUSA Section D. 7 of 16 1102 ' City of Huntington Beach >'•, Request for Proposal for On-Call Construction Management, Materials Testing,and Inspection Services 4. Proposal Synopsis, Unique Qualities, Overall Benefit to the City, and Understanding of Services. Proposal Synopsis _�_} Our firm brings in extensive experience in managing and --% delivering high-quality construction services for a wide awes '°" range of capital improvement projects that will benefit the City of Huntington Beach over the minimum three-year �r • _ contract period. Our team has successfully managed traffic •Orange County Horseshoe Project signals, pump stations, curb and gutter, sidewalks, pipelines, structures, road rehabilitation, reservoirs, and bridge retrofits.Additionally, we have significant expertise in City facility construction, including fire stations, police department facilities, community centers, libraries, and city hall facilities. Our experience extends to tenant improvements (TI), office and building renovations, structural retrofits, new building construction, security and fire system modifications, and MEP upgrades. Unique Qualities SYRUSA offers an experienced background in design-build and design-bid-build project delivery methods across California. Our team is highly skilled in project phasing and staging, ensuring seamless coordination to mitigate conflicts and minimize disruptions to local traffic and residents. With expertise spanning pre-construction planning through final close-out,we provide proactive risk management and quality assurance to meet the City's contract requirements efficiently. SYRUSA is knowledgeable in construction software like Virtual Project Manager(VPM). Overall Benefit to the City With SYRUSA,the City of Huntington Beach will gain a highly experienced team capable of providing on-call construction management, inspection, materials testing, and labor compliance services from pre-construction through final inspection. Our firm offers in-house technical consultation at no additional cost, ensuring the City receives expert guidance and support throughout the duration of the contract. SYRUSA is committed to delivering high-quality, cost-effective solutions that enhance project efficiency, maintain compliance, and support the City's long-term infrastructure goals. t SYRUSA�`a EN-I^«M:C., Section D. 8 of 16 1103 `qF\fit{TL'6T�B .-; '1 City of Huntington Beach '%I Request for Proposal for c„b4TT"`,- On-Call Construction Management, Materials Testing, and Inspection Services Our firm is pleased to submit a proposal to provide on-call construction management, materials testing, inspection, and labor compliance services for the City of Huntington Beach's Public Works Department. Understanding of the Services SYRUSA has included four tables below, one for each service category to explain our understanding of the on-call contract requirements. In each table, we listed the required tasks listed in the RFP and included a list of deliverables that our staff will provide throughout the project duration. Tables below are as follows: • Construction Management Task and Deliverables Table • Construction Materials Task and Deliverables Table • Inspection Task and Deliverables Table • Labor Compliance Task and Deliverables Table SYRUSA aif Section D. 9 of 16 1104 j City of Huntington Beach r! ' Request for Proposal for `�.1 i,..,;,% On-Call Construction Management,Materials Testing,and Inspection Services Construction Management Tasks & Deliverables No. Topics Required Project Tasks SYRUSA's Deliverables 1 Constructability Third-party •Create a log with comments from the constructability review to be Review constructability review provided to the City before going out to bid for construction,identifying of the project plans and potential issues that should be avoided to save time and money.Any specifications prior to problems will be identified and noted in this log. the preconstruction conference. 2 Project Permits Review project permits. •Create a project folder containing supporting permit documentation such as drawings,calculations,and construction timelines. •Create a Tracking system Log for both City and external permit status. 3 Pre-construction Managing pre- •Draft an agenda with special concerns and conduct pre-construction Meeting construction meetings. "kick-off meeting." • Produce Meeting Minutes 4 Coordination Coordination of project •Prepare reports and documents,as necessary,for City review and action activities for City to update City staff,utility companies,and other stakeholders with on- going construction updates and communicate anything that requires their attention. 5 Record Keeping Maintain at the • Upload digital files of all contracts documents including:drawings, consultant's local office specifications,addenda,change orders,shop drawings,product data, all project records. 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. •Create and maintain a records management matrix outlining the categories for the documents for more streamlined filing. • Use Caltrans UFS for filing all project documents such as contracts, drawings,and specifications. •SYRUSA will keep a digital archive of all the project files and update in a continuous basis. 6 Weekly Status Provide weekly status •Weekly status reports provided to the City with summary-level Reports reports to the City as construction progress,challenges,and questions. required. •Create a digital filing system log to track RFIs and submittals. •Track and report on the project's cost status 7 Test Reports Quality Assurance of • Maintain a log of Laboratory test report findings,status and follow-ups Review materials and with Resident Engineer. equipment •Collect and examine laboratory/field test results,verifying that concrete ,steel,asphalt materials meet project requirements. •Coordinate with Resident engineer by discussing any discrepancies in lab findings versus design expectations.Agree to material substitutions to meet standards,if necessary. SYRUSA*# V.C.E1 I'C.NC 1105 City of Huntington Beach Request for Proposal for On-Call Construction Management,Materials Testing,and Inspection Services No. Topics Required Project Tasks SYRUSA's Deliverables 8 Project Provide project •Create Project Update Reports that summarize the project progress, Management and management and milestones,and any issues encountered. Project Updates project updates to the • Use the Virtual Project Manager(VPM)to follow City's protocols on data City for each assigned entry,document submission,and reporting updates. project. •Use the Excel-based tracking database to retrieve project information (e.g.,logs,payment applications,working day statements)and analyze progress. • Use the City's internal tracking system(PTS)on an on-needed basis while engaging with the necessary while coordinating with the City to confirm any necessary approvals before submitting project updates. 9 Compliance Monitor contractor and • Receive,review,and maintain contractor's certified payrolls. Ensure Monitoring subcontractor contractors are properly uploading certified payroll records to the portal. compliance with State •Conduct spot interviews with employees on the project labor law and •Daily reports listing employee,labor classifications,hours worked,and paperwork equipment on project requirements. • Maintain 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. •Create a Labor Compliance Tracking Matrix,which tracks upcoming interviews,employees interviewed,and any non-compliant findings. 10 Construction Administer the •Administer Construction Contract for compliance with project Plans and Contract construction contract. Specifications as well as Caltrans Standard Plans and Specifications. Administration •Contract documentation categorized by cost,scope,schedule,key milestones,delays and resolutions. 11 RFI Manage incoming • Project folder containing Requests for Information(RFIs)for SYRUSA to Contractor Request-for- administer,review,respond,and track. Information(RFIs). •Creating a RFI Tracking Log,listing all RFIs on the project,summarizes the reason for the RFI,and action items. 12 Weekly Progress Conduct weekly •Conduct weekly construction progress meetings with stakeholders such Meetings construction progress as contractor,subcontractors,City staff,design engineers,sub-consultants, meetings. affected outside agencies,general public,business owners,other consultants,etc. • Discuss matters such as procedures,progress,problems,and scheduling. • Provide meeting minutes containing the key discussion points of the meeting. •Action items list that will be discussed at the weekly progress meetings dealing with construction procedures,progress, problems,and scheduling. 13 Inspections Coordinate and •Create Daily Reports of construction inspection,showing quantity monitor all inspection calculations examining construction work to achieve compliance with activities. project plans and contract documents. 14 Coordination with Meet with general •Create a Records of Concerns Log containing construction noise General Public public as needed. complaints,traffic impacts,or accessibility issues. If any, notify City staff of issues brought up by the general public and support the city with outreach and communication. SYRUSA, 1106 (:- City of Huntington Beach { Request for Proposal for On-Call Construction Management,Materials Testing,and Inspection Services No. Topics Required Project Tasks SYRUSA's Deliverables 15 Submittals Receive and process all • Review submittals and respond in a timely manner. submittals to the •Shop drawings,project data,and samples submittals filed within the design engineer for project records database. review. •Create an Excel spreadsheet that logs and tracks submittals to help expedite the processing and approval of submittals. • Establish and implement procedures for expediting the processing and approval of submittal. 16 Submittal Review Coordinate submittal • Review submittals and respond in a timely manner. review with design •Coordinate with design engineer for submittal reviews by prioritizing engineer on an as critical reviews,facilitating communication between the contractor and needed basis. the design engineer,and ensuring specifications compliance by verifying the submitted materials and designs meet project standards. 17 Coordination with Coordinate with the •Coordinate with the City Engineer and other departments including City Staff City Engineer and other outreach,building,transportation,and public works departments. city departments. 18 Claims Document all claims •Create a Log of claims for account records containing supporting Documentation and maintain for evidence such as reports,photos,correspondence,detailed records that account records. are accessible for review. •Provide all necessary documentation to the appropriate City staff and other stakeholders. 19 Traffic Control Implement project's • Perform weekly review for conformance to approved plans and address Plans traffic control plan. all elements of the traffic control plan that are non-compliant. 20 Surveying Coordinate and • Ensure that survey information is saved for project records. schedule construction •Create a Survey Schedule Tracker spreadsheet used to coordinate and surveying. schedule survey activities. 21 Construction Coordinate testing •SYRUSA will coordinate with the materials testing consultant,who will Materials Testing requirements and conduct testing under the required certified laboratories and provide any scheduling of material testing reports and logs to confirm materials used meet quality and testing. specification standards. 22 Project Schedule Review and analyze the •Create a work progress-tracking matrix when working with the contractor's cost- contractor by comparing actual work completed against the baseline loaded/resource- schedule and logging all delays or inefficiencies. loaded baseline project •Analyze the baseline project schedule to identify key activities directly schedule. impacting project duration.Analyze the contractor's 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 the contractor,weekly,to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress pay requests. SYRUSA#rf' 1107 t`; / 11" i. City of Huntington Beach Request for Proposal for •gf On-Call Construction Management, Materials Testing,and Inspection Services No. Topics Required Project Tasks SYRUSA's Deliverables 23 Construction Manage construction •Track project budget and manage contingency balance. Changes changes and change • Evaluate&recommend scope changes based on site conditions, orders. unforeseen challenges,and opportunities for efficiency improvements. Provide data-driven justifications to the 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. •Create and maintain a detailed log of all change requests,approvals,and implementation progress to support accurate reporting and future project decisions. 24 As-Built Project Oversee contractor •Create an As-Built Schedule Tracking Log that tracks updates to the Schedule maintains"As-Built" project schedule,lists changes,and any approval status. project schedule. 25 Contractor Manage Contractor's • Review Payment and approve the contractor's monthly progress based Payments payments. on the percentage of work activity completed for that month.Create a tracking system Logging the cost of each bid item,all submitted payment applications,approval status,amounts being process each month,and upcoming payment dates. • Review pay requests. • Provide recommendations for contractor's payments. 26 Project Transition Coordinate the •Obtain manuals and equipment documentation transition for beneficial •Create a Beneficial Occupancy Transition Plan containing a final occupancy. inspection report,transition meeting minutes,occupancy readiness checklist,documentation,etc. 27 Training Sessions Coordinate training •Coordinate with vendor and city to receive training. sessions required for City staff. 28 Coordination Conduct regular •Work with the City's outreach team. Meetings coordination meetings •Stakeholder Coordination Meeting Documentation containing meeting with property owners agendas,meeting minutes,and an action items list. and business owners. 29 Construction Provide project • Produce and share meeting minutes from coordination meetings. Closeout closeout services. •Administer and coordinate final inspections. • Coordinate the correction and completion of the work. •Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of final payment due prime contractor. • Obtain evidence of certification of all lien releases. •Assist City with filing the project"Notice-of-Completion"(NOC). •Secure and transmit to City,required guarantees. • Issue the notice of substantial completion and process the notice of completion. • Coordinate any startup requirements. • Deliver all equipment manuals,special equipment,spare parts,catalogs, and other materials required by specifications. • Collect all as-built data from contractors or consultants. • Make recommendation for the release of retention. • Provide construction management documents and records to the City. ask SYRUSIX 1108 City of Huntington Beach Request for Proposal for kArtv On-Call Construction Management,Materials Testing,and Inspection Services Construction Materials Testing Tasks & Deliverables No. Topics Required Project Tasks SYRUSA's Deliverables Testing Conduct required •Conduct all required materials testing per Caltrans Standard Specifications testing. and Project Special Provisions. 1 •Create a Testing Log&Report Tracker,which logs all project tests performed and also lists their dates,locations, results,and compliance status. QAP and Caltrans Perform materials •Conduct Samples and Tests on proposed materials before use to ensure Construction testing in accordance compliance with project specifications. Manual with the City's QAP and • Provide for initial"Samples and Tests"on materials proposed for use in Caltrans Construction the project following established guidelines from the City's Quality Manual requirements. Assurance Program(QAP)and Caltrans Construction Manual,ensuring 2 proper testing procedures. •The firm shall provide for"Acceptance Tests"on materials that will be incorporated into the work with sampling beginning as soon as material is delivered or in place.Sampling will continue as work progresses. •Create a Sample&Test Log spreadsheet that tracks all collected samples,test results, locations,and compliance status. Materials Testing Conduct all materials •All sampling and testing will be done by accredited personnel and testing in a Caltrans laboratory.Proof of the appropriate accreditation shall be submitted for Certified Laboratory,or approval by the City. equivalent. •SYRUSA will conduct the testing under the required certified laboratories 3 and provide any testing reports and logs to confirm materials used meet quality and specification standards.SYRUSA will submit proof of accreditation to the City. •Create an Accreditation Documentation Package that includes a compiled submission of laboratory certifications,accreditation proof,and personnel qualifications for City approval. Density Testing Conduct density •Create a Technician Qualification&Certification Package: 4 testing. Documentation of technician credentials and certifications to meet ASTM requirements. Concrete Testing Provide ACI-certified •Create a Technician Certification&Qualification Documentation 5 technician for concrete containing proof of ACI certification,credentials,and relevant experience testing. for compliance verification. Compression Perform compression •Create a Compression-Testing Report that contains the concrete Testing strength tests on strength test reports,ensuring the concrete used meets compression 6 concrete cylinders. strength requirements and is in accordance with ASTM C39 for bridge structure concrete. Test Results Documenting Test •Create a Testing&Sample Record Log spreadsheet that tracks all Results samples,test results,testing procedures,and compliance status. •Cite applicable contract requirements,test procedures,and analytical methods in each test result. •Provide actual results with a statement confirming whether the tested 7 item meets specified requirements. •Ensure test results are signed by an authorized lab representative and submitted to the City. SYRUSA���' 0142NELMG.tna 1109 f t City of Huntington Beach ;,-- Request for Proposal for , = On-Call Construction Management, Materials Testing,and Inspection Services No. Topics Required Project Tasks SYRUSA's Deliverables Testing Plan and Maintain a Testing Plan •Create a Testing Plan Document report which outlines testing Log and Log. procedures,standards,frequencies, responsible personnel,and quality assurance measures. •A testing plan and log shall be maintained to record the date the test 8 was conducted,the date the results were forwarded to the Engineer,and remarks that an Engineer approved testing laboratory was used.This will allow transparency in testing procedures and help track the progress of material approvals. Rework Items Maintain a rework •Create a Rework Log&Tracker spreadsheet,detailing a list tracking work items list of work items requiring rework,responsible parties,deadlines,and completion 9 performed that does status. not comply with the • Ensure the Contractor is responsible for including on this list items Contract. needing rework including those identified by the Engineer. Maximum Density Perform density tests. •Create a Field Density Test Log spreadsheet,documenting test locations, 10 Testing dates,methods used,and results obtained. Samples and Tests Maintain records of all •Maintain permanent records of all samples and test results in project Records samples and tests in files,including documentation of materials with failing tests. 11 the project files as • Document in the project files all materials incorporated into the project, permanent job represented by failing tests. records. Transportation Select the most •Create a Transportation Cost&Efficiency Report,outlining Mode Selection economical mode of transportation decisions,cost analysis,and justification for selected 12 transportation modes. available. Project Submit a Materials •Create a Materials Certification Memorandum sent to the Public Works Certification Certification Contract Administrator,detailing materials used,compliance status,and Memorandum upon any non-conforming materials. 13 completion of the •File a copy of the memorandum in the job files while noting all non- project. conforming materials on the memorandum such as materials accepted at reduced pay factors. Materials A California licensed •The materials certification memorandum signed by a California license Certification engineer shall sign the engineer. 14 Memorandum materials certification memorandum. Reporting Non- Reported any Non- •Create a Non-Compliance Incident Report,which is a detailed report Compliant Results Compliance results to outlining non-compliant findings,impact assessment,corrective actions 15 the City's Project taken,and documentation of discussions with the City. Manager and City •Report all non-compliance material test results to the City within 24 Project Inspector. hours of sampling. SYRUSA= 1110 e City of Huntington Beach j Request for Proposal for On-Call Construction Management,Materials Testing,and Inspection Services Inspection Tasks & Deliverables No. Topics Required Project Tasks SYRUSA's Deliverables 1 Construction Review contract •Create a Construction Documents Review matrix that lists and Documents documents,plans and categorizes required material to be reviewed. Review permits. 2 Pre-construction Attend the pre- • Prepare agendas for pre-construction meetings. Meetings construction meetings. • Develop meeting minutes,summarizing key meeting decisions and listing all action items. 3 Noticing Monitor and enforce •Create a Construction Notice Compliance Log spreadsheet that tracks Requirements construction noticing any notice distributions,responsible parties,required posting dates,and requirements. verification of compliance for SWPPP and other measures. 4 Field Diaries Maintain field diary •Create and maintain a field diary that includes equipment,labor and (bound workbooks) materials,a cumulative record of quantities constructed,daily and weekly during construction. reports,working day reports,change order documentation,photographs, and other documentation. 5 Fugitive Dust Monitor the •Create a Contractor's Dust Control Plan log spreadsheet,which will list Control Plan& contractor's fugitive any non-compliant dust occurrences,mitigations,and dates any non- Haul Routes dust control plan. compliance might have occurred. • Ensure the Contractor is using approved haul routes and are maintained clean. 6 Construction Ensure compliance with •Create a Non-Compliance Tracking Log spreadsheet that lists any non- Contract the construction compliance. Compliance contract. • Ensure compliance by continuously monitoring,evaluating,approving or rejecting the contractor's work in accordance with the approved construction contract documents 7 Contractor's Work Determine that the • Require special inspection or testing,or make recommendations to City Contractor's work is regarding special inspection or testing of work not in accordance with the done following contract provisions of the contract documents whether or not such work is document fabricated,installed or completed. requirements. 8 Photo Records of Provide and maintain a • Photos will also be taken of the following: 1.City-furnished equipment; Project digital photographic 2.Showing existing conditions prior to construction;3. Disputed work history of the progress items;4.Work that has to be duplicated,replaced,or removed;5. of the project. Completed work;6.Extra Work •Create a Photo Tracking spreadsheet,which will categorize all photographs by date,location,etc. 9 Recording Record the progress of • Develop a comprehensive daily reporting spreadsheet that tracks Construction Work the project. weather conditions,contractor and subcontractor activities,equipment Progress usage,worker attendance,and progress milestones,ensuring thorough documentation for project oversight. •Create and 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,including information on contractor and the entire project,and showing percentages of completion. •Daily Reports will be detailed enough to support Time and Material payments for the contractor's work in case of future disputes. r SYRUSA OIGI LIANC.Mi 1111 �? City of Huntington Beach 1 - _ Request for Proposal for , On-Call Construction Management, Materials Testing,and Inspection Services No. Topics Required Project Tasks SYRUSA's Deliverables 10 Plans with Maintain one set of •Set of project plans:Mark field changes and corrections directly onto a Markups Showing plans with markings set of plans using red ink and update that set of plans throughout the Field Changes and dimensions in red project as needed. ink to denote field changes or other corrections. 11 Permits Maintain copies of all •Create a spreadsheet listing the copies of permits and certifications permits. needed to construct the project. • Enforce special project requirements by verifying contractors'adherence to permit conditions and regulatory standards,preventing potential compliance issues. No. Topics Required Project Tasks SYRUSA's Deliverables 1 Inform Contractor Inform contractor of •Create Meeting minutes summarizing key points and action items from of Wage wage requirements. the pre-construction meeting. Requirements •During the preconstruction meeting,address prevailing wage requirements,reporting,and applicable wage determinations to prevent misunderstandings and ensure compliance from the start. 2 Compliance Provide Davis-Bacon& •Create a Non-Compliance Tracking Spreadsheet that will list any non- Monitoring and/or State Wage compliance compliance. Reporting monitoring and/or reporting. 3 DIR Respond to DIR •Create a DIR inquiries tracking/requests spreadsheet listing any Inquiries/Requests Inquiries/Requests necessary action and required documentation. 4 Miscellaneous Provide administrative, • Develop a Services Tracking Log,a spreadsheet designed to organize and Services clerical and categorize pending action items along with their corresponding services. investigative services, from pre-bid through project closeout. 5 Certified Payroll Review contractor •Organize a labor compliance meeting that will discuss requirements, Reports submitted payrolls for submittals,expectations,and review submitted certified payroll records accuracy. (CPRs)for compliance with the applicable wage rates and draft meeting minutes with summary key points and any action items. • Receive,review,and maintain contractor's certified payrolls. Ensure contractors are properly uploading certified payroll records to the designated portal. 6 Site Questionnaires Perform site •Conduct on-site inspections to assess working conditions,wage investigations during payments,and employer compliance with California Labor Code and Davis- the course of the Bacon regulations. construction contract. SYRUSA•' , R.C.( 1112 Not To= City of Huntington Beach 19;-F4 ` Request for Proposal for c``i `tG On-Call Construction Management, Materials Testing, and Inspection Services No. Topics Required Project Tasks SYRUSA's Deliverables 7 Resolving Non- Coordinate with • Create and maintain a spreadsheet that lists any non-compliant issues, compliance Issues California DIR in the involved parties,and action items corrective actions. resolving non- compliance issues. 8 Final Report Submit a final report to • Create a final report summarizing any identified discrepancies and the City upon resolutions to those discrepancies affecting the project. Include supporting completion of each documentation,such as compliance records,corrective measures,and project. relevant communications. 9 Compliance Defend certified payroll • Create a Payroll Record Archive,which is a project folder containing a Monitoring and/or audits if conducted by collection of digital documents such as certified payroll records,wage Reporting controlling agency. rates,and timekeeping logs for audit verification. Schedule Control Environmental Communication Cost Control and Quality t•ali Diligent Compliance (.'.1 Effective Contract Change Z. Expertise in /7\ management A Proactively •QC� communication Orders im providing the v of the schedule �1 managing the at key intervals 0 Resolving means to control and appropriate I environmental keeps City of Irvine * design and and measure construction activity compliance process informed without construction characteristics, results in expeditious significantly reduces creating issues before finalizing techniques, and high-quality impacts to the "information contract documents activities that sustain completion. schedule. overload." reduces contingencies and result in high levels and improves bidding of construction quality. climate. lik SYRUSA 1113 l;;yttkLJ0 c�,��s�� �f/�" 's= City of Huntington Beach '"'`Atiiiir, Request for Proposal for Nfoural - On-Call Construction Management, Materials Testing, and Inspection Services 5. Relevant Experience Supporting DB and/or PDB project delivery SYRUSA possesses experience in alternative project delivery methods including Design-Build, Construction Manager General Contractor (CMGC) also referred to as CMAR and Design Sequence. We have acquired alternative delivery projects experience through the following projects: 1-10 Express Lanes Design Build Project, San Bernardino County Transportation Authority: • Owner: San Bernardino County Transportation Authority (SBCTA) " fir, - Y ..�.._. • Delivery Structure: Design Build . • Role: Construction Manager, Structures Manager, - �� Project Manager, Inspectors �.$,- . '_ �. ~=- • Lessons Learned: Ensure TCEs have been agreed ' � � 4‘4.s.., for the entire duration of construction, not just design phase. • Mount Vernon Viaduct Bridge: • Owner: San Bernardino County Transportation f Authority (SBCTA) .- • Delivery Structure: Design Build 111;11 1� saii,�a 4;mourn un mfr. • Role: Inspectors '` .,.,�� • Lessons Learned: Have third party agreements prior d l>•i ' ,` � IiI ' , i- yr 1 i 1 A •1 1/' to construction. SYRUSA=) l,L,ilPAC-NC Section D. 10 of 16 1114 oetmr+°ra City of Huntington Beach 1 y " ` '"iQ i Request for Proposal for cF`0U"` `"f/ On-Call Construction Management, Materials Testing,and Inspection Services SR-91 Express Lanes: • Owner: Riverside County Transportation .ZiI}%1....,�MOV 3. ONLY w�,. Commission (RCTC) 1vi.ii,� eels. .+' 10-ir:'» :i. • Delivery Structure: Design Build I' a • Role: Construction Manager, Inspectors .� tom, : All • Lessons Learned: Conduct Community - I 11.' i w I �•1- 49 Outreach sharing Traffic Handling Plan during construction. DBMA#5 Katella Substation: • Owner: City of Anaheim • Delivery Structure: Design Build ., r=""'�'_ ` • Role: Project Manager, Construction Manager • Lessons Learned: Ensure prime self performs t " '- `0 .1,',* . at least 51% of construction work. DBMA#6 Edwards Utility Complex: • Owner: City of Anaheim -,—'� 4 ii '-. . ,rr.;,_,. r ....r . • Delivery Structure: Design Build ---" • Role: Project Manager, Construction Manager . .°` w i • Lessons Learned: Ensure prime self performs °a at least 51%of construction work. 5 SYRUSASection D. 11 of 16 1115 T(_ City of Huntington Beach Request for Proposal for On-Call Construction Management, Materials Testing,and Inspection Services 1-215 at Barton Road: • Owner: San Bernardino County Transportation Authority (SBCTA) _ • Delivery Structure: Construction Manager General Contractor (CMGC) • • Role: Construction Manager, Inspectors g p • Lessons Learned: High burn rate of project support ' t budget during design, leads to less additional cost in construction. US-395/SR-58 at Kramer Junction: • Owner: Caltrans • Delivery Structure: Construction Manager General Contractor (CMGC) 'r' • Role: Construction Manager, Inspectors •._ ; ,. • • Lessons Learned: Training to educate staff of alternate delivery methods. 91-60/215 Design Sequence: • Owner: Caltrans • _ , YxA • Delivery Structure: Design Build — • Role: Construction Manager, Inspectors ' 4 • Lessons Learned: Design team has to be able to � " + * _ •deliver. +� � ' 6. Resumes are included at the end of the proposal in the Appendix section. SYRUSA ` Section D. 12 of 16 1116 Preferred Staffing O�:' '�,sdF U 1. `9il) City of Huntington Beach SYRUSA Engineering -7',IZ Subconsultants 11 Or O C<`Co�N �P��`` Project Manager Project Manager Gerardo De Santos,PE, Construction Management Construction Manager Construction Manager Construction Manager Faisal Zahiout,PE,QSD Gerardo De Santos,PE,MS Robert Bersbach,PE,QSD Construction Manager Construction Manager Construction Manager Jose Corona,PE Luis Negrete,PE Ryan Vantine,PE Public Works Inspectors Materials Testing Public Works Inspector Public Works Inspector Twining Inc. Robert Bersbach,PE,QSD Noura Alayyan Project Scheduler Public Works Inspector Public Works Inspector CALIWORKS Ryan Vantine,PE Adriana Jimenez,QCSI Public Works Inspector Public Works Inspector ,.... Electrical Inspectors Ruth Bias,EIT Melanie Romero,EIT DESI Public Works Inspector Salvador Castenada — Labor Compliance DESI Section D.13 of 16 1117 yl± City of Huntington Beach �v�FCOU `4 J Request for Proposal for On-Call Construction Management, Materials Testing,and Inspection Services Understanding & Methodology A. Understanding of the City's objectives: One of the City's objectives with this on-call contract is to implement alternative project delivery methods including Design-Build (DB) and Progressive-Design-Build (PDB). SYRUSA Engineering brings extensive experience in alternative project delivery methods, as YRUSA is providing � . well as Construction Manager General Contractor (CM/GC) CONSTRUCTION experience. In addition to offering a full suite of construction MANAGEMENT 'IV management services, our firm's experience in these alternative SERVICES on Agmbh SBCTA's 1-10 Express Lanes DB delivery methods will ensure the successful completion of the project, valued at City's projects. $679 Million. In addition, our management team possesses expertise in Design-Build SYRUSA projects. Notably, Project Manager Jerry De Santos worked on the SR-22 successfully Design-Build Project, Orange County's first ever design-build contract on managed Caltrans' 1-15 CV. Kane Rest public right-of-way—adding HOV and auxiliary lanes across direction a 12- Area Project valued mile corridor. at $13M - a newly constructed vertical SYRUSA also possesses expertise in on-call contracts for Capital building. Improvement Projects for various public clients including the City of Anaheim, City of Irvine, Orange County Public Works, and the San Bernardino County Transportation Authority (SBCTA). Some projects our firm has managed include bridge, structures, utility improvements, and road rehabilitation work, with individual project values ranging from $100,000 to $5 million. SYRUSALvlak Section D. 14 of 16 1118 City of Huntington Beach `_., Request for Proposal for `0U`,n"= On-Call Construction Management, Materials Testing,and Inspection Services B. Innovative Solutions/Approaches: 1-15 CV Kane Rest Area Project: SYRUSA provided construction management services for Caltrans on the I-15 Clyde V. Kane Rest Area Project. . , it Ft R " Before construction, SYRUSA conducted site visits and -• 10,6 .' ' identified challenges including extreme weather fluctuations and remote location to concrete ready mix suppliers. Because 115 CV Kane Rest Area Project this extreme weather would affect what times some construction activities could be done, such as concrete pours, it opened a risk of schedule delays and budget increases. However, through meetings and general communication with the designer, SYRUSA helped update the special provisions and modified concrete requirements, recommended substituting that ice be mixed with the cement instead of water, thereby reducing project time and cost that would have been encountered as a change order and recommending set retarding admixtures to allow for the long travel times to the site. During construction, SYRUSA supervised construction work while some facilities remained open for public use. Some measures taken to allow for safe completion of the project during construction were the implementation of flaggers to direct traffic around the construction site and installing barricades to create physical barriers between pedestrians and/or traffic and the work. Auto Center Drive Grade Separation: The Auto Center Drive Grade Project, a $22 million Design- Bid-Build (DBB) initiative in the Cityof Corona, was �� ' successfully completed ahead of schedule and under budget. -Rgr Through SYRUSA's constructability reviews, $2 million in savings were achieved by strategically using retaining walls during the staging phase. SYRUSA's expertise in both City of Corona:Auto Center Drive Grade alternative and traditional delivery methods positions the Separation Project SYRUSA Section D. 15 of 16 1119 City of Huntington Beach Request for Proposal for On-Call Construction Management, Materials Testing,and Inspection Services firm to help the City of Huntington Beach mitigate cost overruns and eliminate schedule delays. Ultimately, this project was recognized with the CMAA 2017 Project Achievement Award for excellence in construction management. C. Client Satisfaction: SYRUSA aims at delivering the highest quality of client satisfaction to the City of Huntington Beach Public Works staff throughout the on-call contract duration by conducting the following services: Check- ins, audits, and surveys. Check-Ins: Project Manager Jerry De Santos will conduct periodic on-site check-ins with the construction staff, the City of Huntington Beach Public Works Department, and the project site. These check-ins will serve as a supplementary form of quality assurance to ensure that field activities align with project specifications, timelines, and stakeholder expectations, while also allowing for real-time issue resolution should it be required. Audits: Jerry De Santos will audit the performance of the construction project by analyzing project areas such as the construction schedule, as well as reviewing the project budget to find and correct inefficiencies that could cause time and money losses. Quality, if any flaws are discovered during these audits, SYRUSA will prescribe timely corrective actions to minimize cost overruns and delays. Surveys: Project Manager Jerry De Santos will conduct periodic surveys with the City of Huntington Beach's Public Works staff involved with the on-call project to determine client and stakeholders' satisfaction throughout construction while hearing out any concerns and providing corrective measures in aspects of the project that do not meet expectations. Any areas of dissatisfaction will be addressed through corrective action plans. SYRUSA/EL " r: �'^,Er,. ,,.,r. Section D. 16 of 16 1120 p a 'rqr'. ... ' * r ,. .11 , ,,, A s , _ . �_.w� ; fig. i +' 1 Ii..... •* . *, t 4 . ' i • .4, 14 4 t • + I .**i a 6), A'y e t 3 I 0. 1 +' i1 �x Ft�� ,. � #d 41 ti ° • �' dad —4,4 ,� • k ,, i t,t," , I : ''' ltd.T.::., ,1_..,,iirl* I, _Irci, 111:$ I ,N. .1 ask s: • j 1 g� t r mom. 4,if ,. c ,,,„.) „il :i 3 if i� ' : t li f $:112110 ... r' _:': t tom, 4 tad' 1:211111 immotio. + 'f a 1 �; I _i i —, __ . :' _, i . f ,4,„„ '''''0 II. 1 '4, '. 4** IIII 1-41(f) '' ; • Y z I i*, , t ": is garip t � r i 1 i 4. 44 1 tl .„. , , i • 4, .1: ' . • +� + t A � } +. It a • o i s Al .., , '' t 1 + 9 t { x .•` t 1 t x ' tt , , 5 t.. t‘ 13_ ' i JIN _ . g IEV:' '1,4 . ' " � r. f`_- Firm Gerardo (Jerry) De Santos, PE SYRUSA Engineering,Inc. Years with Firm/Total Project Manager 25/2 Education Mr. De Santos has 25 years of diverse engineering experience that includes Planning,Local • MS,Civil Engineering, Assistance,Design,Construction and Maintenance.Roles include,managing large complex University of Irvine,CA, structure projects,Clean CA Statewide Coordinator,Tunnels and Tubes Director in the Bay June 2001 Area,District Director in Orange County.As a subject matter expert,teaching the Caltrans Certifications/Registrations Winter Training Falsework Class in 2006, Foundations Class in 2015 and 2020,developing and • Civil Engineer in presenting the Caltrans Falsework Academy,sponsor of the Caltrans Foundations Technical California,No.C62363 Team and a 17-year faculty member at Santa Ana College Division of Science,Mathematics, Professional Associations and Health Science in the Department of Physics and Astronomy.With his communication • Member of ASCE and soft skills has served as Cubmaster for four years and Scoutmaster for four years Expertise developing future leaders in our community. • Structure Experience Mr. De Santos has a wealth of knowledge,skills,and experience in delivering complex • Excellent agency projects and successfully collaborating with many different internal and external coordination skills stakeholders,with his natural ability to bring people together and find solutions.Jerry has • Managed multiple current certifications of 8 hours Cal/OSHA safety training and current Defensive Driving, projects/large staff along with First Aid Certified. simultaneously RELEVANT PROJECT EXPERIENCE STRUCTURE MANAGER 1 1-10 Express Lanes DB I SBCTA I Construction Value:$679 M I Duration on the Project: 09/2023—current Project includes 8 replacement bridges and widening 16 existing bridges,20 miles of new retaining walls, update existing storm drain systems,adding two express lanes,improving existing on and off ramps,enhance traffic striping to accommodate new car technologies. Mr. De Santos responsibilities include but not limited to review and authorize of construction submittal,RFIs,supervised field inspectors,project audit,monitor testing,coordinate between Caltrans structure design and DB contractor design,and oversee the As Built. AREA CONSTRUCTION MANAGER 1 91/15 Design Build Express Lanes North Direct Connector' Caltrans District 81 Construction Value:$165 M 'Duration on the Project:08/2021—03/2022 Project included tolling lanes systems, multiple flyovers,bridge replacement,landscaping,utilities,multiple sound walls, various type of retaining walls,HMA and PCC pavement,traffic signals,street improvement,drainage systems,and multiple ramps realignments.As manager for the structure work,he lead and managed the inspection team and agency coordination. AREA CONSTRUCTION MANAGER 1 1-15 Express Lanes Design Build 1 Caltrans District 81 Construction Value: $255 M [Duration on the Project: 12/2018—08/2021 Project consist of 21 bridges and 16 sign structures.Adds toll lane and improvements,tolling system,subgrade preparation, drainage systems installation,concrete barriers,traffic signs, HMA/PCC pavement,striping,and traffic control. Responsible for leading and managing the inspection team,resolving issues and acceptance of the project. AREA CONSTRUCTION MANAGER 1395/58 Kramer Junction Expressway 1 Caltrans District 81 Construction Value:$191 M (Duration on the Project:09/2017—11/2020 This CM/GC project widens SR-58 expressway to 4 lanes,realigns roadway, provides grade separation at railroad crossing, includes new pavement,widens median,improve traffic safety,and increase volume of oversized vehicles. Mr. De Santos'was responsible for managing his first of the six CM/GC pilot program projects.Leading and managing the contract administration and inspection team. AREA CONSTRUCTION MANAGER 1 1-215 Widening 1 Caltrans District 81 Construction Value:$632 M 1 Duration on the Project:04/2009—04/2012 Project is a major corridor that connects residents,motorists,visitors,and goods movement in Southern California.The project adds a general use and carpool lane in both directions between 1-10 and SR-210 and an auxiliary lane from approximately SR-210 to just south of University Parkway.Mr. De Santos'responsibilities include leading and managing the administration and inspection of the project and providing technical support with the innovative construction methods, customer service to multiple agencies and achieving final acceptance. 1122 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JUNE28, 2001 LICENSING DETAILS FOR: 62363 EXPIRATION DATE NAME:DE SANTOS,GERARDO SEPTEMBER 30, 2025 LICENSE TYPE:CIVIL ENGINEER CURRENT DATE/TIME mgisSTATUS:CLEAR JANUARY 28,2025 5415 ROANOKE AVE 12:23:41 PM YORBA LINDA CA 92887 ORANGE COUNTY 1123 Firm Faisal Zahlout PE, QSD SYRUSA Engineering, Inc. 1 Years with Firm/Total Construction Manager 31/14 Education Mr.Zahlout has over 30 years of civil engineering experience in Structure Construction, • M.S.,Civil Engineering, design,construction management and inspection of heavy civil projects. Mr.Zahlout California State University served as Caltrans Senior Bridge Engineer for the I-10 and 1-215 corridors in San Fullerton, CA-January 1997 Bernardino. Mr.Zahlout served the Riverside,San Bernardino,and Bishop Counties as Certifications/Registrations Senior Bridge Engineer Specialist for Caltrans District 8 and 9 where he provided training • Civil Engineer in California, and guidance for the office of structure construction and conducted record reviews for No. C60920 all projects regarding the structures. He served as vocal point for constructability review • Qualified SWPPP Developer, related to structures for district 8 and 9. He coordinated and participated in value No.21767 analysis study for structure related aspects and served as contact structure engineer for Professional Associations encroachment permits in district 8 and 9. He also specializes in falsework for all • Member ASCE temporary structures and shoring review. Mr. Zahlout was an instructor for the 2003 Expertise Winter Training regarding trenching and shoring for the office of Structure Construction • Structure Experience in Caltrans. Mr.Zahlout was a member of the Substructure Committee for the office of • Qualified SWPPP QSP/QSD structure construction.Also, he is a former faculty member at CSUF,where taught • California State University— construction classes. Faisal has current certifications of 10 hours Cal/OSHA safety Fullerton adjunct professor training and current Defensive Driving. Civil Engineering RELEVANT PROJECT EXPERIENCE • Provided technical training for Caltrans and OCPW STRUCTURES REP I 1-10 Truck Climbing Lanes I SBCTA I Construction Value: $39.5 M I Duration on the Project:01/2024—current This project is adding a truck climbing lane along eastbound 1-10 in the City of Yucaipa from the 16th Overcrossing Bridge to 0.2 mile east of the County Line Road Undercrossing Bridge by paving the existing 1-10 median. Mr.Zahlout's responsibilities includes reviewing and approving all submittals, monitoring daily activities, RFIs. STRUCTURE MANAGER/CLAIMS SUPPORT I 1-10 Design Build Express Lanes I SBCTAI Construction Value: $679 M I Duration on the Project:04/2020—12/2024 Project includes 8 replacement bridges and widening 16 existing bridges, 20 miles of new retaining walls, update existing storm drain systems,adding two express lanes, improving existing on and off ramps,enhance traffic striping to accommodate new car technologies. Retaining walls types are type one,soil nails walls,soldier pile walls,tie back walls. Mr.Zahlout is providing claims resolution support. STRUCTURE REP/RE I Cenda Ditch/Mountain Pass Bridge Replacement I Caltrans District 81 Construction Value: $11 M I Duration on the Project: 03/2016—08/2017 The Mountain Pass Project which included replacement of Cenda Ditch Bridge Left and widening of Wheaton Wash Bridge Left. Project is located within environmentally sensitive area. Mr.Zahlout responsibilities include but not limited to monitoring the bridge construction, review,and approval all submittals. ASSISTANT STRUCTURE REP I Barton Road OC Bridge Replacement 1 Caltrans District 81 Construction Value: $55 M I Duration on the Project:05/2018—09/2018 CM/CG project consists of replacing Barton Rd OC with new and higher bridge, multiple retaining walls and barriers, improvement to surrounding streets to improve traffic movement,utility upgrades,on and off ramp improvements to enhance movement of travelers on 1-215. Faisal was responsible for reviewing submittals, RFIs,supervising field inspectors, agency/contractor/utility coordination, and managing daily activities. STRUCTURE REP I Auto Center Drive Grade Separation I City of Corona I Construction Value:$22M I Duration on the Project:07/2013—11/2015 Project includes$22 million construction of a new overhead bridge to separate BNSF's tracks from Auto Center Drive; improvements to the surrounding area,the Metro Station,and all utilities located within the project limits. Mr.Zahlout was responsible for all construction activities, including complex staging,coordination with multiple utilities and agencies,and field inspections. 1124 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JULY28, 2000 EXPIRATION DATE LICENSING DETAILS FOR: 60920 NAME: ZAHLOUT, FAISAL DECEMBER 31, 2026 LICENSE TYPE:CIVIL ENGINEER CURRENT DATE / TIME LICENSE STATUS: CLEAR ADDRESS APRIL 25, 2025 9:10:7 AM 255 W. CENTRAL AVE. STE 204 BREA CA 92821 ORANGE COUNTY 1125 CERTIFICATE OF TRAINING CALIFORNIA CONSTRUCTION GENERAL PERMIT QUALIFIED SWPPP DEVELOPER (C SD) AND OiJALIFI ED SWPPP PRACTITIONER (Q P) Faisal Zahlout Jan 05, 2024 - Jan 15, 2026 Certificate #21767 California Stormwater Quality Association and CA SQA California Construction General Permit Training Team t tUUiI U -"T' 1126 Firm Jose Corona PE SYRUSA Engineering, Inc. 1 Years with Firm/Total Construction Manager 31/3 Education Mr.Corona has over 31 years of extensive experience in Structure Construction and • BS,Civil Engineering,Cal Construction Management.20 years of state service with the California Department of Poly Pomona, May 1991 Transportation, Division of Structures Construction,tenure included 9 years of Structures Certifications/Registrations Field Engineer,8 years as Senior Bridge Construction Engineer and one year as Area Bridge • Civil Engineer in Construction Manager in District 08 and 09 (San Bernardino and Riverside Counties).Key California, No.C57807 projects include the 210/15 interchange which consisted of 21 Bridge Structures, Professional Associations reconstruction of the La Cienega and Venice Over Crossings in Los Angeles,Senior Bridge • N/A Engineer for the construction 210 Corridor from the LA County line to Rialto with SANBAG as Expertise responsible charge for all the consultant contracts including the Bridge retrofits in District 08. • Extensive Bridge Other experiences include roadways,streets,street lighting, drainage channels,drainage Experience structures,shoring,falsework, bridge demolition,temporary supports,storm drains, pump • 100's of miles of stations and sanitary sewers. Extensive experience in federally funded projects as it relates to Roadways managed compliance and documentation requirements, as well as funding reimbursement. Broad experience in project coordination with Caltrans, Utility companies, Railroads,cities,state agencies, and private property owners.Jose has current certifications of 8 hours Cal/OSHA safety training and current Defensive Driving, along with First Aid Certified. RELEVANT PROJECT EXPERIENCE CONSTRUCTION MANAGER ( 1-10 Express Lanes DB 1 SBCTA I Construction Value: $679 M 'Duration on the Project:07/2021—current Work includes various complete bridge demos,bridge widenings, new bridge construction for CIP and precast girders, temporary shoring and falsework,temporary utility bridges, retaining walls,soil nail walls,JPCP,various types of drainage structures, 55 hour pavement operations,utility relocation, right of way acquisition and coordination with numerous cities and stake holders, and tolling stations.As Construction Manager Mr.Corona oversees the construction for the design build project. STRUCTURE REP 1 Streeter Ave GS Project 1 City of Riverside I Construction Value: $15 M I Duration on the Project: 2012—2015 Streeter Avenue Grade Separation project provides for the lowering of Streeter Avenue under the UPRR railroad tracks. The project scope includes the construction of two parallel bridges,one to carry Dewey Avenue traffic that parallels and is immediately adjacent to the tracks, and another bridge to carry UPRR/BNSF/Metrolink trains over Streeter Avenue. Jose was the Structure Representative from start to end,responsible for all road work/street realignment, bridge construction, railroad coordination, construction of pump station,ADA compliance, contract change orders, pay estimates, RFI and submittal review,project closeout, PR with stakeholders. STRUCTURE REP 1 Iowa Ave GS 1 City of Riverside I Construction Value: 'Duration on the Project: $13 M 2013— 2014 This project provided for the separation of a major arterial street from the BNSF mainline tracks within an industrial area of the city. Iowa Avenue was reconstructed to cross over the tracks, mechanically stabilized earth retaining walls were used to narrow the fill footprint of Iowa Avenue,and reconfiguration of utility facilities for the realignment of several street intersections.Jose was the Structure Representative from beginning to end, responsible for all road work/street realignment, bridge construction, railroad coordination, contract change orders, pay estimates, RFI and submittal review schedule review, ADA compliance,project closeout, PR with stakeholders. STRUCTURE REP 1 Magnolia Ave GS 1 City of Riverside! Construction Value: $18 M 'Duration on the Project: 2010—2012 This project involved constructing a railroad underpass at the Magnolia Avenue/Union Pacific Railroad (UPRR)at-grade crossing in the City of Riverside.Jose was the Structure Representative representing the city of Riverside Public works department responsible for all road work/street realignment, bridge construction, railroad coordination,contract change orders, pay estimates, RFI and submittal review,schedule review,ADA compliance, project closeout, PR with the stakeholders. 1127 AN BOARD FOR PROFESSIONAL ENGINEERS, 1 sSU cE DATE LAND SURVEYORS, AND GEOLOGISTS OCTOBER 3, 1997 LICENSING DETAILS FOR: 57807 EXPIRATION DATE MARCH 31,2026 NAME:CORONA,JOSE LUIS LICENSE TYPE:CIVIL ENGINEER CURRENT DATE/TIME A E$ESSTATUS:CLEAR MAY 21,2024 255 W.CENTRAL AVE#204 11:15:25 AM BREA CA 92821 ORANGE COUNTY 1128 Firm Luis Negrete, PE SYRUSA Engineering, Inc. Years with Firm/Total Construction Manager 24/2 Education Mr. Negrete has 24 years of experience on infrastructure construction projects. His • BS,Civil Engineering,Cal experience brings strong technical skills and engineering judgement to all projects, helping to State Sacramento, 1998 deliver on time and on budget, as well as the ability to manage multiple projects Certifications/Registrations simultaneously. He also has excellent leadership qualities and communication skills. Luis • CA,Civil Engineer, No. works well as part of a team or independently, as required of him. Luis's experience on 64949 highway and rail projects, includes excavation,backfill,drainage system, retaining walls, • Defensive Driving Training survey,concrete pour monitoring,falsework erection and removal,trenching and shoring, Certified stressing operation,CIDH piles and driven piles construction, profilograph and grinding,joint • 8 hr.Construction Safety seals installation,SWPPP,daily reports,field sampling, and monthly pay estimate calculation. Orientation Class Luis is ACI certified and has current certifications of 10 hours Cal/OSHA safety training, • Current Driver's License Defensive Driving,Confined Spaces,Temporary Pedestrian Access, CTM and First Aid. • ACI,CTM, First Aid RELEVANT PROJECT EXPERIENCE Professional Associations STRUCTURE REP/RE 1 I-15 Corridor Freight and Express Lanes I SBCTAI • N/A Construction Value:$535 M I Duration on the Project: 02/2025—current Expertise The 8-mile project from Cantu-Galleano Ranch Road in Jurupa Valley to just north of Foothill • Structure Experience Boulevard in Rancho Cucamonga will add express lanes in the median of I--15 to join the • Multiple agency existing express lanes in Riverside County.As Structure Representative Luis's duties included coordination but not limited to reviewing submittals, RFI review and response, project oversight. • Retaining Wall Expert • ACI certified STRUCTURE SUPPORT ASSISTANT 1 1-10 Design Build Express Lanes 1 SBCTA • CTM Construction Value: $679 M I Duration on the Project:02/2023—current • Temporary Pedestrian Project includes 8 replacement bridges and widening 16 existing bridges,20 miles of new Training retaining walls, update existing storm drain systems,adding two express lanes, improving existing on and off ramps,enhance traffic striping to accommodate new car technologies. Mr. Negrete assists with construction submittals, RFIs,supervised field inspectors, project audit, monitor testing,and coordinate between Caltrans structure design. RESIDENT ENGINEER/SR 1 SR-91/1-15 Express Connect 1 Caltrans District 8 1 Construction Value: $165 M Duration on the Project:08/2021—06/2022 Project included landscaping, utilities, multiple sound walls,various type of retaining walls, HMA and PCC pavement,traffic signals,street improvement,drainage systems,multiple ramps realignments,multiple flyovers,and bridge replacement. As Structure Representative Luis's duties included but not limited to reviewing submittals, RFI review and response, project oversight. RESIDENT ENGINEER/SR 1 Ortega Highway Safety Improvements 1 Caltrans District 8 1 Construction Value: $39 M I Duration on the Project:09/2021—06/2022 The Safety Project included multiple types of retaining walls,required night and weekend work, heavy traffic control,staging, SWPPP,work in environmentally sensitive areas,and multiple retaining walls. Responsible for traffic coordination,daily inspection monitoring,SWPPP. RESIDENT ENGINEER/SR 1 Pachappa Union Pacific Railroad Tie In 1 Caltrans District 8 1 Construction Value: $8 M I Duration on the Project: 12/2020—01/2022 Projects included multiple types of retaining walls, required night and weekend work, heavy traffic control,staging, SWPPP, work in environmentally sensitive areas,and multiple retaining walls.As Structure Representative Luis's duties included but not limited to falsework review,submittals review,structure reviews and inspection. RESIDENT ENGINEER/SR I 1-15 Express Lanes Design Build I Caltrans District 591 Construction Value:$255 M Duration on the Project: 10/2018—08/2021 Project consist of 21 bridges and 16 sign structures.Adds toll lane and improvements,tolling system,subgrade preparation, drainage systems installation, concrete barriers,traffic signs, HMA/PCC pavement,striping,and traffic control. Responsible for monitoring daily activities,traffic control,SWPPP,jobsite safety,and preparing daily reports. 1129 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JANUARY23, 2003 LICENSING DETAILS FOR: 64949 EXPIRATION DATE NAME: NEGRETE, JUAN LUIS JUNE 30, 2025 LICENSE TYPE:CIVIL ENGINEER CURRENT DATE !TIME LICENSE STATUS:CLEAR ADDRESS JUNE 11, 2025 8221 ILEX STREET#47 12:24:10 PM FONTANA CA 92335 SAN BERNARDINO COUNTY 1130 Firm Robert Bersbach, PE, QSD/QSP SYRUSA Engineering, Inc. Years with Firm/Total Construction Manager 10/9 Education Mr. Bersbach has a BS and MS in Civil Engineering from an ABET accredited university. Robert • M.S.,Civil Engineering, has PE and seven years of experience in construction. Robert is experienced in roadway and California State University structure construction inspection,quantity calculations,checking grades and alignments, Fullerton, CA-January materials sampling, and control. Robert has the ability to identify actual and potential 2016 problems associated with the construction project and recommend sound engineering Certifications/Registrations solutions, maintain an awareness of safety and health requirements and assuring compliance • Professional Engineer with applicable regulations and construction contract provisions for the protection of the (Civil),CA#C89852 public and construction project personnel,and preparing calculations, records, reports, and • Qualified SWPPP correspondence related to construction project activities. Robert has experience with Developer(QSD)& document control and office engineer works,field survey,grade checking,storm drain Qualified SWPPP construction,submittals review,falsework erection and removal,temporary shoring,jacking Practitioner(QSP) and receiving pits, prestressing and grouting operations, profilograph and grinding operation, CA Certificate#27339 joint seals installation,JPCP, HMA, Midwest Guardrail System, concrete barrier,traffic • Cal/OSHA Confined Space control,striping,building inspection, quantity sheets calculation, pay estimate preparation, Entry CCOs,force account analysis,extra work preparation,daily field inspection,SWPPP • Temporary Pedestrian inspection,and As-Built and final records. Access Mr. Bersbach is ACI certified and has current certifications of 10 hours Cal/OSHA safety • ACI Concrete Field Testing training,current Defensive Driving,and Covid-19 Safety Training. OSHA 10-Hour Construction RELEVANT PROJECT EXPERIENCE • First Aid/CPR ASSISTANT RESIDENT ENGINEER 1 1-210 Improvement Project 1 Caltrans District 71 • Defensive Driving Construction Value:$135.5 M !Duration on the Project:06/2020—02/2024 Professional Associations Project includes replacement of joint seals for 14 bridges, upgrade concrete barrier for 8 • N/A bridges,widening multiple bridges,upgrade existing storm drains,and adding Midwest Expertise Guard Rails to multiple areas. Responsibilities: included but not limited to field daily • Lead Construction inspection,field survey,concrete pour inspection,falsework erection and removal Inspector Experience monitoring,trenching and shoring, SWPPP inspection and reporting. • Bridge Experience • Roadway Experience ASSISTANT RESIDENT ENGINEER 1 I-5 Improvement Project I Caltrans District 71 • Qualified SWPPP Construction Value: $138 M I Duration on the Project: 08/2019—01/2020 QSP/QSD The Interstate S roadway improvement project located in Santa Clarita. Project includes full lane replacement with JPCP,individual slab replacement,stage construction striping,traffic control, HMA shoulders and ramps, upgrade existing storm drains, and adding Midwest Guard Rails to multiple area. Responsibilities: include but not limited to field daily inspection,field survey, concrete pour inspection,trenching and shoring,SWPPP inspection and reporting. ASSISTANT RESIDENT ENGINEER ) CV Kane Rest Area I Caltrans District 81 Construction Value: $13 M 'Duration on the Project:08/2018—08/2019 Project included two buildings,three picnic areas,one information center,two water tanks,sidewalks and ADA ramps, new parking lots,streetlights,drainage systems,and other new improvements. Mr. Bersbach responsibilities include but not limited to make sure the work is in conformance with the plans and specification and completed the project safely on time and budget,field inspection,field survey,submittal of daily reports, quantity sheets calculation, monthly pay estimates, SWPPP inspection, and monitoring extra work and prepared extra work bills,worked on project files. ASSISTANT RESIDENT ENGINEER I Cenda Ditch/Mountain Pass Bridge Replacement I Caltrans District 81 Construction Value:$11 M I Duration on the Project:03/2017—08/2018 The Mountain Pass Project which included replacement of Cenda Ditch Bridge Left and widening of Wheaton Wash Bridge Left.Project is located within environmentally sensitive area. Mr. Bersbach responsibilities include but not limited to monitoring the bridge construction, HMA pavement,field survey,foundation construction,concrete pour, prestressing and routing operation, profilograph and grinding operations,joint seal type B installation,concrete barrier, construction of CISS piles,SWPPP monitoring, monitored and ensured safety at the job site. 1131 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS JANUARY 18, 2019 LICENSING DETAILS FOR: 89852 EXPIRATION DATE NAME: BERSBACH, ROBERT JUNE 30, 2027 LICENSE TYPE: CIVIL ENGINEER CURRENT DATE ( TIME LICENSE STATUS:CLEAR ADDRESS JUNE 11, 2025 12:15.22 PM 15964 PILOT AVE CHINO CA 91708 SAN BERNARDINO COUNTY 1132 CERTIFICATE OF TRAINING CALIFORNIA CONSTRUCTION GENERAL PERMIT UALI FI ED SWITr DEVELOPER ( 0,5D ) AND QUALIFIED ,SWr [) P PRACTITIONER ( ( I-' ) Robert Bersbach Sep 20, 2023 - Nov 01, 2025 Certificate #27339 44 California Stormwater Quality Association and CASQA California Construction General Permit Training Team t+111+y+.1 S.1.044.411• 1133 Firm Ryan Vantine, PE SYRUSA Engineering,Inc. Years with Firm/Total Construction Manager 10/9 Education Ryan has experience in construction management,inspection and maintenance of highways, • M.S.,Civil Engineering, roadway bridges,and tunnels. His experience includes Massachusetts DOT where he University of California inspected various roadways and other structures.Also, Ryan worked with Caltrans as Los Angeles,CA-June construction inspector for District 7 and 8 inspecting highways and bridges as well as grade 2014 separation. Mr.Vantine is well-versed with all Caltrans construction manuals and structure Certifications/Registrations construction manuals.Ryan field inspection experience includes excavation,backfill, • Civil Engineer in drainage system,retaining walls,survey,concrete pour monitoring,falsework erection and California, No.C94427 removal,trenching and shoring,stressing operation,CIDH piles and driven piles construction, • Cal/OSHA Confined Space profliograph and grinding,joint seals installation,SWPPP,daily reports,field sampling,and Entry monthly pay estimate calculation. Ryan has current certifications of 10 hours Cal/OSHA • Temporary Pedestrian safety training,Defensive Driving,Confined Spaces,Temporary Pedestrian Access and First Access Aid. • ACI Concrete Field Testing RELEVANT PROJECT EXPERIENCE • OSHA 10-Hour RE/STRUCTURE REP I SR-71 Freeway Conversion Project, Phase 11 Caltrans District Construction • First Aid/CPR 59(7)1 Construction Value:$174 MI Duration on the Project:05/2021—current • Defensive Driving This project is phase 1 of two phases to extend the existing 71 freeway between the 60 freeway and the 57 freeway. Phase 1 includes construction on all retaining walls that include Professional Associations soil nails wall,ground anchors walls,type one walls,and soldier pile system walls. Mr. • N/A Vantine is working as Resident Engineer/Structure Rep for a team of 6 Assist SRs. Expertise • Structure Experience ARE/ASR I Hobart Yard Bridge Widening/I-710 Rehab Project I Caltrans District 71 • Multiple agency coordination Construction Value:$150 M I Duration on the Project: 11/2020—04/2021 • Retaining Wall Expert This project from Slauson Avenue to SR-60 is part of$150 million federal and state funded • ACI certified improvements to 1-710,including widening Hobart Yard Bridge which spans over multiple BNSF tracks removing existing OH barrier,building a bridge widening and deck closure pour, • Temporary Pedestrian and building a temporary platform to catch debris to avoid damage to the tracks working Training closely with BNSF staff,as well as improvements to existing storm drainage systems, pavement rehabilitation,and new signage.Mr.Vantine was responsible for drafting 4-scale models,running profilograph to identify must-grinds. ASSISTANT RE I Clay Avenue Grade Separation 1 RCTD I Construction Value:$17 M I Duration on the Project: 11/2017—12/2018 $17 million grade separation involved lowering the street 20 below the UPPR tracks.Temporary shoefly was constructed to move trains to avoid disruption to the line and Clay Avenue traffic,which is a collector road connecting two major roads,new precast girders bridge was constructed,trains were returned to normal activity.Ryan's responsibilities included field survey, field inspection for compliance with plans and specifications,daily reports,quantity sheets calculations. ARE/ASR I LA-110-405 Interchange Improvement 1 Caltrans District 71 Construction Value:$25 M I Duration on the Project:09/2019—10/2020 Project includes multiple retaining walls types one,tie-back walls,and soil nail walls. Ryan responsibilities include but not limited to field survey,field inspection for compliance with the plans and specifications,prepare daily reports,daily quantity sheets calculation,rebar inspection,concrete pour monitoring,drilling for tie back anchors inspections,inspection for drilling soil nails,inspection of installation of soil nails rods and tie back strands,monitor stressing tie backs and strands. ARE/ASR I Tie Back Wall I Caltrans District 71 Construction Value:$11 M I Duration on the Project:12/2018— 09/2019 Project included construction of tie back wall to support the slope from sliding under Pacific Coast Highway in Malibu. Ryan's Duties included but are not limited to the following:field survey,grades sheets preparation,concrete pour inspection, drilling for tie back inspection, monitored installation of the stressing strands,monitored stressing operation,inspected concrete pour,maintained daily activity logs and daily inspection reports including project photos,supported and assisted with reviewing submitted shop drawings,assisted with reviewing and prepared quantity calculation sheets. 1134 BOARD FOR PROFESSIONAL ENGINEERS, ISSUANCE DATE LAND SURVEYORS, AND GEOLOGISTS OCTOBER 13, 2022 LICENSING DETAILS FOR: 94427 EXPIRATION DATE NAME:VANTINE, RYAN PATRICK MARCH 31, 2027 LICENSE TYPE: CIVIL ENGINEER CURRENT DATE I TIME LICENSE STATUS: CLEAR ADDRESS APRIL 25, 2025 170 W ASH AVE 9:8:45 AM APT E BURBANK CA 91502 LOS ANGELES COUNTY 1135 Firm Ruth Blas EIT SYRUSA Engineering, Inc. 1 Years with Firm/Total Public Works Inspector 5/2 Education Ruth has a Bachelor of Science degree from an ABET accredited university and experience • B.S.,Civil Engineering,Cal working on major public works projects for multiple agencies. Ruth has served in many Poly Pomona,CA- different capacities, building a strong understanding of different aspects of projects. Ms. Blas December 2021 is a strong communicator who works well as a part of a team and a self-starter who is able to Certifications/Registrations work independently. • CA EIT No. 1775317 RELEVANT PROJECT EXPERIENCE • Cal/OSHA Confined Space Entry ROADWAY INSPECTOR I 1-215 University Parkway Interchange I SBCTAI • Temporary Pedestrian Construction Value:$25.77 M I Duration on the Project: 10/2024—current Access The project is designed to decrease congestion and improve freeway access to 1-215 and • ACI Concrete Field Testing University Parkway, (SBCTA)and the City of San Bernardino, in cooperation with Caltrans • OSHA 10 Hour District 8,will construct a Diverging Diamond(DDI)which will provide a safer way to travel Construction while minimizing the cost of new infrastructure. Responsibilities include but not limited to • First Aid/CPR review plans and specs, monitoring crews,daily reports,SWPPP monitoring,traffic handling, and tracking project progress for means of quantity payments. • Defensive Driving Professional Associations • N/A ROADWAY/CONSTRUCTION INSPECTOR I Rehabilitate Pavement Project I Caltrans Expertise District 111 Construction Value: $50 M !Duration on the Project: 01/2024— • Quick learner 09/2024 • Excellent Individual slab replacement project in San Diego on NB 125 in Lemon Grove. communications skills Ruth is working nights overseeing traffic control,grinding and concrete pouring. • Field inspection experience CONSTRUCTION INSPECTOR I On-Call Multiple Bridge Rehab Projects I OCPW I Construction Value:$1.1 M 'Duration on the Project: 11/2022—04/2023 Project included the Oso Bridge and Crown Valley Bridge over Arroyo Trabuco Creek rehabilitation. Both projects included waterproofing inside existing bridge soffits, removing unsound concrete areas and repairing spalled surface areas under and over bridge decks.The projects included treatment of the bridge decks(applying methacrylate),creating new soffit openings,crack repairs,and performing hydro-excavations to install new drainage outlets near the bridges. Ruth performed continuous on-site inspections of all construction worked performed. Her responsibilities included,but were not limited to,daily confined space inspections, daily reports,SWPPP monitoring,and tracking project progress for means of quantity payments. ROADWAY/CONSTRUCTION INSPECTOR I SR-99 Improvement Projects I Caltrans D10/D59 I Construction Value: $18.1 M 'Duration on the Project:07/2022—11/2022 Project included construction, resurfacing,and restoring the pavement on State Route 99 in Merced County from 0.4 mile south of Buhach Overcrossing to 0.8 mile north of West Atwater Overhead. Ruth's responsibilities included, but were not limited to,daily inspections, daily reports,scheduling,traffic control,and SWPPP monitoring. ROADWAY/CONSTRUCTION INSPECTOR I Approach Slab and Pump Station Project I Caltrans D10 I Construction Value:$1.2 M I Duration on the Project:07/2022—11/2022 Project included replacement of eight existing approach slabs(Type R Approach Slabs)and installation of five new Sign Structures on Route 99. Project included investigating unsound concrete on columns under multiple bridges on the 1-5 Freeway in the city of Los Banos,CA. Ruth's responsibilities included daily inspections and daily reports,surveying for accurate elevations, calculating theoretical concrete pour quantities and completing progress pay estimates,scheduling, monitoring acceptance tests(compaction and skid tests),and SWPPP monitoring. ROADWAY INSPECTOR I 1-10 Corridor Express Lanes Design-Build Contract 11 SBCTA I Construction Value:$679 M I Duration on the Project: 11/2021—07/2022 Project consists of eight new bridges,widening of 10 existing bridges, improvements to 14 existing bridges, 79 retaining walls, adding two express lanes in each direction, auxiliary lanes, overhead sign structures, HMA paving,JCPC paving, multiple drainage systems, improvements to existing drainage systems, new striping,and multiple overhead structures for the toll roads collection system. Ruth worked on tracking the progress/schedules on toll pads/CCTVs, and reviewed grade elevations on 4-scales for bridges and soil nail walls and ground anchor walls. 1136 Firm Melanie Romero, EIT SYRUSA Engineering,Inc. Years with Firm/Total Public Works Inspector 4/2 Education Melanie is detailed oriented and fluent in Spanish. Ms. Romero is a strong communicator • BS Civil Engineering, who works well as a part of a team and a self-starter who is able to work independently.Ms. University of Irvine,CA Romero is a quick learner and a great asset to the SYRUSA team.Ms. Romero has a strong 2023 understanding of different aspects of projects. Ms.Romero is knowledgeable with preparing Certifications/Registrations subgrades for retaining walls type one,checking footing and stem form,reinforcing steel • CA EiT#23-249-17 placement,field survey,SWPPP and safety weekly inspection reports,and daily reports. • Cal/OSHA Confined Space Ms. Romero is a self-starter,with a great work ethic.She has demonstrated a strong desire to Entry learn and grow in this industry. • ACI Concrete Field Testing • OSHA 10-Hour Melanie has current certifications of 10 hours Cal/OSHA safety training, Defensive Driving. Construction • First Aid/CPR • Defensive Driving RELEVANT PROJECT EXPERIENCE Professional Associations • N/A FIELD INSPECTOR/STRUCTURAL INSPECTOR I Mount Vernon Avenue Viaduct over Expertise BNSF Railway Intermodal Yard I SBCTAI Construction Value:$230 M I Duration on • Quick learner the Project:01/2024—current • Excellent The new Mt.Vernon Avenue Bridge will include the following improvements,Design criteria communications skills will meet the latest structural safety and seismic standards,ADA compliant structure that • Field inspection features widened travel lanes,a center median,widened sidewalks and new bike lanes, experience Open for travel to pedestrians,bicyclists, motorists,and commercial vehicles,Ensure westside San Bernardino residents and businesses have a safe,reliable bridge that will continue to serve the community for generations to come. Melanie's responsibilities include but not limited to review plans and specs,monitoring multiple crews working,daily reports. ROADWAY CONSTRUCTION INSPECTOR I Pavement Delineation Project I Caltrans District ill Construction Value:$unknown I Duration on the Project:08/2023—11/2023 Melanie is working as a roadway construction inspector on a project that consists of grinding,pavement,delineation markings and striping in various locations in and around Imperial and San Diego counties.Duties include but are not limited to reviewing plans,traffic control,daily diaries,tracking quantities. ROADWAY CONSTRUCTION INSPECTOR I Overlay Pavement Project I Caltrans District 11I Construction Value: $unknown I Duration on the Project:08/2023—11/2023 Melanie is working as a roadway construction inspector on a project that consists of placing RHMA-G(BWC)overlay, pavement marking,&rumble strip in San Diego County Near Boulevard at Crestwood Undercrossing.Duties include but are not limited to reviewing plans,traffic control,daily diaries,tracking quantities. FIELD INSPECTOR I 1-10 Express Lanes Design Build I SBCTAI Construction Value:$679 M I Duration on the Project:04/2020—06/2023 Melanie is working as a field inspector on the 1-10 Corridor Express Lanes project under the discipline of paving,including HMA on the shoulders and on ramps,JPCP,approach slabs, overhead sign structures,striping,traffic control and safety. Melanie's other duties include but are not limited to tracking RFIs and submittals,daily diaries,coordinating dig alerts, tracking quantities for paving and overhead sign structures,and communicating with foreman for CIDH piles. 1137 Firm Noura Alayyan SYRUSA Engineering,Inc. Years with Firm/Total Public Works Inspector 6/5 Education Ms.Alayyan has more than 6 years of construction inspection experience of transportation • Bachelor of Science Civil projects,storm drain systems,sewer lines, potable water line, reclaimed water lines, Engineering,Cal Poly sidewalks,ADA ramps,concrete barrier,MSE walls,retaining walls type one,grading roads Pomona and HWYs,HMA and PCC Pavement,embankment construction,and bridge construction. Certifications/Registrations Ms.Alayyan is experienced with construction inspection,quantity calculations,checking • Cal/OSHA Confined Space grade and alignment,falsework erection and removal,trenching and shoring,soffit and Entry stems concrete pour,deck construction and concrete pour,profiliograph and grinding,joint • Temporary Pedestrian seals installation,material sampling and control,safeguarding,and assuring compliance with Access project plans and specifications, preparing calculations,records,reports,correspondence • ACI Concrete Field Testing related to construction project activities,AS Built Plans. Noura had performed,reviewed,and • OSHA 10-Hour analyzed critical path schedule(CPM)and time impact analysis(TIA)submittals,prepared Construction recommendations,and presentations to the local agencies for possible mitigation plans to • First Aid/CPR overcome the issues of delay. Noura had prepared NOPCs and resolutions for NOPCs.. • Defensive Driving Professional Associations • N/A RELEVANT PROJECT EXPERIENCE Expertise ROADWAY/STRUCTURE INSPECTOR I SR-71 Extension Project I Caltrans District 71 • Office engineer on award Construction Value:$110 M I Duration on the Project:02/2022—current winning Barton Rd Bridge Present This project extends 71 FWY from 60 FWY to 1-10 FWY and includes multiple Replacement retaining walls including soil nail walls,SHGA walls,type one walls,box culverts,drainage • Force account analysis systems,and other improvement to this segment.This improvement project is considered as experience stage one to be followed by stage two which will include all bridges to complete the • As additional asset has extension of the freeway.Noura's responsibilities include,but are not limited to,field survey, field inspection field inspection for compliance with the plans and specifications,preparing daily reports, experience. daily quantity sheets calculation,rebar inspection,concrete pour monitoring,CIDH piles under slurry displacement method inspection,inspection for drilling soil nails,inspection of installation of soil nails rods and tie back strands,monitor stressing tie backs and strands,and preparing inspection reports and stressing results. ASST RE/OFFICE ENGINEER I Laguna Niguel Track Siding Train Station Project Design-Build I OCTAI Construction Value:$55 M 'Duration on the Project:05/2019—01/2021 This project includes multiple retaining walls,adding new Railroad track,multiple storms drain system,improvement to loading area,and improvements to the parking lot.As an Assistant Resident Engineer/Office Engineer,Noura's responsibilities include document control,maintaining meeting minutes,maintaining,and updating submittal logs,maintaining and updating RFI logs, maintaining the testing log,and expediting testing so that there is no delay to the contractor.She also performs occasional field inspections. ASST STRUCTURE REP/OFFICE ENGINEER I Barton Road OC Bridge Replacement Design-Build I Caltrans District 81 Construction Value:$35 M !Duration on the Project:01/2018—05/2019 This project included replacing the existing bridge with new a PS/CIP box girder bridge over 1-215,retaining walls and barriers, new on and off ramps,and improvements to the surrounding streets and other utilities.The project was constructed under Caltrans specifications.As Asst Structure Representative/Office Engineer, Noura's responsibilities included document control and construction inspection.She was responsible for maintaining all files,monitoring submittals and RFIs,indexing all records, and maintaining hard copies and electronic copies on district server.Noura worked closely with the material lab for all testing requirements,monitored subgrade construction to ensure full compliance with specifications,actively monitored the buy America clause to ensure compliance with federal guidelines,prepared weekly progress meeting minutes,and inspected the site for SWPPP compliance and prepared weekly SWPPP reports. 1138 Firm C SYRUSA Engineering, Inc. Salvador Castaneda Years with Firm/Total Public Works Inspector 1/37 p Education Mr. Castaneda has over 37 years of experience working in the construction field on major • N/A public works projects. Over the 37 years, 22 years were performing hard general labor work Certifications/Registrations operating equipment doing all types of work from building pre-cast concrete elements,to • Cal/OSHA Confined Space landscape,fence,and guardrail repair.The last Fifteen years Salvador has been a supervisor, Entry overseeing the crew in the repairs of guardrail,supervision of the Vactor crew in the storm • Temporary Pedestrian drain cleaning,eight of those years as Bridge Maintenance supervisor,with a crew of 7 Access members. Inspection of bridges, plans,and schedule for repairs,coordinating with other • OSHA 10-Hour agencies and divisions for Maintenance projects. First Aid/CPR certified, Defensive Driving Construction Training,CA Driver's License, can operate various types of equipment, loader,grader,forklift, • First Aid/CPR crane and truck and trailer. • Defensive Driving RELEVANT PROJECT EXPERIENCE Professional Associations ROADWAY/STRUCTURE INSPECTOR 1 1-10 Truck Climbing Lanes I SBCTA I • N/A Construction Value:$39.5 M 'Duration on the Project:05/2024—current Expertise The project will replace the existing center barrier in the center median, restripe EB I-10 to • Contractor and accommodate shifting the existing three eastbound general-purpose lanes to the inside so Construction that the number one lane will be located along the improved median and the existing Management Experience • Bridge Maintenance and outside lane will provide continuation for the truck climbing lane that currently ends at the eastbound Live Oak Canyon off-ramp.This project is adding a truck climbing lane along Construction Expertise eastbound 1-10 in the City of Yucaipa from the 16th Overcrossing Bridge to 0.2 mile east of • Supervisor and Lead the County Line Road Undercrossing Bridge by paving the existing 1-10 median.Salvador's Worker Experience. responsibilities include, but are not limited to, Responsible for traffic coordination, daily inspection monitoring,jobsite safety and preparing daily reports. Bridge Crew Supervisor 1 Multiple Various Bridges 1 Caltrans District 81 Construction Value: $N/A I Duration on the Project:09/2015—04/2024 Responsible for the maintenance and repairs of bridge structures of multiple various bridges throughout San Bernardino& Riverside Counties. Responsibilities were conduct safety meetings, perform safety reviews, review bridge maintenance reports,conduct inspections,lanes closures,create T&M work orders,traffic control,equipment, materials, coordinate work with other divisions, review monthly reports. Inspection of concrete,timber railing repair,joint seals,joint seal assemblies, approach slabs,temp steel plates on joints,concrete and asphalt repairs. Supervisor 1 Storm Water/Vactor Crew I Caltrans District 81 Construction Value:$N/A I Duration on the Project: 01/2012—10/2012 Project included cleaning and maintenance of drains and culverts throughout District 8. Installing BMPs for SWPPP compliance. Responsible for a 6-man crew,to schedule trainings, plan and schedule work,schedule closures and out of town trips for drain clean out in the desert and mountain areas. Lead Inspector 1 Guardrail Repairs 1 Caltrans District 81 Construction Value:$N/A I Duration on the Project: 10/2010—11/2012 The project was to oversee contractor work for the guardrail repairs throughout District 8 in San Bernardino and Riverside Counties. Duties were to locate and identify service requests with CHP reports for the repairs of rail damaged.Scheduled work and closures,created task orders and work orders,supervised, inspected,and confirmed work performed by contractor, signed,and approved task orders,completed progress payment. Construction Inspector 1 Various Projects 1 Caltrans District 8& 121 Construction Value:$N/A 1 Duration on the Project: 1986—2008 Various projects creating work plans, lane closures,traffic control, keeping records of employees/equipment/vehicles,and materials used in each job throughout the Inland Empire.Various projects included landscape,fence and guardrail repair, chain link fence repair,center median concrete wall and metal beam guard rail repairs throughout Orange County. 1139 Firm SYRUSA Engineering,Inc. Adriana Jimenez Years with Firm/Total Public Works Inspector 2/4 Education Ms.Jimenez has over 2 years of experience in roadway inspection and construction • BSCE California State inspection.Ms.Jimenez is strong in performing distinct functions of project management. University Long Beach, Her strengths include field data collection and investigation,structure data reporting and 2021 documentation.project controls,scheduling,inspection,and development of technical Certifications/Registrations engineering reports.Additionally,Adriana can develop a good rapport with diverse groups • Cal/OSHA Confined Space including contractors,owners,and is able to work well with technical information. Ms. Entry Jimenez's is knowledgeable with preparing subgrades for retaining walls type one,checking • Temporary Pedestrian footing and stem form,reinforcing steel placement,field survey,and daily reports.Ms. Access Jimenez is quick to learn new responsibilities and technological innovations,able to take on • ACI Concrete Field Testing challenging tasks,and adapts well to work environments.Adriana has a proven record of • OSHA 10-Hour being able to work independently in addition to be a valued team member. Ms.Jimenez is Construction knowledgeable with computers,computer applications,and computer software programs • First Aid/CPR such as Microsoft Office(Word, Excel, PowerPoint,and Others). • Defensive Driving Ms.Jimenez is a self-starter,with a great work ethic.She has demonstrated a strong desire to Professional Associations learn and grow in this industry. • N/A Expertise Adriana has current certifications of 10 hours Cal/OSHA safety training, Defensive Driving, • Structures Covid-19 Safety Training,ACI Concrete Field-Testing Technician,Qualified and Compliance • Scheduling Inspector of Stormwater-QCIS. • Value Engineering RELEVANT PROJECT EXPERIENCE • Bid Document Construction Inspector I 1-10/Cedar Avenue Interchange Project I SBCTAI Preparation/Bid Support Construction Value:$112.5 M I Duration on the Project:04/2023—current • Federally Funded Projects The San Bernardino County Transportation Authority(SBCTA),the County of San Bernardino, • State Funded Projects City of Fontana,and City of Rialto will improve Cedar Avenue between Bloomington Avenue • Locally Funded Projects and Orange Street in the unincorporated community of Bloomington.As a major north-south arterial that experiences high levels of traffic congestion resulting in low levels of service,the project is designed to relieve congestion,enhance safety,and improve traffic operations. The project will widen Cedar Ave from six lanes to 10 lanes,provide new bridge railings and sidewalks on Cedar Ave,replace Cedar Ave over the train tracks and add additional lanes at the on and off ramps.Adriana's responsibilities include but not limited to field inspection for compliance with the plans and specifications, prepare daily reports,daily quantity sheets calculation. Construction Inspector I 1-10/Alabama Street Improvements Project I SBCTAI Construction Value:$14.3 M I Duration on the Project:02/2022—03/2023 Projects consists of interchange improvements between Orange Tree Lane and Industrial Park Avenue to improve safety and traffic operations. It includes widening a Alabama Street in both directions to accommodate turn pockets onto 1-10, provides ADA ramps,pedestrian push buttons and signals,and detectable warning surfaces at intersections where crosswalks are included,HMA paving,PCC paving,drainage systems,and retaining walls.Adriana's responsibilities include inspection of HMA and PCC pavement,drainage systems,retaining walls,ADA ramps,sidewalk and street improvements,SWPPP,and document control. Inspector I I-10 Express Lanes Design Build' SBCTAI Construction Value:$679 M I Duration on the Project: 01/2022—02/2022 Project consists of eight new bridges,widening 10 existing bridges,improvements to 14r existing bridges,79 retaining walls including type one,type five,soil nails,SHGA walls,soldier piles walls,sound walls,adding two express lanes each direction, auxiliary lanes,overhead sign structures, HMA paving,JCPC paving,multiple drainage systems,improvements to existing drainage systems,new striping,and multiple overhead structures for the toll roads collection system. Ms.Jimenez worked with QVe structure inspectors for retaining walls one.Responsibilities included field survey,subgrades validation,form check, reinforcement validation,concrete pour check. 1140 ii ��/��NT I N�T SYR1p Ilk Ilk i s kSYRUSA Engineering. Inc. 0 5..E -.�-- Q 1 �' �. � = _ �_ 255 W Central Ave. Suite 204 ��C�;•.,a<<.. .-��0�1� Brea, CA 92821 °OUNTY.CP�/1" �.,_ . - �. _ -- - - - �r •`! _ *` ''_Omc..+. _ ' 9. lf—-_ � — _ _ ram j' •4'' ✓,__�. • � r „ z ?ti ` w o - ' y ..I. --' a r -m • }"+ - 4 » . . _ l � - � ._ ,. nag zi 'L7- ..,,....,A!,..! ,, I mi Y'4 � t-- . yr ." Lry�...'- .r"'64'. sL '�, c. 4s„ °i :ilr.7^; ' €' V '*"" "'cam fir...... N t. " - .� _ ram. -t_ , • - r v _ e _ J . R' .-tss1F� 111 - ,__ .1 � �_ s 4y..... 3 g a .. ft 1 - , • 0,i4.:,: , ;,. :"...' -1 .. • -'1 V• t EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel. Charges for time during travel are not reimbursable C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 1142 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. 1143 x u • . sue- EXHIBIT 13 1 � TINGT j 'aosa e:c eaame O4J,Q� .. .. x ° ° ''.'I L.) ,f 1. -X• 1k' syRusA Arai/ e i ,�.� -. = ENGINEERING, INC. - —.. PAIPA Rate Sheet ,ems- � :..,. r�__ _. .. MI K:s u�--" ' 3.' e _ t . „ r tt ISllitla t , ..r. - 1 .� �° a � (: - �, _w �.. 4..i: , 'i.. ' '':�z �' ��o�[[d!lAIC�1i Alt��"► �'�Etrt�6iiii' , ;e *4 * d _ i . , I k 11 : i-.:i! "'!!' 4��Ga.,,r 5, �I, eyes.. j_ " t , • ',,,,-;74*. ' ON-CALL CONSTRUCTION MANAGEMENT, . {„ MATERIALS TESTING, and INSPECTION SERVICES M t# { Public Works Department a1 CITY OF HUNTINGTON BEACH ,: '4 • •.•,...;;, ,V -• ' t .,,,,,,,t,,,.... a ,,,..... :','..7." AI ' l'''' • `0 t. 4. r ; ii '.s . - 4 "' �a w :11`"2.. fir,.... 1 l-- . w �', � t m.z. :-�.,_..�. te P.ti.,�;s-.� 4,. a -, ,. ,f- -f � j w;' e�; �° �.;: }} 'k". ,ice". a �. - - .:J�e- ..�` Vak SYRUSA Per California Public Records Act (CPRA): California Government Code § 7922.605 (a) explicitly states that records such as corporate financial records which includes confidential business information. Qualification Documents: Documents submitted by companies during pre- qualification processes, including financial statements, are exempt from disclosure. Complete proposed pricing on Attachment E and enclose it in a separately sealed and labeled envelope to be submitted as part of the Proposal. Per California Public Records Act (CPRA): California Government Code § 7922.705 from disclosure any records including Pre-Qualification Documents: Documents submitted by companies during prequalification processes, including financial statements, are exempt from disclosure. In summary, California law provides clear exemptions under the CPRA that protect a company's cost proposals and proprietary information from public disclosure, ensuring that sensitive business data remains confidential when submitted to government agencies. Hourly Rate Schedule by Classification SYRUSA Engineering Staff Classification Hourly Rate Overtime Rate Range Project Manager(PE) $347.70-$382.47 $347.70-$382.47 Construction Manager(PE) $287.09-$382.47 $287.09-$382.47 Public Works Inspector(Prevailing Wage) $198.27-$233.12 $297.41 -$349.67 Electrical Inspector(Prevailing Wage) $219.65-$241.62 $329.48-$362.43 Labor Compliance-Manager $211.20-$232.32 $211.20-$232.32 Labor Compliance-Specialist $98.56-$108.42 $98.56-$108.42 Scheduler $250.00-$275.00 $250.00-$275.00 Materials Testing *See attached Schedule of Fees Notes: 1. Hourly rate includes Vehicle, Cellular Phone, Personal Equipment and Profit. For inspection personnel, labor hours start and end at the job site. 2. Hourly rate included the overhead multiplier of 115.85% and 10%fee applied. 3. Labor hours are estimated. Payments for labor will be based on actual hours worked at jobsite. When contractor does not work, there will be no charges for inspection. *Attached is the Schedule of Fees for material testing. 255 W.Central Ave.. 204. [area. CA 92821 Ph. 714.784.6700 Fax 714.784.6701 1145 j ' TWINING Schedule Of Fees for the City of Huntington Beach NOTE:Rates will be hold unit 2029 as per the City's RFP Personnel Rates:Per Hour Unless Otherwise Noted Task Task Equipment Usage(Daily Unless Otherwise Noted), Code Engineering And Consulting Personnel Rata Code Continued Rate 10026 Senior Principal Advisor/Consultant $ 390.00 95315 Torque Multiplier $ 48.00 10001 Principal Engineer/Geologist $ 280.00 95321 Air Meter S 37.00 10017 Metallurgical Engineer S 390.00 95322 Unit Weight Bucket 5 28.00 70000 Registered Geotechnical Engineer $ 280.00 95323 Field Concrete Scale $ 37.00 10010 Technical Advisor S 260.00 95324 2"x 2"x 2"Mold $ 26.00 10011 Material Scientist,Welding/NDT Consultant 5 275.00 95343 Nuclear Gauge(Per Hour) 5 13.00 70003 Registered Geologist/Certified Engineering Geologist S 275.00 95319 Sand Cone Density Test Equipment 5 60.00 10003 Senior Engineer/Geologist $ 250.00 95333 Pull Test Equipment S 74.00 10009 Registered Civil Engineer $ 240.00 95348 Concrete/Asphalt Coring Equipment 5 720.00 60003 Roofing/Waterproofing Consultant $ 265,00 95336 Floor Flatness(Dipstick) S 63.00 10013 Project Engineer/Manager S 235.00 95330 Schmidt Hammer $ 48.00 30000 Quality Control Manager $ 235.00 95341 Vapor Emission Test Kits S 58.00 10005 Senior Staff Engineer/Geologist 5 220.00 95342 Relative Humidity Probe S 90.00 10007 Staff Engineer/Geologist $ 205,00 95339 UPV(Ultrasonic Pulse Velocity)Meter S 420.00 10015 Quality Control Administrator $ 205.00 95351 Fireproofing Adhesion/Cohesion(Per Test) $ 42.00 10019 Metallurgical Technician $ 175.00 95300 A Scan Ultrasonic Equipment And Consumables 5 100.00 90001 CADD Operator/Draftsperson $ 160.00 95303 Magnetic Particle Equipment And Consumables $ 53.00 95103 Administrative Support $ 105.00 95306 Liquid Penetrant Consumables S 48.00 70107 Field Supervisor $ 195.00 95307 Phased Array Ultrasonic Equipment(Per Hour) S 105.00 91030 Safety Supervisor $ 195,00 95347 Ground Penetrating Radar 5 399.00 20000 Laboratory Manager $ 180.00 95345 Impact Echo $ 405.00 96000 Laboratory Technician $ 155.00 95362 Ultrasonic Tomography $ 525.00 90005 Expert Witness Testimony $ 630.00 95349 Inertial Profiler(Per Hour) Quotation 91010 Qualified SWPPP Developer $ 220.00 95352 Borescope 5 315.00 91000 Qualified SWPPP Practitioner $ 205.00 95356 Infrared Camera $ 105.00 30001 Vibration Engineer $ 240.00 95357 Project Dedicated Vehicle $ 189.00 95364 Roller Compacted Concrete Vibrating Hammer/Tamping Plate 5 84.00 Task 95367 Half-Cell Potential Equipment Set 5 405.00 Code Field Inspection Personnel Rate 95368 Concrete Electrical Resistivity Meter $ 189.00 10101 Concrete/Reinforced Steel Inspector $ 139.00 95369 Field Hardness(Steel) $ 116.00 10103 Prestressed/Post Tensioned Inspector $ 139.00 95370 Coating Thickness Gauge 5 166.00 10105 Concrete ICC Inspector $ 139.00 95373 Curing Box(Not Temperature Controlled,One-Time Fee/ $ 788.00 10109 Drilled-In-Anchor Inspector S 139.00 Per Box) 10111 Gunite/Sbotcrete Inspector $ 139.00 95371 Temperature Control Curing Box(Per Month) S 525.00 10113 Masonry Inspector S 139.00 95372 Temperature Matching Curing Box(Per Month) S 599.00 10201 Structural Steel/Welding Inspector $ 139.00 10203 AWS Certified Welding Inspector $ 139.00 Task 10207 Fireproofing Inspector $ 139.00 Code Specimen Pick-Up Rate 10501 Lead Inspector $ 142.00 20100 Soil/Aggregate Sample(Each) S 55.00 10115 Firestop Special Inspector-IFC Premier S 160.00 20102 Standard Sample:Concrete Cylinders(Each) S 36.00 10117 Firestop Special Inspector-IOP $ 205.00 20101 Standard Sample:Monar/Grout Cubes And Cores, $ 36.00 70109 L.A.Deputy Grading Inspector 5 150.00 Fireproofing,Rebar,And Epoxy Prisms(Each) 75001 Asphalt Field and Plant Inspector/Technician S 139.00 20103 Oversize Sample:Masonry Prisms And Shotcrele Panels(Each) S 94.00 70103 Pile Driving Inspector 5 139.00 20104 Oversize Sample.Flexural Beams(Each) $ 94.00 70101 Soils Technician 5 139.00 20107 Technician For Specimen Pick-Up Not Listed Above 5 160.00 10107 Concrete Quality Control(ACl/Caltrans Technician) $ 139.00 (Per Hour,2-Hour Minimum) 10122 Wood Framing Inspector 5 139.00 20109 Technician For Specimen Pick-Up Before 5,00 a.m. $ 220.00 60001 Roofing/Waterproofing Inspector $ 150.00 Or After 5:00 p.m.Monday Thru Friday,Or All Day Saturday 10500 Public Works Inspector $ 155.00 (Per Hour,2-Hour Minimum Plus Mileage) 10515 Mechanical Inspector $ 185.00 10519 Electrical Inspector $ 185.00 Task 10521 Plumbing Inspector $ 185,00 Code Jobsite Trailer.Mobile Or On-site Laboratory Rate 10523 Building Inspector $ 185.00 95360 Portable Or Mobile Laboratory Unit Quotation 30002 Vibration Monitoring Technician 5 160.00 95374 Jobsite Trailer,Cones,Or Equipment Storage Box Quotation 50003 Field Engineering Technician $ 139.00 Task Task Code Concrete Tests(Field Made Specimensl Rate Code Shop Inspection Personnel Rate 20201 6"x 12"Cylinder Compression Strength(ASTM C39) S 49.00 10301 Structural Steel Fabrication Inspector $ 139.00 20202 4"x 8"Cylinder Compression Strength(ASTM C39) S 43.00 10309 Batch Plant Quality Control Technician/Inspector S 139.00 20203 Density Of Structural Lightweight Concrete Equilibrium S 107.00 10325 Glue-Laminated Fabrication Inspector Quotation Oven Dry Method(ASTM C567) 10328 Pre-Cast Concrete/Pipe Fabncation Inspector $ 139.00 20205 Core Compression Including Trimming(ASTM C42) $ 97.00 20207 6"x 6"x 18"Flexural Beams Not Exceeding Referenced 5 134.00 Task Size(ASTM C78,C293 or CTM 523) Code Nondestructive Testing Personnel Rate 20209 Splitting Tensile Strength(ASTM C496) $ 134.00 10401 NOE Ultrasonic Testing Technician $ 145.00 20211 Modulus Of Elasticity Test(ASTM C469) $ 348.00 10403 NOE Magnetic Particle Testing Technician S 145.00 80003 Rapid Chloride Permeability Test Cylinders Or Cores S 610.00 10405 NDE Dye Penetrant Testing Technician 5 145.00 (ASTM C1202) 10305 Combination NOE Technician/Welding Inspector 5 145.00 80006 Density,Absorption,And Voids In Hardened Concrete 5 610.00 10409 Radiographic Testing(Crew Of 2) Quotation (ASTM C642) 10020 NDE Engineer 5 255.00 40005 Flexural Toughness(ASTM C1609,Formerly ASTM C1018) S 963.00 40006 Double Punch Strength Of Fiber Reinforced Concrete S 642.00 Task 40009 Coefficient Of Thermal Expansion Of Concrete 5 696.00 Code Equipment Usage(Daily Unless Otherwise Noted) Rate (CRD 39,AASHTO T336) 95318 Skidmore $ 51.00 40012 Bulk Electrical Resistivity(One Age Of Testing,ASTM C1876) S 172.00 95309 Torque Wrench,Small $ 21.00 80013 Flexural Tensile Strength Of Metallic Fiber Reinforced Concrete S 1,070.00 95312 Torque Wrench,Large $ 32.00 Beam(EN 14651) Task Task Code Concrete Specimen Preparation Rate Code Qualification Of Cements Rate 20151 Sawing Of Specimens(Each) $ 54.00 80100 Chemical Analysis Of Portland Cement Per Standard $ 803.00 20157 Coring Of Specimens In Lab(Each) 5 54.0D Requirements(ASTM C150) 1 1146 •------- •% " TWINING 20159 Grinding Of Concrete Below 6000 psi Strength(Each) S 97.00 80103 Physical Testing Of Portland Cement Per Standard $ 803.00 20160 Grinding Of Concrete 6000 psi Strength And Above(Each) S 118.00 Requirements(ASTM C150) 80194 Physical Testing Of Type K Cement,Mortar Expansion S 803.00 Task Laboratory Trial Batch:Concrete.Cement (ASTM C806) Code And Mortar Rate 80195 Physical Testing And Chemical Analysis Of Portland Cement S 1,498.00 30216 Compression Test 4"x 8"Cylinders Made And Tested In S 63.00 Per Standard Requirements(ASTM C150) Laboratory(ASTM C192,C35) 80106 Partial Analysis Or Specific Physical Tests Quotation 30217 Compression Test 6"x 12"Cylinders Made And Tested In $ 73.00 80110 Sulfates Resistance Of Hydraulic Cement(ASTM C1012), S 3,210.00 • Laboratory(ASTM C192,C35) 6 Months 30219 6'x 6'x 18"Flexural Beams Made And Tested in Laboratory S 150.00 80111 Sulfates Resistance Of Hydraulic Cement(ASTM C1012). S 3.531.00 (ASTM C192,C78) 12 months 30223 Splitting Tensile Strength Cylinders Made And Tested In S 150.00 80149 Type 1L Cement(ASTM C595;Excludes Special Properties) S 1,498.00 Laboratory(ASTM C192,C496) 80151 Clinker Microscopy,Per Sample S 910.00 30225 Modulus of Elasticity Test Cylinders Made And Tested In 5 364.00 Laboratory(ASTM C192,C469) 30227 Density Of Structural Lightweight Concrete Made In S 124.00 Task Physical Testing Of Chemical Admixtures For Laboratory,Equilibrium or Oven Dry Method(ASTM C567) Code Concrete Rate 30237 Bulk Electrical Resistivity(ASTM C1876) S 188.00 80196 Qualification Of Admixture(ASTM C494) Quotation 30201 Laboratory Trial Batch(ASTM C192lLab Procedure Performance) $ 589,00 30203 Concrete Mixture Design For Preconstruction Evaluation And $ 343.00 Task Backup Data Development Code Evaluation Of Pozzolans And Slag Cement Rate 30205 Drying Shrinkage Up To 28 Days,Three 3"x 3"Or 4"x 4"Bars, S 557.00 80140 Chemical Analysis Of Fly Ash Per Standard Requirements $ 803.00 Five Readings Up To 28 Dry Days(ASTM C157) (ASTM C618) 30230 Additional Reading,Per Set Of Three Bars $ 65,00 80143 Physical Testing Of Fly Ash Per Standard Requirements S 803.00 30231 Storage Over Ninety(90)Days,Per Set Of S 54.00 (ASTM C618) Three Bars,Per Month 80146 Partial Analysis Or Specific Physical Tests Quotation 30207 Setting Time Up To 7 Hours(ASTM C403) S 214.00 80147 Chemical Analysis And Physical Testing Of Fly Ash Per $ 1.498.00 30209 Bleeding(ASTM C232) $ 193.00 Standard Requirements(ASTM C1618) 30229 Concrete Restrained Expansion(ASTM C878) $ 749.00 80250 Qualification Of Silica Fume Per Standard Requirements S 1,498.00 30211 Mix,Make and Test Mortar or Grout Specimens for Compressive $ 642.00 (ASTM C1240) Strength:Set of 6(ASTM C878) 80252 Qualification Of Slag Cement Per Standard Requirements $ 1.498.00 20263 Non-Shrink Grout:Height Change Alter Final Set(ASTM C1090) $ 642.00 (ASTM C989) 20265 Non-Shrink Grout:Height Change At Early Age(ASTM C827) 5 910.00 80254 Effectiveness Of Pozzolans Si Slag Cement In Mitigating $ 1.498.00 30232 Cracking Resistance,Set Of Three Rings,Laboratory Trial S 6.634.00 Expansion Due To ASR(ASTM C441) Retching,Test Until Cracking Or Up To 28 Days(ASTM 1581) 30233 Evaluation Of Pre-Packaged Masonry Mortars(ASTM C270) $ 1,391.00 Task 30234 Creep(ASTM C512)(One Age Of Loading,12 Months S 9,095.00 Code Mass Concrete-Engineering And Testing Services Rate Duration Of Testing) 80256 Thermal Control Plan(Without Cooling Pipes)Per A Unique 5 9,000.00 80198 Laboratory Development of Strength-Maturity Curve Without S 3,424.00 Type Of Placement Of Similar Group Of Placements,Each Plan Establishing Datum Temperature(Up To 5 Testing Ages, 80258 Thermal Control Plan(With Cooling Pipes),Per A Unique $ 10,500.00 ASTM C1074) Type Of Placement Of Similar Group Of Placements,Each Plan 80199 Laboratory Development Of Strength-Maturity Curve With $ 5,664.00 80260 Performance Based Maximum Temperature Difference S 6,000.00 Establishing Datum Temperature(Up to 5 Testing Ages, Laboratory&Analytical Studies,One Concrete Mixture Design ASTM C1074) Task Rock And Concrete Aoareoates-Petrographic Task Code Examination&Special USAGE&CRD Tests Rate Code Evaluation of Mixing Water for Concrete Rate 80262 Rock Type Description,Per Sample(Rock Core Or Rock S 1.000.00 80246 Evaluation of Mixing Water For Concrete Per The Requirements S 1,070.00 Chunk) Of ASTM C1602,Table 1(Physical Properties Of Mortar),Per 80263 Rock Type Description+XRD Including Clay Analysis, S 1.500.00 Sample Per Sample 80248 Evaluation Of Mixing Water For Concrete Per The Requirements $ 1,284.00 80266 Natural Aggregates-Petrographic Examination(Gravel And $ 2.750.00 Of Caltrans.Section 90,Per Sample Natural Sand Consisting Of Single Rock Type ASTM C295) Each,One Sample Task Concrete•Chemical Analysis.Transport Properties. 80268 Crushed Aggregates-Petrographic Examination(Crushed $ 2.750.00 Code Service Lite Modeling.Petrographic Examination Rate Rock And Manufactured Sand Consisting Of Single Rock Type 80123 Acid-Soluble Chloride Analysis(ASTM C1152) $ 134.00 ASTM C295),Each,One Sample Includes Sample Prep) 80270 Coarse Aggregate Certification For Deleterious Materials Per $ 6,500.00 80126 Water-Soluble Chloride Analysis(ASTM C1218) 5 161.00 Specifications Of USACE,Materials Coarser Than 0.75-Inch (Includes Sample Prep) Each,One Sample,200 lb. 80193 Chloride Diffusion Coefficient Of Cementitious Mixtures By $ 2,996.00 80272 Coarse Aggregate Certification For Deleterious Materials Per $ 5,500.00 Bulk Diffusion(ASTM C1556) Specifications Of USACE,0.75-Inch And Finer Material,Each, 80159 Bulk Resistivity(ASTM C1876)And Formation Factor $ 695.00 One Sample,25 lb. 80204 Chloride Binding Isotherm S 910.00 80274 Fine Aggregate Certification For Deleterious Materials Per $ 2,750.00 • 80206 Analytical And Experimental(ASTM C1556)Modeling Of Service $ 8,560,00 Specifications Of USACE,Each,One Sample Life Of Concrete Per Life-365 Model,Per Mixture Design 80276 Aggregate,Scratch Hardness(CRD-C 130),Each,One Sample, S 500.00 80208 Analytical And Experimental(NordTest)Modeling Of Service $ 8.560.00 25 lb. Life Of Concrete Per FIB Model Code 34,Per Mixture Design 80210 Non-Steady State Chloride Migration Coefficient.NordTest 492 S 669.00 Task 80212 Petrographic Examination Of Hardened Concrete.Level I S 1.750.00 Code Soils And Aggregate Tests Rate (ASTM C856)(Excludes Thin Section),Per Sample 30503 Abrasion:LA Rattler(ASTM C131) S 206.00 80129 Petrographic Examination Of Hardened Concrete,Level II S 2,250.00 30505 Abrasion:LA Rattler(ASTM C5351 S 217.00 (ASTM 0856)Includes Thin Section,Per Sample 70301 Atterberg LimitsfPlasticity Index(ASTM D4318,CTM 204) S 165.00 80218 Petrographic Examination Of Hardened Concrete,Level Ill $ 3.500.OD 70303 California Bearing Ratio Excluding Maximum Density S 598.00 (ASTM C858/C1723)(Thin Section And SEMIEDX),Per Sample (ASTM D1883)Soil 80222 WiCM Determination(NordTest Build 361) $ 1,338.00 70304 California Bearing Ratio Excluding Maximum Density $ 670.00 80224 Examination Of Volumetric Proportions Of Hardened Concrete S 535.00 (ASTM D1883)Cement-Treated Soil (ASTM C457),Per Sample 70344 Cement-Treated Soil/Base Mix Design:Includes Three Trial S 3,605.00 80228 Air Void Analysis Of Hardened Concrete(ASTM C457), 5 750.00 Cement Contents With Three Unconfined Compressive Per Sample Strength Specimens Per Cement Content 80232 Electron Microscopy(ASTM C1723) S 803.00 70305 Chloride And Sulfate Content(CTM 417,CTM 422) S 180.00 80234 Paste Carbonation Analysis,Per Sample S 268.00 30403 Clay Lumps And Friable Particles(ASTM C142) $ 210.00 80238 Insoluble Residue Analysis(ASTM C1324) Quotation 30321 Cleanness Value 1'x#4 (CTM 227) $ 180.00 80240 Alkali-Silica-Damage Rating Index(DRIl,Per Sample S 1.338.00 30322 Cleanness Value 1.5"x.75"(CTM 227) $ 285.00 Task Task Code Soils And Aggregate Tests,Continued Rate Code Asphalt Concrete Tests.Continued Rate 70393 Collapse Potential/Index(ASTM D5333) $ 232.00 75040 Emulsion Residue,Evaporation(ASTM D244) $ 175.00 70396 Compressive Strength Of Molded Soil-Cement Cylinders S 109.00 75024 Extraction%Bitumen(ASTM 06307,CTM 382) 5 175.00 (ASTM D1633) 75027 Extraction%Bitumen And Gradation(ASTM 05444,D6307, $ 240.00 70309 Consolidation Test Full Cycle(ASTM 2435,CTM 219) S 205.00 CTM 202,382) 70311 Consolidation Test Time Rate Per Load Increment S 47.00 75028 Extraction%Bitumen,Correction Factor(ASTM 06307, S 385.00 2 1147 TWINING (ASTM D2435,CTM 2191 CTM 382) 70313 Corrosiviy Series Sulfate,CI,pH,Resistivity(CTM 643, S 253.00 75030 Chemical Extraction%Bitumen And Sieve Analysis S 410.00 417,and 422) (ASTM D2172 Method A or B,ASTM D5444) 70315 Crushed/Fractured Particles(ASTM D5821,CTM 205) S 180.00 75042 Lab Tested Maximum Density Hveem,3 Briquettes $ 235.00 70317 Direct Shear Test Remolded And/Or Residual(ASTM D3080) $ 255.00 (ASTM D1561,D1188,CTM 304,308) 70319 Direct Shear Test Undisturbed-Slow ICD](ASTM D3080) S 230.00 75057 Hveem Stabilometer Test,Premixed,3 Bnquettes $ 235.00 70321 Direct Shear Test Undisturbed-Fast ICU](ASTM D3080) $ 200.0D (ASTM D1560,131561,CTM 304,366) 70378 Durability Index Per Method-A,B,C,or D(ASTM D3744, $ 220.00 75048 Lab Tested Maximum Density Marshall,3 Briquettes S 230.00 CTM 229) (ASTM D6926,D2726) 70325 Expansion Index(ASTM D4829,UBC 18-2) $ 175.00 75049 Lab Tested Maximum Density Marshal 6"Specimen, $ 235.00 75004 Fine Aggregate Angularity(ASTM C1252,CTM 234. S 200.00 3 Briquettes(ASTM D5581,D2726) AASHTO T304) 75050 Lab Tested Maximum Density Superpave Gyratory Compacted $ 90.00 30507 Flat And Elongated Particle(ASTM D4791) $ 250.00 Briquette.SSD,1 Briquette(ASTM D6925,D2726) 30508 Flat Or Elongated Particle(ASTM D4791) S 220.00 75052 Lab Tested Maximum Density Superpave Gyratory Compacted S 100.00 70331 Maximum Density Methods A/B/C(ASTM D1557, 5 195.00 Briquette,Paraffin,1 Briquette(ASTM D1188,136925) D698,CTM 216) 75051 Maximum Theoretical Specific Gravity]RICE](ASTM D2041, $ 180.00 70333 Maximum Density Check Point(ASTM D1557,D698) $ 70.00 CTM 309) 70335 Maximum Density AASHTO C(Modified)(AASHTO T-180) $ 200.00 75066 Marshall Stability And Flow,Cored Sample.Each S 90.00 70336 Maximum Index Density Vibratory Table(ASTM D4253) $ 355.00 ASTM D6927) 70337 Moisture Content(ASTM D2216.CTM 226) S 30.00 75069 Marshall Stability And Flow,Premixed,3 Briquettes $ 255.00 70339 Moisture and Density Ring Sample(ASTM D2937) $ 30.00 (ASTM D6926,D6927) 70341 Moisture and Density Shelby Tube Sample(ASTM D2937) $ 45.00 75106 Marshall Stability And Flow,Gyratory Compacted Specimen S 255.00 70340 Moisture-Density Relations Of Soil-Cement Mixtures 5 285.00 Pre-Mixed,3 Briquettes(ASTM D5581,D6925) I Premixed In The Field(ASTM D558) 75107 Marshall Stability And Flow 6"Specimen.Premixed, 5 255.0D 70342 Moisture-Density Relations Of Soil-Cement Mixtures $ 365.00 3 Briquettes(ASTM D5581) Mixed In The Lab(ASTM D558) 75063 Moisture Content(CTM 370) S 90.00 70328 pH Of Soils IASTM D4972) $ 65.00 75005 Wet Track Abrasion Test(ASTM D3910) S 185.00 70330 Organic Content Of Soils(ASTM D2974,Method A Only) S 90.00 75093 Hveem Mix Design(Excluding Aggregate Quality Tests) Si 6,000.00 30401 Organic Impurities(ASTM C40.CTM 213) $ 95.00 75096 Hveem Mix Design,With RAP(Excluding Aggregate Quality $ 6.500.00 70343 Permeability(ASTM D5084) Quotation Tests,RAP Qualification) 80001 Potential Reactivity Chemical Method(ASTM C289- $ 800.00 75099 Hveem Mix Design,With Lime(Excluding Aggregate Quality 5 10,000.00 Discontinued Method) Tests) 70394 Potential Reactivity Mortar Bar Expansion Method, 5 990.00 75094 Hveem Mix Design Caltrans Untreated Mix(Including $ 7,000.00 14-Day Exposure(ASTM C1260) Aggregate Quality Tests) 70391 Potential Reactivity Mortar Bar Expansion Method, 5 1,100.00 75095 Hveem Mix Design Caltrans Lime Treated Mix(Including S 8.000.00 28-Day Exposure(ASTM C 1260) Aggregate Quality Tests) 70398 Potential Reactivity Concrete Bar Expansion Method $ 2,995.00 75084 Marshall Mix Design(Excluding Aggregate Quality Tests) $ 6,000.00 (ASTM C1293),12 month 75087 Marshall Mix Design With RAP(Excluding Aggregate Quality S 6,400.00 70399 Potential Reactivity Concrete Bar Expansion Method $ 3,320.00 Tests) (ASTM C1293),24 month 75090 Marshall Mix Design With Lime(Excluding Aggregate Quality S 7,000.00 70397 Potential Reactivity of Aggregate Combination,Nonstandard $ 1.175.00 Tests) Method;14-Day Exposure,Mortar(After ASTM C1567) 75083 Open Grade Asphalt Concrete Mix Design(ASTM D7064, S 3,500.00 70392 Potential Reactivity Of Aggregate Combination,Non-Standard $ 1.230.00 CTM 368) Method;28-Day Exposure,Mortar(After ASTM C1567) 75109 Superpave Mix Design(Excluding Aggregate Quality Tests) S 12,000.00 70345 R-Value Soil(ASTM 284.4,CTM 301) 5 454.00 75113 Superpave Mix Design,With RAP(Excluding Aggregate 5 12,500.00 70347 R-Value Aggregate Base(ASTM D2844,CTM 301) $ 505.00 Quality Tests) 70349 Sand Equivalent(ASTM D2419,CTM 217) $ 129.00 75114 Superpave Mix Design With Rubber(Excluding Aggregate $ 12,500.00 70351 Sieve a200 Wash Only(ASTM D1140,CTM 202) 5 93.00 Quality Tests) 70353 Sieve With Hydrometer 3/4"Gravel To Clay(ASTM D422. S 258.00 75115 Superpave Mix Design With Additives(Excluding Aggregate 5 12,700.00 D7928,CTM 203) Quality Tests) 70355 Sieve With Hydrometer Sand To Clay(ASTM D422, 5 248.00 75075 Effect Of Moisture On Asphalt Paving Mixtures,Pre-Mixed S 1,200.00 D7928,CTM 203) (ASTM 04867,AASHTO T283) 70357 Sieve Analysis Including Wash(ASTM C136,CTM 202) S 155.00 75111 Hamburg Wheel Track Test,20,000 Passes,4 Briquettes $ 1,300.00 70359 Sieve Analysis Without Wash(ASTM C136,CTM 202) S 125.00 (AASHTO T324) 70360 Sieve Analysis Split Sieve(ASTM C136,CTM 202) $ 250.00 75039 Raveling Test Of Cold Mixed Emulsified Asphalt(ASTM D7196) S 225.00 70361 Sieve Analysis Without Wash With Cobbles(ASTM C136, 5 245.00 75057 Marshall Stability,Wet Set,3 Replicates(AASHTO T245) S 390.00 CTM 202) 75068 Marshall Stability,Dry Set,3 Replicates(AASHTO T245) $ 330.00 70363 Soundness Sodium Or Magnesium Sulfate,5 Cycles $ 464.00 75070 Cold Recycled Asphalt Mix Design 2 Gradings Each, $ 11 600.00 (ASTM C88) 3 Emulsion Content(Caltrans LP-8) 70365 Specific Gravity And Absorption Coarse(ASTM C127, S 105,00 CTM 206) Task 70367 Specific Gravity and Absorption Fine(ASTM C128, $ 170.00 Code Mortar And Stucco-Petroaraohic Examination Rate CTM 207) 80282 Stucco,One-Coat(ASTM C856).Includes Thin Section), 5 2.250.00 70369 Swell/Settlement Potential One Dimensional(ASTM D4546) 5 155.00 Per Sample 70371 Triaeial Quotation 80286 Stucco,Two-Coat(ASTM C856),Includes Thin Section), $ 2,500.00 70373 Unconfined Compression(ASTM D2166,CTM 221) 5 196.00 Per Sample 30317 Unit Weight Per Cubic Foot(ASTM C29,CTM 212) 5 129.00 80290 Stucco.Three-Coat(ASTM C856),Includes Thin Section). S 3.000.00 30319 Voids In Aggregate With Known Specific Gravity(ASTM C29, S 129.00 Per Sample CTM 212) 80294 Mortar(ASTM C1324,Petrographic Examination And Chemical 5 3.250.00 30411 Lightweight Particles Coarse,with Two Solutions(ASTM C123) 5 535.00 Analysis),Per Sample 30412 Lightweight Particles Fine,with One Solution(ASTM C123) 5 258.00 20807 Method of Test for Relative Mortar Strength of Portland $ 1,400.00 Task Cement Concrete Sand(CT 515) Code Brick Masonry Tests,ASTM C67 Rate 20301 Modulus Of Rupture Flexural $ 118.00 Task 20303 Compression Strength $ 81.00 Code Asphalt Concrete Tests Rate 20305 Absorption 5 Hour or 24 Hour S 86.00 75031 HMA Mixing And Preparation S 140.00 20307 Absorption(Boil)1.2 Or 5 Hours $ 118.00 75032 HMA Mixing And Preparation With Aggregate Treatment S 126.00 20309 Initial Rale Of Absorption $ 75.00 75033 Bulk Specific Gravity Of Compacted Sample Or Core SSD $ 62.00 20311 Efflorescence $ 91.00 (ASTM D2726.CTM 308C) 20313 Cores Compression $ 97.00 75036 Bulk Specific Gravity Of Compacted Sample Or Core Paraffin $ 88.00 20315 Shear Test On Brick Cores 2 Faces S 118.00 Coated(ASTM D1188 and CTM 308A) Task Task Code Concrete Block. ASTM C140 Rate Code Metal and Steel Testing,Continued Rate 20321 Compression 5 102.00 20619 Hardness Test(ASTM E18) $ 91.00 20323 Absorption/Moisture Content/Oven Dry Density 5 102.00 20630 Bolt Axial Tensile Test(Up To 7/8'Diameter) 5 75.00 20327 Linear Shrinkage(ASTM C426) 5 295.00 20631 Bolt Wedge Tensile Test(Up To 7/8'Diameter) $ 91.00 20335 Web And Face Shell Measurements $ 59.00 20632 Bolt Axial Tensile Test(Greater Than 7/8'Up To 1"diameter) $ 97.00 20329 Tension Test $ 188.00 20633 Bolt Wedge Tensile Test(Greater Than 7/8"Up To 1"Diameter) $ 118.00 3 1148 1% • TWINING 20331 Core Compression $ 37.00 20634 Bolt Axial Tensile Test(Greater Than 1"Diameter) S 140.00 20333 Shear Test Of Masonry Cores 2 Faces $ 118.00 20635 Bolt Wedge Tensile Test(Greater Than 1"Diameter) S 150.00 20339 Efflorescence Tests S 91,00 20636 Bolt Proof Load Test(Up To 7/8") S 102.00 20637 Bolt Proof Load Test(Greater Than 7/8'Up To 1"Diameter) S 124.00 Task 20638 Bolt Proof Load Test(Greater Than 1") S 145.00 Code Masonry Prisms,ASTM C1314 Rate 20639 Nut Proof Load Test(Up To 7/8") $ 81.00 20341 Compression Test,Composite Masonry Prisms Up To 8"x 16" $ 220.00 20640 Nut Proof Load Test(Greater Than 7/8"Up To 1"Diameter) S 102.00 20343 Compression Test.Composite Masonry Prisms v 8"x 16" $ 295.00 20641 Nut Proof Load Test(Greater Than 1") S 113.00 20346 Prism Cord Modulus of Elasticity S 696.00 20347 Prism Cord Modulus Of Elasticity With Transverse Strain S 760.00 Task (For Double-Wythe Specimen) Code Chemical Testing Of Metal And Steel Rate 80170 Steel Chemical Analysis Quotation Task 80173 Weight Of Galvanized Coating(ASTM A90) $ 97.00 Code Mortar And Grout Rate 80176 Epoxy Coating Thickness S 107.00 20351 Compression 2"x 4"Mortar Cylinders(ASTM C780) S 65.00 80177 Coating Thickness S 102.00 20353 Compression 3"x 3"x 6"Grout Prisms, Includes Trimming $ 49.00 (ASTM C1019) Task Machining And Preparation Of Tensile And Bend 20355 Compression 2"Cubes(ASTM C109) $ 65.00 Code Sample:Carbon Steel Rate 20357 Compression Cores Includes Trimming(ASTM C42) $ 97.00 20751 Machinist Initial Preparation From Mock-Up,Etc.(Per Hour) S 156.00 20753 Sawcut To Overall Width(Per 0.5"Thickness Or Fraction S 70.00 Task Thereof) Code Masonry Specimen Preparation Rate 20755 Machine To Test Configuration Milled Specimens S 102.00 20155 Cutting Of Cubes Or Prisms $ 81.00 20757 Machine To Test Configuration Turned Specimens(Per 0.5" S 182.00 Thickness Or Fraction Thereof) Task 20759 Prepare Subsize Specimens(Per 0.5°Thickness Or Fraction S 124.00 Code Fireproofing Tests Rate Thereof) 20401 Oven Dry Density(ASTM E6051 S 97.00 Task Task Code Charity Impact Rate Code Gunile And Shotcrete Tests Rate 20621 Charpy Impact Ambient Temperature S 113.00 20361 Core Compression Including Trimming(ASTM C42) $ 113.00 20623 Charpy Impact Reduced Temperature $ 150.00 20365 Compression Cubes(Includes Saw Cutting) $ 81.00 Task Task Concrete Roof Fill:Gypsum.Vermiculite,Penile. Code Machining Of Charpy Samples:Carbon Steel Rate Code Lightweight Insulating Concrete,Etc. Rate 20780 Cutting And Milling(Per 0.5"Or Fraction Thereof) S 102.00 20371 Compression Test(ASTM C495 and C472) S 81.00 20783 Final Machining To Sample Configuration S 124.00 20373 Air Dry Density(ASTM C472) S 70.00 20379 Oven Dry Density(ASTM C495) S 97.00 Task Code Prestressing Wires Arid Tendons. (ASTM A4161 Rate Task 20701 Stress-Strain Analysis Wire Or Strands(Including Chart And $ 273.00 Code Reinforcing Steel.ASTM A615.A706 Rate Percent Offset) 20501 Tensile Test#11 Or Smaller S 81.00 20703 Tensile Test Only S 204.00 20503 Bend Test#11 Or Smaller $ 75.00 20705 Tendons Quotation 20504 Bend Test#14 Or#18 S 428.00 2050$ Tensile Test#14 S 321.00 Task 20507 Tensile Test#18 S 418.00 Code Polymer Matrix Composite Materials(Fiberwrapl Rate 20706 Tensile Strength-Set of 5 Specimens/BatchiDirection S 1.498.00 Task (ASTM D3039) Code Reinforcing Steel-Welded Or Coupled Specimens Rate 20707 Tensile Strength-Additional Specimens(ASTM D30391 S 289.00 20521 Tensile Test Welded/Coupled#11 And Smaller $ 91.00 (ASTM D3039) 20523 Tensile Test Welded/Coupled#14 $ 311.00 20708 Heating Chamber Time-Per 24 Hr.Period S 107.00 20525 Tensile Test Welded/Coupled#18 $ 439.00 20529 Weld Macroetch $ 102.00 Task • • 20531 Slippage Test-Caltrans(CTM 670) S 236.00 Code Calibration Services And Universal Machine Usage Rate 20532 Tensile Test Welded Hoops#11 And Smaller $ 182.00 20801 CalibrationNerification Services Quotation 20803 Universal Test Machine Usage(Per Hour) $ 509.00 Task Code Metal and Steel Testing Rate Specialty Testing 20601 Tensile Strength Up To 100K Pounds(Each) $ 91.00 -Cylic And Fatigue Testing Programs On Special Products/Parts 20603 Tensile Strength Up To 200K Pounds(Each) $ 102.00 •Engineering And Technical Supports/Design Of Prototypes And Special Test Set-Up 20605 Tensile Strength Up To 300K Pounds(Each) $ 129.00 -Fastener/Coupling Full Testing Program Per New Regulations:Tension,Tension/Bend, 20607 Tensile Strength Up To 400K Pounds(Each) $ 188.00 Shear,Double Shear,8 Compressions 20609 Tensile Strength 400K To 600K Pounds(Each) S 428.00 -Fiberglass/Composite Materials Field Testing Program(ASTM D1143 D1242, 20611 Tensile Strength Stress-Strain Percent Offset S 268.00 D2584,D4065,D4476,D4923,D7901,D7921.and 07321 20545 Weld Macroetch S 102.00 -Field Testing Of Structures And Structural Elements 20547 Weld Fracture 5 54.00 -In-Place Shear Testing 20615 Bend Test S 86.00 -Materials And/Or Product Evaluation Per Specifications 20617 Flattening Test S 86.00 -Structural Dynamic Testing And Durability Analysis General Conditions NOTE:Field inspection work conditions are established by contract with Operating Engineers,Local 12. NOTE:A minimum of 24 hours notice is required for testing and inspection services. NOTE Pot'projects subject to a Project Labor Agreement(PIA),if the terms and conditions of the PLA are more restrictive than those listed below.PLA terms and conditions wilt apply. NOTE:Rates yell be adjusted annually each July 1st to reflect increased costs, Administrative Fees All administrative fees,except as noted below,including report distribution and Twining Construction Hive system are billed at the following percentage of the monthly invoice total: 5% General Conditions, Continued Note that hard copies of reports will be sent only to goveming jurisdictions that mandate them.All other parties will receive reports electronically.The administrative fee above wit receive reports electronically.The administrative fee above will be increased by 1%if additional hard copies of reports are requested-Submittal of project specific forms or resumes will be billed hourly at the Administrative Support Rate. Minimum Charges(Inspection and Technician Personnel Only-Other Personnel Charged on Portal to Portal Basis) 2-Hour Minimum:Inspector arrives at jobsite,no work to perform 4-Hour Minimum:1 to 4 hours of inspection 8-Hour Minimum'Over 4 to 8 hours of inspection Regular Time(All Types of Inspection and also All Non-Exempt Employees) The first 8 hours worked Monday through Friday between 5:00 a.m,and 5:00 p.m.except as noted dlhenvise below. 1149 • 1% TWINING Time and One-Half(All Types of Inspection and also All Non-Exempt Employees) All shifts will be billed based on the time and date of their start.Any increment past 8 hours through 12 hours worked Monday through Friday and the first 12 hours on Saturday.Time and one-half will also be charged for the first lour hours before 5:00 a.m.and after 5:00 p.m. Double Time(All Types of Inspection and also All Non-Exempt Employees) All shifts will be billed based on the time and dale of their start After the first 12 hours worked Monday through Saturday.all day Sunday, and holidays.After the first four hours worked before 5:00 a.m.and after 5:00 p.m.Holidays are New Year's Day,President's Day,Memorial Day,Independence Day,Labor Day,Veterans Day,Thanksgiving,the day after Thanksgiving, Christmas Day,and Local 12 general meeting days(First Saturday in June,First Saturday in December).If any of the holidays should fall on Sunday,the Monday following shall be considered the holiday. Meal Period When personnel are required by their duties to work more than five consecutive hours without a one-half hour uninterrupted meal period,one half hour at double time rate will be charged in addition to any applicable overtime for actual hours worked. Shift Differential(Applies to Regularly Scheduled Shifts Only) A 51.00 per hour shift differential premium will be charged for all inspection hours that fall outside of the 5:00 a.m.to 5:00 p.m.time period.Twining will require 48-hour notice along with the General Contractors approved shift letter prior to beginning a shift that will include hours tailing outside this time period,Should this notice not be provided,at work performed on that shift will be billed at the applicable overtime or double time rate. If three shifts per day are required,the first shift will be billed at the standard rate.The second shift shall be billed in accordance with the previous paragraph.The third shift shall be billed at 8 hours for the first 6 1/2 hours worked and appropriate overtime or double time for all hours thereafter. Travel Time and Mileaoe For projects outside a 50-mile radius from the nearest Twining facility,per excess mile to and from the project will be charged for inspectors and technicians.Other than small tools, whenever project related equipment is required to be transported to and from the project site,time and mileage for inspectors and field technicians will be billed on a portal to portal basis. For all projects,current IRS mileage rate per mile and applicable travel time will be charged portal to portal for engineers,consultants,supervisors,and laboratory technicians from the laboratory to the project site and retum. For work locations located 100 miles or more from Twining,travel time will be charged at the relevant rate for inspectors and technicians in addition to a subsistence allowance as detailed below. Weekend Sample Pick-ups In order to be in conformance with testing standards,it may be required that weekend pick-ups be performed(e.g.concrete specimens cast on Friday must be picked up on weekend in order to be in conformance with ASTM C31 requiring specimens to be moved to their final curing location within 48 hours of casting.)Applicable charges for weekend work will apply when this is required.Should these charges not be authonzed,Twining will not be liable for any negative consequences. Reimbursable Expenses Parking,air fare,car rental,food,lodging and project specific software/applications(e.g.PlanGrid,Procore,etc.)will be charged at cost plus 20%per processed invoice,unless provided by client. Proiect Specific Documents Costs presented assume that client will provide project specific documents(plans.specifications,submittals,RFts,etc.)for all inspection personnel.Should project specific documents be provided electronically through a"for fee"service.the client will be responsible for providing access and paying any fees for the service. Proiect Site Facilities Prices quoted assume that initial curing facilities for test samples that comply with relevant test standards and project requirements are provided by others. In addition,prices quoted assume that work/desk space for inspection staff are provided by others. Additional costs,provided by quotation,will apply should Twining be required to provide such lac Sties. Subsistence Subsistence on remote jobs will be charged per quotation. Laboratory Testing Hours and Expedited Testing Please note that laboratory testing wit be billed on an hourly basis for non-standard tests.If testing is required to be performed on Saturdays,Sundays,holidays,or before 5:30 a.m.or after 4:00 p.m.on weekdays,an additional hourly charge.at the applicable regular,overtime or double time rate,with a minimum of one hour will be applied for the laboratory technician.For rush testing a 50%surcharge in addition to the regular test rate will apply. Charoes for Subcontracted Services Material sent to outside laboratory for testing: Cost plus 20% Material sent to outside fabricator or machine shop: Cost plus 20% Glu-Lam beam inspection Cost plus 20% Other subcontractors: Cost plus 20% Project exclusive equipment purchase: Cost plus 20% Limit of Liability Client agrees to limit Twining's aggregate liability to all entities for alleged or actual errors and omissions in the performance of its professional services under this agreement to 550,000.00 or the fees actually paid to Twining,whichever amount is greater,Higher limits may be available by quotation. Additional Insurance Coverage Any requirements for additional insurance policies or coverage beyond our normal policies/limits(e.g.SML coverage)may be provided at an additional fee and will be quoted on a per project requirements basis. Certified Payroll Certified payroll will be provided,upon request,at an additional charge of 5150.00/month. Fee applies to every month that certified payroll must be submitted regardless of whether or not services were provided for any given month. 5 1150 Cr Policy Number. 14,0040070196607 Dale Entered' 10/27/2025 A � DATEIMMID0,YYYYI) p l'1 CERTIFICATE OF LIABILITY INSURANCE 10/27/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ios) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subjoct to the terms and conditions of the policy,certain policies may require an endorsomenL A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CDTITACT eanni wehbe Wehbe Insurance Agency NAME: 28631 S. Western Ave B 101 PHONE Eel): (310)221-6334 1;"K:,No>: (310)221-6353 AOOREss: sanniwehbe@yahoo.com Rancho Palos Verdes, CA 90275 INSURERS)AFFORDING COVERAGE NAICN INSURER A:MESA US Insurance Company 36838 INSURED Syrusa Engineering. Inc IlISURERB: Farmers Insurance Company 21652 IRsuRERc: LLoyds Insurance 15792 255 W Central Ave 1) 209 INSURER O,Admiral Insurance Company 24856 Brea, CA 92821 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, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AOUL SUeR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE IN50 tWD POLICY NUMBER (BMIUOIYYYY) (LIMIOOIYYYY) LIMITS A X COMMERCIAL GENERAL LIABIUTY EACH OCCURRENCE s 1,000,000 idol/2Ozs 11/o1/2026 1J.anut wNttraltu 100400 000 CLAIMS-MADE ��OCCUR X X b1P0040070196607 PRErlNS£S(EaocnrrPn e1 s MEDEXP(Anycneperson) $ 5,000 PERSCNTALBADV INJURY S 1,000,000 G€FHL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE 5 2,000,000 X POLICY Cl O LOC PRODUCTS-CO/PKJPAGG S 2,000,000 , OTHER (Ea e AUTOMOBILE LIABILITY c}IIWF EDbtA) hr3LE TWIT 5 2,000,000 uikr B ANY AUTO X X 605872949 11/01/2025 It/GI/2026 BODILY INJURY(Per pelsrn) S OAA&D —SCIECULED BCXYLY INJURY(Per acciden) S AUTOS ONIY AUKS FTREO NJN)AHED PROPERTY LFAMAL± AUTOS ONLY AUTOS ONLY (Per accident) A UMBRELLA LIAR OCCUR >/ IACH OCCURRENCE $ 8,090,000 AO c EXCES5tI CtAIL4SMA X X 6tX010400700009 1i/01/2025 11/01/2026 AGGREGATE s 8,000,000 GED f RETENTION S _ S WORKERS COMPENSATION till OH/1. AND EMPLOYERS'LIABILITY STATUTE ER Ally PROPRIETOR/PARTNER/EXECUTNE IYIN{ NIA EL FACH ACCIDENT S OFFICER/MEIARER FXCIUDE.OY 11 (Mandatory In NH) EL DISEASE-EA EMPLOYEE S II 1Les,desalbe under DESCRIPTION OF OPERATIONS below E L DISEASE-POLICY LIMIT S ID (PROFESSIONAL (TAB E0000002699312 10/09/2025 l0/09/2026 Limit $3,000,000 Excess Professional Aggregate $9,000,000 Liability _ //�l �t`J �L y/11 n DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remake Schedule,may be attached If more space Is/equl/ t31)T)"v to AS 1 O FOR Professional Liabilty Policy has $10,000 deductible. ReEroraotive date is: 10/09/2012 MICHAEL J.VIGLIOTTA CITY ATTORNEY Annual Presidia Paid In full CITY OF HUN TINGTON BEACH 30 days notice of cancellation . CERTIFICATE HOLDER CANCELLATION City Of Huntington Beach Public Works DepartmentSHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPI RATION GATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Hain Street ACCORDANCE WITH THE POLICY PROVISIONS, Huntington Beach, CA 92640 AUTHORIZED REPRESENTATIVE As: Additional Insured Sanni Flehbe ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD PTI:r:\IGro,iProfessional Servi�, ces ,.•• oRPOR ••re .• Contracts for On -Call • \v • __ _ •. c) Construction Management, ----- 1;;,�;-- '_ ••. Materials Testing , and • _ ,:: {' _L • _ Inspection Services - ___ _ _ _ _ . 1 ------ -_ -- - _ -- c Department of Public Works Q _ _ _ - t December 16 , 2025 - -- i ‹k 0 •••:Fs P,v *• • •• 17 1 gp9 , •.• 4� Ar c 0 I •,..• CA° MP? 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. R ' :'N i/i\\NT I N GI O AT: ))f}/ ins . CC,, �tf� .w i• ~ ` fit'.. >lb, y.� / O`�\N��P At4 �o) „ . 40\ - d ,\ . , \ - - f..-__ -:-.. -_- % ', . ;� .^ « ' Pt . _ • � .1 . �- - � L `eer o0 I AF • �, 1999, C UNT\I S/IF�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. i1 ANT I N G T 0 ' /, O�.•.`NtORPORAr u1.•�4 I 5 : - — 1 ow 1288 RFP Selection Matrix I # Firms Construction Inspection Material Testing NTE I Management 1 Accenture Infrastructure and Capital Projects, LLC X X $1,500,000.00 2 Ardurra Group, Inc. X X X $2,500,000.00 3 Berg&Associates, Inc_ X X X $2,500,000.00 4 Cannon Corporation X X X $2,500,000.00 5 Certerra RMA Group X X X $2,500,000.00 6 Dudek X X $1,500,000.00 7 FCG Consultants Inc. X X X $2,500,000.00 s GHD Inc. X X X $2,500,000.00 9 GMU Geotechnical, Inc. X $1,000,000.00 10 Griffin Structures, Inc. X X $1,500,000.00 11 Harris&Associates, Inc. X X X $2,500,000.00 12 MCK AMERICAS INC X X $1,500,000.00 13 Interwest Consulting Group X X X $2,500,000.00 14 Psomas X X $1,500,000.00 15 Southstar Engineering&Consulting, Inc. X X X $2,500,000.00 16 SYRUSA Engineering, Inc. X X X $2,500,000.00 17 Totum Corp X X $1,500,000.00 18 Transtech Engineers, Inc. X X X $2,500,000.0D 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 Wilidan 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. NG10 i• i = • couNTY 0P\- 1290 ii ,' _ i i4 11. -:,b .., ' 11� ,I � 1. 1 ri'. _ s i r a'r it rn �l i +�t .y.fir,r..i . r .. _ •'.:r� .s Yk. - ! r may,' • �p 1 Y Li. I .+ -�ls i Yr'''. •I' • _ l •7 . .Y: s. s 5y�t� V 3 'T f ;d .,. .,,,,-,,-,-it_ _ . ,,•-- —" " .i 's. ay.. {�• t ., • • litr';:f,' —, ..:.:t...;•::;.;.1 Wi I 4 r ,1.,,,,,.. , • • .,..,. • .•... ' . • r i!t r.t , t• 4 rlr\ii\L t 1 e yew. •,xtfj' I • .2. ,fs r • �FFFTTTAii;^^^ r•_ 4 v c, . (11) O ■ Num (in a)