Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Totum Corp - 2025-12-16
N•G 2000 Main Street, pEe•� � ,ry� Huntington Beach,CA � vn 92648 ._ City of Huntington Beach APPROVED 6-0-1 (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 ` PO powered by LegistarTM 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 Service ; and 31E 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 C�� I rA& � powered by LegistarTM /t %CAX„�/ 598 File #: 25-929 MEETING DATE: 12/16/2025 In response to an expanded CIP budget, from $35 million to $63 million, the City anticipates the need for an increased number of on-call contracts to meet the additional workload and project complexity over the next three years. Such large projects and developments include multiple lift stations, water wells, arterial street rehabilitations, bridge rehabilitations, traffic signal and lighting projects, facility rehabilitation, and park projects. In addition to CIP construction management and inspection services, these contracts also cover inspection duties for the Development Section. These duties include inspecting utility permits and larger development projects funded through developer impact fees. Procurement Process To proactively prepare for this workload, the City issued a Request for Proposal (RFP) on June 13, 2025, seeking firms to provide On-Call Construction Management, Materials Testing, and Inspection Services. The RFP covered a range of disciplines includingproject management, materials testing, 9 P 9 � 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 consistentlyattracts highly qualified firms for such RFPs, resulting in a P 9 Y competitive and robust selection process. Based on evaluation results, staff recommends awarding nine (9) on-call contracts to provide additional support for the City's capital improvement program. The nine firms listed would help reduce potential interruptions in construction services. Additionally, approval of the firms listed would provide a total of eighteen firms, enabling competitive proposals and greater availability of specialized construction services. Recommended Firms The current recommended firms are: Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum City of Huntington Beach Page 3 of 5 Printed on 12/10/2025 powered by LegistarT" 599 File #: 25-929 MEETING DATE: 12/16/2025 Corp; and TRANSTECH Engineers, Inc. Funding and Contract Terms Funding for these services will be drawn from Public Works project and program budgets. Work will be assigned through individual task orders on a time-and-materials basis, with consultants compensated only upon completion of assigned tasks. Projects that currently use Construction Management, Materials Testing, and Inspection consultant task orders include Heil Pump Station, Admiralty Bridge, Humboldt Pump Station, Traffic Signal Installations, Sunset Beach Sewer, to name a few. Projects upcoming that will use construction management and inspection include Humboldt Bridge, McFadden Lift Station, Davenport Lift Station, Water Well projects, Street Overlays/Rehabilitation, Downtown Street Lighting, Traffic Signals, and include inspection support for Development permitting. On-call contracts will be activated only when project demands exceed available City staff capacity. Each contract will have a three-year term and a not-to-exceed amount, with no guaranteed work. All expenditures under these agreements remain subject to City Council approval through the annual budget process. Environmental Status: Not Applicable Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Request for Proposals (RFP) 2. Cannon Corporation Contract Summary 3. Professional Services Contract with Cannon Corporation 4. FCG Consultants Inc. Contract Summary 5. Professional Services Contract with FCG Consultants Inc. 6. Griffin Structures, Inc. Contract Summary 7. Professional Services Contract with Griffin Structures, Inc. 8. Interwest Consulting Group, Inc. Contract Summary 9. Professional Services Contract with Interwest Consulting Group, Inc 10. MCK Americas, Inc. Contract Summary 11. Professional Services Contract with MCK Americas, Inc. City of Huntington Beach Page 4 of 5 Printed on 12/10/2025 powered by 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 ioATING70 I'0ic..A z D ,-4, ,df1 % a• •S; \`#6;,N NTV CP��iQ11 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 firm will be responsible for all professional related Construction Management and Inspection services. Administrative: 1. Perform a"third"party constructability review of the project plans and specifications prior to the preconstruction conference and identify potential problems that may need attention before construction starts. Provide reviews and comments from ADA compliance perspective. 2. Review project permit requirements. 3. Prepare and conduct Pre-Construction Meetings. 4. Provide coordination of project activities and prepare reports and documents, as necessary, for City review and action. 604 5. Maintain at the consultant's local office, on a current basis; a record copy of all contracts, drawings, specifications, addenda, change orders and other modifications, in good order and marked to record all changes made during construction; shop drawings, product data; samples; submittal;purchases; materials; equipment; applicable handbooks; maintenance and operating manuals and instructions; other related documents and revisions which are relevant to the contract work. 6. Provide weekly status reports to the City as required. 7. Review laboratory, shop and mill test reports of materials and equipment, and coordinate as required with Design Engineers. 8. Utilize the City's Virtual Project Manager(VPM)platform to perform project management duties and maintain project updates. A proprietary Excel-based tracking database may be made available to the consultant for the purpose of retrieving pertinent information(e.g., logs,payment applications, working day statements)throughout the course of the assignment. Direct input into the City's internal tracking system (PTS)by outside agents is will be allowed on an as needed basis. 9. Monitor contractor and subcontractor compliance with State labor law and paperwork requirements including certified payroll, conducting spot interviews with employees on the project,preparing daily reports listing employee, labor classifications, hours worked and equipment on project, maintaining evidence of apprentices employed on the project, spot checking payrolls to ensure that applicable Davis-Bacon or State prevailing wage rates are paid and ensuring that contractor has posted all required posters,notices and wage determination at the job site. 10. Administer the construction contract in conformance with the requirements set forth in the project Plans and Specifications including applicable requirements from Caltrans Standard Plans and Specifications. 11. Receive, log and respond to Contractor Request-for-Information(RFI's). 12. Conduct weekly construction progress meetings with contractor, subcontractors, City staff, design engineer, sub-consultants, affected outside agencies, general public,business owners, other consultants, etc. to discuss matters such as procedures,progress, problems, and scheduling. Prepare and distribute meeting minutes. 13. Coordinate and monitor all inspection activities. 14. Maintain an open door policy and meet with general public as needed regarding the construction and make recommendations to address their concerns. 15. Receive and process all shop drawings,project data, samples, and other submittals to the design engineer for review. Establish and implement procedures for expediting the processing and approval of submittal. 16. Coordinate submittal review with design engineer on an as needed basis. 17. Coordinate with the City Engineer and other city departments. 18. Document all claims and maintain for account records. Provide all necessary documentation and support to the City in settling claims. 19. Administer implementation of project's traffic control plans and perform weekly review for conformance to approved plan. 20. Coordinate and schedule construction surveying. 21. Coordinate testing requirements and scheduling of material testing. 22. Review and analyze the contractor's cost loaded/resource loaded baseline project schedule for critical path, activity logic sequences,realistic durations, constraints, schedule of values and schedule of delivery for products with long lead time which includes submittal process. Work with contractor(weekly) to maintain the project schedule updates to show current conditions and suggest revisions as required that will be congruent with monthly progress 605 pay requests. 23. Recommend necessary or desirable changes in the construction contractor's scope of work to City. Review and evaluate contractor's request for changes.Negotiate with contractor and submit recommendations to City supported by field data related to any additional work. If change orders are accepted by City,prepare change orders for signature and authorization by the City. Maintain a log of change requests. 24. Oversee contractor maintains "As-Built"project schedule. 25. Review pay requests and provide recommendation for contractor payments. 26. Coordinate the transition for beneficial occupancy of the project by City of Huntington Beach. 27. Coordinate any training sessions required for City staff. 28. Conduct regular coordination meetings with property owners and business owners. 29. Construction Closeout- Consultant shall provide the following project closeout services: • Administer and coordinate fmal inspections. • Coordinate the correction and completion of the work. • Assist City in determining when the project or a designated portion thereof is substantially complete. • Calculate the amount of 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 countl A cover letter must summarize key elements of the proposal.An individual authorized to bind the consultant must sign the letter. The cover letter must include the address and telephone number of the consultants' Project Managers' office located nearest to Huntington Beach that will provide the project deliverables directly to the City. B. Vendor Application Form Complete Appendix A,"Request for Proposal-Vendor Application Form"and include this behind the cover letter. (Vendor Application Form will not be counted toward the page count.) C. Pre-Qualification Form(Exhibit A) The following Pre-Qualification Form must be included in the consultants proposal, behind the Vendor Application Form(See Appendix A). On Exhibit A: Pre-Qualification Form, consultant must indicate if they are willing, or unwilling, or unable to execute the Agreement as drafted(See Appendix B) as well as providing the insurance requirements (See Appendix C). (Pre-Qualification Form will not be counted toward the page count.) D. Service Category Firm Qualifications This section should be organized by service category. The information requested in this section must describe the qualifications of the firm and key staff performing projects preferably similar to Huntington Beach Public Works infrastructure and facility projects within the past seven(7) years 609 in Orange County/Los Angeles County to demonstrate competence to perform these services. Information shall include: 1) Summarize the firm's demonstrated capabilities, including length of time that your firm has provided the services being requested in this Request-for-Proposal. 2) The key personnel, sub-consultants that have participated on named projects and their specific responsibilities and years of experience with respect to this scope of work. 3) Provide at least three separate preferably Orange County/Los Angeles County public agency references that have received similar services from your firm. The City reserves the right to contact any of the organizations or individuals listed. Information provided shall include: • Name of Project, preferably Orange County/Los Angeles County Public Agency, Agency Primary Contact, email and telephone number. • Brief project description (i.e. miles of street rehabilitation, construction cost, building project scope, etc.) • Project Manager on the project who also is the PM on the proposal and key personnel • Start/Finish(months &years) 4) Provide a brief synopsis of the proposal summarizing the firm's unique qualities and the overall benefit of the proposal for the City and your understanding of the services. 5) Include relevant experience supporting Design-Build and/or Progressive Design-Build project delivery. Provide a summary of past DB/PDB projects including owner type, delivery structure, CM role, and lessons learned. 6) Resumes (do not count towards page limit but recommend be limited to 15 pages) Preferred Staffing Provide an organization chart which lists all key individual(s) who will be working on infrastructure and facility projects, indicating the functions that each will perform. The organization chart shall include the proposed Construction Manager,which will be the single point , of contact for the Consultant for this service category. Include resumes for all key personnel as indicated in section above, along with copies of any pertinent certifications. • Construction Manager has a PMP or CCM certification • Public Works Inspectors certified in Public Works infrastructure; concrete, sewer, water, and paving. • Facility Inspectors certified in California Building Code (CBC); California Commercial Electrical, California Commercial Plumbing, California Commercial Mechanical, California Commercial Building • Project Scheduler experienced both in using the latest Primavera and Microsoft Project software and defining/analyzing work breakdown structure,time impact analysis, and critical path analysis. Upon award and during the contract period, if the consultant chooses to assign different personnel to the project, the consultant must submit their names and qualifications including information listed above to the City for approval before they begin work. Understanding &Methodology Section This section must describe your understanding of the City's objectives to be accomplished, innovative approaches, and solutions to similar projects that would be undertaken by the City, and 610 detailed descriptions of efforts your firm will undertake to achieve client satisfaction. Refer to Scope-of-Work of this RFP. For similar projects the City's 2024/2025 CIP can be viewed at; http s://huntingtonbeachca.gov/departments/public_works/engineering/maj or_proj ects.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.corn/HuntingtonBeach/BidsOnline.cfin b. Submission of Proposal Package Complete written proposals must be submitted electronically in PDF file format via the Planetbids.com website no later than 4:00 p.m. (P.S.T) on June 13, 2025. Proposals will not be accepted after this deadline. Standard mail, faxed or e-mailed proposals will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline.Faxed or e-mailed submissions will not be accepted. Proposals shall be prepared with sufficient details to allow for thorough evaluation and comparative analysis. Proposals will not be accepted after this deadline. Faxed or e-mailed submissions will not be accepted. c. Inquires Questions about this RFP must be submitted prior to the specified deadline, and must be directed in writing, via e-mail via PlanetBids Q&A tab no later than 4pm, May 30, 2025 for response. 7. EVALUATION CRITERIA The City's evaluation and selection process is based upon Qualifications Based Selection (QBS) for professional services. The City may use some or all of the following criteria in its evaluation and comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order in which they appear is not intended to indicate their relative importance. The ranking will consist of the basic proposal for clarity and following all directions. Additionally, points will be 611 awarded for Qualifications, Understanding and Methodology, and Staffing in each category. The consultants in the top ranking will have References Checked, Local Preference Check, and an Interview, if necessary. A. Proposal Clarity-Use of terms and explanation throughout are understandable. (10 points) B. Firm Qualifications - Experience of the firm, experience with projects of similar scope, complexity, and magnitude for preferably other Orange County/Los Angeles County public agencies. (25 points) C. Staffing - Experience of the project manager and other key individuals assigned to the project. Educational background,work experience, and related consulting experiences. (25 points). D. Understanding & Methodology - Firm has an understanding of the work to be done, successful implementation and shows effort in completing projects efficiently and accurately. (15 points) E. Reference Check (10 points) The City may also contact and evaluate the consultant's and sub- consultant's references; contact any consultant to clarify any response; contact any current users of a consultant's services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process. F. Interview (15 points). After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your fnn 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. http s://cins3.revize.com/revize/huntingtonbeachca/DocuinentsBusiness/Licenses%20Pemits%20& %20CodeBusiness%20License/FORMS/Standard-Business-License-Application%202024.pdf K. Interview - After written proposals have been reviewed, discussions with prospective firms may or may not be required. If scheduled, the oral interview or video/voice conference interview, at the City's discretion, will be a question/answer format for clarifying the intent of any portions of the proposal. The individual from your firm that will be directly responsible for carrying out the contract, if awarded, must be present at the oral interview or video/voice conference interview. The City reserves the right to waive informalities and'to contract with multiple firms or reject all proposals at its sole discretion. Consultants are encouraged to keep their proposals brief and relevant to the specific work required. 612 8. GENERAL REQUIREMENTS Insurance Requirements City Resolution 2008-63 requires that licensees, lessees, and vendors have an approved Certificate of Insurance (not a declaration or policy) on file with the City for the issuance of a permit or contract. Within ten (10) consecutive calendar days of award of contract, successful consultant must furnish the City with the Certificates of Insurance proving coverage as specified in Appendix C. The consultant is encouraged to contact its insurance carriers during the qualifications submittal stage to ensure that the insurance requirements can be met if selected for negotiation of a contract agreement. Standard Form of Agreement The consultant will enter into an agreement with the City based upon the contents of the RFP and the consultant's response. The City's standard form of agreement is included. The consultant shall carefully review the agreement, especially the indemnity and insurance provisions, as the standard form of agreement will not be changed, and must be accepted as is. Assuming the consultant is agreeable with no exceptions, a statement to that effect shall be included in the qualifications submittal. Disclaimer This RFP does not commit the City to either issue an RFP, award a contract, or to pay any costs incurred in the preparation of the RFP response. The City reserves the right to extend the due date for the RFP, accept or reject any or all proposals submittals received as a result of this request, negotiate with any qualified consultant or cancel this RFP in part or in its entirety without penalty. Assigned Representatives The City .will assign a responsible representative to administer the contract and to assist the consultant in obtaining information. The consultant shall also assign a responsible representative (project manager) and an alternate, who shall be identified in the RFP response. The consultant's representative will remain in responsible charge of the consultant's duties from the notice-to- proceed through project completion. If the consultant's primary representative should be unable to continue with the project, then the alternate representative identified in the RFP response shall become the project manager.Any substitution of representatives or sub-consultants identified in the RFP response shall first be approved in writing by the City's representative. The City reserves the right to review and approve/disapprove all key staff and sub-consultant substitution or removal, and may consider such changes not approved to be a breach of contract. 613 EXHIBIT A Pre-Qualification Form 614 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT and MATERIALS INSPECTION CONSULTING SERVICES • "1 !='"..;.t'•;.'S{.;,.t:;5'.5y,iv c:3'.v-.;rr..emu_ .,r.T��rr.,; ->:,s•� ..,4u- - 3�::.,;7'4`;ab'�r'"•; `^.p,::p � ':3tYr'."•S :y�::,E.:a,�.. �,'r•n - - .,.-irr:�;.,�'3,•�y't ,rfr?�rtJ%!' -.rti.k;.•`Y -a:y ��ee .ur,,, ;?•'. $�•?^. it>a t){ir-i,l,I;y�rn ,:'�� ,.¢>,; sa,-"4.n hrl:r ,a,tc i.;•rpy :, <;'•t{ T .. yiA,' 4., Y.SE S;A: T_ G®eR ., f. I,.::r.:..,, . ,. t.., ,. . Y/N �..x. R u� ,S�rT7w�• sir.:+ d ;v, r[3`�, --4 _ ,a,, _ r-t�,[�y:' :�, !: $.� '" .i�.. .s„r r.res::ri:_ .�iiY.�: ':' _-� +. .t:"t .r' .r1.- 3_,c,.-, a;:y.,r';: .y Y?.'.�,�;`e�-r.: 4�J. .a.•; v"r.-'i., t A:}•;^r's +s?• :S'`-'�•j•E;�a%p .,�.. .7,i:.":ter F•:,:�i{r`(:i'f-`f;tifr,'= •.__,AT X?stf. a ., .. :''P2 .. .. ..'%.,^ .� "•t::lii ..i - �..}� I JLC. h-titr:k�" W Gs„'. r""t's! -�<:�.'.+ ,h.r � v- mot . �, tr. -! 'fv�Yf. 37�':�%. ;.r.x.. ,nd�,5:3 �,�;3;�•..rrt�T,�'7, .�'�.' � �i:%j3ecm'" q t<•;:Yiv�s.. i4,,ll�r r= '�.,. `.••::L,. ���'�� �4 ",#�. '3:C}': `:5:3.�( _ic ..Y- n•..xy,:;r .i>S:ySir t.'ts..h' ,1�.�;"' ;i: YY��` .7' ;:'Li,+�^��n.n•.n•. -„�i.,�•. .•E'„q'..t.t..^4"11,.�1�. F� `i -i:i�";�N;t...,i�t�:,"n�;'..y:,�. . y�.`.{:'.'•:J�y,:-t3„:.,,2`{L'. r�.,- ,.F•a'al`} yr"5•1 ,.4..1<11ry' nC-.}:p�'•�:� }.1 3i.£r.\':>`..a,7•�vly�:f r.f J�:..vxC t..•..•° circle. ,.,.�k,;•L.'ru ..�:;"ia ��s_a[.�IP+Gt�eA..�.�'��...�4,P:tS,'i3�.:uaa...Hh=::Xr'�y..4:?v✓.t�,�dS:�Ff"�-"i,-..i....5.'u3 J�i�rhr.?„v.S�i�..��[w.'j}a:`f�t'�1f�%4'uM':..nd.;!�5�� •s'.'rT..rve.�..Ii'�b,+e._, .+.CL�r.4.r:LLws,.w.-.,rv�vn rl�"3'u' , 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/surfnedprofessionalsvcs 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/surinei/professional svcs mayor 5/19-204082 622 to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be .provided by CONSULTANT. 9. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall obtain and furnish to CITY a professional liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for CONSULTANT's professional liability in an amount not less than One Million Dollars ($1,000,000.00) per occurrence and in the aggregate. The above-mentioned insurance shall not contain a self-insured retention without the express written consent of CITY; however an insurance policy "deductible" of Ten Thousand Dollars ($10,000.00) or less is permitted. A claims-made policy shall be acceptable if the policy further provides that: A. The policy retroactive date coincides with or precedes the initiation of the scope of work (including subsequent policies purchased as renewals or replacements). B. CONSULTANT shall notify CITY of circumstances or incidents that might give rise to future claims. agree/surfnet/professional svcs mayor 5/19-204082 623 CONSULTANT will make every effort to maintain similar insurance during the required extended period of coverage following PROJECT completion. If insurance is terminated for any reason, CONSULTANT agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. If CONSULTANT fails or refuses to produce or maintain the insurance required by this section or fails or refuses to furnish the CITY with required proof that insurance has been procured and is in force and paid for, the CITY shall have the right, at the CITY's election, to forthwith terminate this Agreement. Such termination shall not effect Consultant's right to be paid for its time and materials expended prior to notification of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate agree/surfiiet/professional svcs mayor 5/19-204082 624 from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. CONSULTANT shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services to be performed hereunder. 12. TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT's services hereunder at any time with or without cause, and whether or not the PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, notice of which shall be delivered to CONSULTANT as provided herein. In the event of termination, all finished and unfmished 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/surthet/professional svcs mayor 5/19-204082 625 approved assignees, delegates and subconsultants must satisfy the insurance requirements as set forth in Sections 9 and 10 hereinabove. 14. COPYRIGHTS/PATENTS CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 15. CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 16. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONSULTANT's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same.in the United States Postal Service, to the addresses specified below. CITY and CONSULTANT may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U. S. certified mail-return receipt requested: TO CITY: TO CONSULTANT: City of Huntington Beach ATTN: 2000 Main Street Huntington Beach, CA 92648 agree/surfnet/professional svcs mayor 5/19-204082 626 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which agree/surthet/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/surfnedprofessionalsvcs mayor 5/19-204082 628 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that parry's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. agree/surfnet/professional svcs mayor 5/19-204082 629 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, • CITY OF HUNTINGTON BEACH, a municipal corporation of the State of COMPANY NAME California Mayor By: print name City Clerk ITS: (circle one)Chairman/President/Vice President INITIATED AND APPROVED: AND By: print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: • City Attorney agree/surfnet/professional svcs mayor 5/19-204082 630 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) B. CONSULTANTS' DUTIES AND RESPONSIBILITIES: C. CITY'S DUTIES AND RESPONSIBILITIES: D. WORK PROGRAM/PROJECT SCHEDULE: 631 EXHIBIT `B" Payment Schedule(Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 632 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 633 EXHIBIT "B" Payment Schedule (Fixed Fee Payment) 1. CONSULTANT shall be entitled to monthly progress payments toward the fixed fee set forth herein in accordance with the following progress and payment schedules. 2. Delivery of work product: A copy of every memorandum, letter, report, calculation and other documentation prepared by CONSULTANT shall be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 3. CONSULTANT shall submit to CITY an invoice for each monthly progress payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 4. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an,invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. • 634 • PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND FOR • Table of Contents • 1 Scope of Services 1 2 City Staff Assistance 2 3 Term; Time of Performance 2 4 Compensation 2 5 Extra Work 2 6 Method of Payment 3 7 Disposition of Plans, Estimates and Other Documents 3 8 Hold Harmless 3 9 Professional Liability Insurance 4 10 Certificate of Insurance 5 11 Independent Contractor 6 12 Termination of Agreement 6 13 Assignment and Delegation 6 14 Copyrights/Patents 7 15 City Employees and Officials 7 16 Notices .7 17 Consent 8 18 Modification 8 19 Section Headings 8 20 Interpretation of this Agreement 8 21 Duplicate Original 9 22 Immigration 9 23 Legal Services Subcontracting Prohibited 9 24 Attorney's Fees 10 25 Survival 10 26 Governing Law 10 27 Signatories 10 28 Entirety 10 29 Effective Date 11 635 APPENDIX C City's Insurance Requirements 636 CITY OF HUNTINGTON BEACH INSURANCE REQUIREMENTS Huntington Beach City CouncilResolutionNo.2008-63 requires submittal of certificates of insurance evidencing the following minimum limits with a California admitted carrier with a current A.M.Best'sRating of no less than A:VII. Any deductible other than those allowed in this matrix,self-insured retentions or similar forms of coverage limitations or modifications must be approved by the Risk Manager and City Attorney of the City of HuntingtonBeach. 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 RB 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 IIN6TOq;� • RCA Contract - _ :9A Agreement Summary VF :��••' OUNTY /i GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT December 16, 2025 PW-Engineering INSURANCE STATUS STAFF CONTACT(S) In Review (Risk Management) David Fait, Patrick Bannon, Joseph Pinel CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT NTE $1,500,000 3-years VENDOR NAME+TYPE OF SERVICE Totum Corp will serve as an on-call professional specializing in construction management and inspection. Consultant will serve as construction managers and inspectors during various construction projects and will support city staff in a nonpermanent capacity. TYPE OF AGREEMENT(Professional Services,Service Agreement] On-call Professional Services Agreement (Construction Management and Inspection Services). PROCUREMENT On-call, as-needed, city-funded. There is no obligation to pay for on-call consultant, unless proposal is accepted by City. Maintaining multiple on-call contracts allows for competitive pricing and increases the availability of construction support services for various projects and disciplines. SCOPE OF WORK On-call CM and Inspection Services for various CIP funded projects. Scope of work is clearly defined in each individual project proposal/requistion. Specific services are listed in consultants proposal and may vary due to each individual consultants capacity to perform such services. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and predetermined not-to-exceed amounts. El) CITY OF HUNTINGTON BEACH 1152 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND TOTUM CORP FOR ON-CALL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and TOTUM CORP., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to perform on-call construction management and inspection services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Danny Kaye who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 25-17168/392272 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 ►2mp , 2025 (the "Commencement Date"). This Agreement shall automatically terminate three(3)years from the Commencement Date, unless extended or sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no later than two (2) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses,not to exceed One Million Five Hundred Thousand Dollars($1,500,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional 25-17168/392272 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 25-17168/392272 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 attomey'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. 25-17168/392272 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 25-17168/392272 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 policris currently in force;and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense,hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner,the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. 25-17168/392272 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. 25-17168/392272 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 TOTUM CORP. ATTN: Director of Public Works ATTN: Danny Kaye 2000 Main Street 15130 Ventura Blvd,Unit A Huntington Beach,CA 92648 Sherman Oaks,CA 91403 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. 25-17168/392272 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 25-17168/392272 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. 25-171681392272 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. 25-17168/392272 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. TN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTA CITY OF HUNTINGTON BEACH, TOTUM CO a municipal corporation of the State of California By: 0^4_ ity Manager print name ITS: (circle one)Chairma Preside Vice President INITIATED D VED: AND Director of Public Works Bv: - du`La � i - /�� APPROVED AS TO FORM: print name ITS: (circle one)Secrets Chief Finandial icer/Asst. Secretary—Treasurer r, 1 City Attorney Date t0 1 z' 2-1701-f RECEIVE AND FILE: CityOf4-4416 Date 0/240 25-17168/392272 12 of 12 E : IT A t Image:Rogers Senior Center-Managed by Ton,., 1� ...,..:,...„,. ..,. ,._ ,..„ ,.. . . . . , . . .......t. x,ati .. .,,,..,,,.......„,, „, , ,....... ... . ... _ • .. g °< y.�dd due . . .., .. .4 ,... ,.... . x {y y . ....-Mo -.'''''!'„,,,,..;,:.:-":'‘4,.."::.",-5 •-„ ' ........____:,. ' ','• -' •Vy }L ^T , . �s 0 .wer WaaYNy* mYs�w. - .. r . 0 , , - , ;,,t,,,,, . . ... -* "� ..—, � mw ter- �xn a _ _ _a� „;: - - ,, Qualifications for: On Call Construction Management, Materials Testing and Inspection Services Presented to: City of Huntington Beach -,,„„, Grp„,, i; to.. v i ' ? 01 J�, Q ' �,cal STI IF-`.,'' \ I\ i1 et egrated Submitted by: totum , constructiorni management June 12, 2025 �,' sustainabflity \ tOtUM 1165 integrated design g n �fm� construction CITY OF HUNTINGTON BEACH management ON CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING sustainabm and INSPECTION SERVICES tofu Table of Contents Cover Letter Vendor Application Form Pre-Qualification Form Service Category Form / Qualifications Rate Sheet - See separate upload file Totum Resumes totum 1166 ' integratedy,-.�;;; d e s i g n d construction CITY OF HUNTINGTON BEACH management ON CALL CONSTRUCTION MANAGEMENT,' MATERIALS TESTING , ?`t \IN t O t U m and INSPECTION SERVICES. 6/12/25 15130 Ventura Blvd. City of Huntington Beach Suite 327 Public Works Department Sherman Oaks 2000 Main Street CA 91403, 818 986 9870 Huntington Beach, CA 92648 p/f Principals Dear Sir/Madam: Danny Kaye, ccM,PMP, FRICS, RE: Request For Proposal for On-Call Construction Management, Materials LEED AP 310 351 0138 m Testing and Inspection Services Giulio Zavolta, LEED AP 310 291 4074 m We are delighted to submit our qualifications to provide On Call Construction Management Services for your upcoming facility capital improvement projects for the next 3 years. Our address and contact information are on the left-hand margin www.totumconsulting.com of this page. The primary contact person is Danny Kaye (ccM,PMP) who has the er to bind Totum contractually and is the signer of this letter. Our Sherman dannv(6totumconsultinq.com Pow oiulio;"d,totumconsultino.com Oaks location will be responsible for the project deliverables for the projects. Totum was established in 2005 as a small business enterprise to provide design and construction management services to our clients and currently have ongoing work at the City of Irvine, Carson, Asuza and Santa Monica. We have just finished a 4-year phased project with the City of Placentia. We are an S corporation with an SBE/VSBE certification. We are fortunate to be on the prior on-call list for Huntington Beach, having completed the very fast track city of Huntington Beach Navigation Center, Skate Park, Pump Station, Edison Sr Center, the Rogers senior center (17th street park) and the hardscape portion of the Bluff improvements. All were successful. Points of reference for these projects would be Chau Vu, Tom Herbal and David Feit. For the Navigation Center, we actually provided a hybrid approach with Totum providing design and construction management services and an alternate procurement path for multiple contractors. Totum staff have successfully managed many small city and other public and private sector facility projects like yours over the last 20+ years, including new and renovated community centers, libraries, police and fire station seismic retrofits and ADA upgrades, roof replacements, facility assessments and parks etc. We have managed numerous projects in the past 6 years for Huntington Beach as outlined above. Further our proposed staff has worked together on many occasions and has substantial experience with public sector renovations, grounds-up and "special projects. We have reviewed the scope of services thatyou list as needed bythe project P team and believe we have the ideal background to provide these services for the proposed projects you plan to do as you outlined in the RFQ. Through our innovation we have developed custom tracking tools to help us manage all the scope needed as well as utilize Procore, Microsoft Project, etc. We plan to use a tOtUm 1167 integrated design 5;•'J construction CITY OF HUNTINGTON BEACH management ON CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING =, suslainability t O t U m and INSPECTION SERVICES ". small, women owned firm, PWCC as our labor compliance consultant and Koury Engineering and Testing, Inc. for Deputy Inspections. We propose Danny Kaye (PMP,CCM,FRICS,LEED AP) as the day-to-day lead preconstruction / construction manager exactly as he has done for numerous similar projects including those prior for Huntington Beach. Staff will assist depending on the project complexity. Resumes for our team are attached within. Our planned team has the experience to oversee the design, provide constructability reviews, assist with bid documents, permitting, QA / QC inspections, claims management and manage construction. Our job is to make sure that all projects are built in accordance with plans and specs. As you have experienced, when you have Totum on your project, you can reach the actual owners of the company literally 24-7 and as active participants in our projects, we will know what's going on. We have kept our firm small to ensure we have this oversight and involvement and enable a low overhead and competitive rates. We do what it takes to get a project done. We listen carefully to what our client needs and try to under promise but over deliver to meet these needs, all the time remembering that it's our clients project and needs we must fulfill, failure is not an option. Most of our work is repeat business and word of mouth. Often, at cost with no mark up, retain other consultants from deputy inspectors through soils engineers, we are happy to provide our clients with the best team possible should the need arise. As you review our proposal, we ask you to consider the following summary points: • We have managed dozens of City projects over the last 20+ years as Totum and with prior firms; renovations and grounds up, from a simple new restroom on a beach, a $25MM seismic renovation of a fully occupied police station and jail and a one-off fast track Navigation Center. We know how to work in occupied facilities and how to work with agencies with outside-the-box thinking • Construction Management is our core business. We have managed dozens of new build, renovations and tenant improvement projects, from inception to completion, from less than $10,000 to $45+ million. • Our size allows us to specialize in construction / project management and design oversight and be very cost effective with rates and our time. We have a great reputation. As such, we get bidders to the table. We have had a 100% success rate with our projects • We are collaborators. We push for equitable solutions. We are high energy, "get-it-done" people I should be your point of contact during this process, and I can be reached directly at 310-351-0138 or email danny(cr�totumconsultinq.com. We acknowledge addendum #1 Sincerely, I) Danny Kaye, CCM,PMP,FRICS,LEED AP Principal 1Jev-)l-`) totu m 1168 EXHIBIT A Pre-Qualification Form } 1169 PRE-QUALIFICATION FORM ON-CALL CONSTRUCTION MANAGEMENT CONSULTING SERVICES PItatlkWttlffN l e g i u,mi;- I N .. 1 /: l m mr rr. N tr "''ircj J r A. Construction Management CI) No DK(Initial)Consultant is willing to execute the Agreement as drafted(See Appendix B). DK (Initial)Consultant is able to provide the insurance as required(See Appendix C). Totum Corp Firm Name: 15130 Ventura Boulevard Unit A, Sherman Oaks,CA 91403 Firm Address: Signature: Date: 6/12/25 1170 APPENDIX A -1 Vendor Application. Form REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW [I CURRENT VENDOR Legal Contractual Name of Corporation: Totum Corp Contact Person for Agreement: Danny Kaye Corporate Mailing Address: 15130 Ventura Bvd Unit A City, State and Zip Code: Sherman Oaks,CA 91403 E-Mail Address: danny@totumconsulting.com Phone: 310 351 0138 Fax: Contact Person for Proposals: Danny Kaye Title: President E-Mail Address: danny@totumconsulting.com Business Telephone: 818 986 9870 Business Fax: Is your business:(check one) ❑ NON PROFIT CORPORATION eg FOR PROFIT CORPORATION Is your business: (check one) ® CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL ❑ SOLE PROPRIETORSHIP ❑ PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION I of 2 1172 Names & Titles of Corporate Board Members (Also list Names& Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Danny Kaye, President 310 351 0138 Giulio Zavolta,COO 310 291 4074 Federal Tax Identification Number: 20-3566029 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: 2 of 2 1173 integrated .onstruction CITY OF HUNTINGTON BEACH management ON CALL CONSTRUCTION MANAGEMENT SERVICES sustamability t©tu m .41111 D. Service Category Firm Qualifications 1. Demonstrated Capabilities Totum is a California S Corporation, established in 2005. Our legal name is "Totum Corp" Totum is Latin for complete as our goal has always been to provide our clients with a complete service, or as much help as they need to "get the project done". Within our firm, we have certified construction managers (CCM), Project Management Professional (PMP) licensed architects and LEED accredited professionals. We handle traditional estimating and scheduling in house. Danny is also a licensed GC. If the task is too complex and we don't believe we could offer the best service ourselves, we would bring in said consultants under Totum to help our clients, such as LEED / Cx consultants, independent estimators and schedulers. All our staff are overall proficient. Over the last 20+ years, we have managed over 250 projects, from small tenant improvements, through large, complex grounds up construction on a 9 acre highly contaminated site into a LEED gold union hall, new schools and major seismic retrofits and curtain wall replacements on high rise buildings as well as parks, historic seismic retrofits and homeless shelters. The facilities project types we have managed include all those facility types listed in your C.I.P: fire stations, libraries, city halls, police stations, community centers, parks and beaches. Even the HB Slater Pump Station re-roof project. Our services include but are not limited to: • Adaptive Re-Use Studies, Construction /Project Management, Constructability Review, Change Order Review, Cost Analysis / Cost Benefit Analysis Design / Design Review, Design Build, DSA Plan Check Coordination, Estimating, Entitlements / Expediting, Facility Assessment, Grant Procurement Assistance, Master schedules / budgets, Multi-prime, Permitting, Planning, Procurement, Programming, Project Scheduling, Site Due Diligence, Sustainability, Tracking Over the last 7 years (in fact, for 20 years), we have worked with several Orange County / LA County agencies (as well as private clients) to delivery many projects in line with what you have asked. In all cases, we have retained a deputy inspection company under our wing and occasionally, a geotechnical firm and labor compliance firm. For this RFQ, we plan: PWCC Solutions, a small woman owned company, who we are proposing as our Labor Compliance Consultant is committed to helping construction professionals navigate both state and federal labor laws to stay in compliance. Michelle Redmond specializes in developing project specific labor compliance programs to complete projects free of compliance grievances or unnecessary monetary loss. PWCC Solutions Labor Compliance Consulting would include the following: totum 1174 integrated d e s i9 n �;,:�:.•. 0 v, r:onstruction CITY OF HUNTINGTON BEACH management ON CALL CONSTRUCTION MANAGEMENT SERVICES sustainability y totu m '' Analyzing topics ranging from employee classification, to overtime calculation, conduct internal investigations of compliance issues, direct periodic internal reviews or audits to ensure that compliance procedures are followed, design and implement improvements in monitoring, enforcement of compliance standards, disseminate written policies and procedures related to compliance activities, prepare management reports regarding compliance operations and progress, provide assistance external auditors, provide employee training on compliance related topics, consult with corporate attorneys as necessary to address difficult legal compliance issues, file appropriate compliance reports with regulatory agencies, report violations of compliance or regulatory standards to duly authorized enforcement agencies as appropriate or required, seek clarification on issues or dilemmas, report irregularities, develop risk management strategies. PWCC Solutions has over 14 years' experience in public works construction labor compliance working on Federal and State projects with extensive knowledge of Project Labor and Master Labor Agreements. They have managed labor compliance programs for over 20 State and/or Federal projects totaling more than 5 million hours of on-site work. Please see list of projects below. They have developed excellent relationships with the major unions and bargaining units such as the Associated General Contractors of California (AGC) and Southern California Contractors Association (SCCA). Koury Engineering and Testing. We have utilized Koury for over 20 years. Koury Engineering provides geotechnical engineering, material testing, and inspection services for residential and commercial construction projects throughout Southern California. Koury serve as the Independent Testing Laboratory and the FOR for projects of all sizes from 60 story high-rises in Downtown LA to DSA shade structures as well as freeway lane additions to OSHPD infrastructure upgrades. 2. Key Personnel /Sub Consultants Depending on the project size we are asked to manage and its complexity, Totum would staff from part time to full time. See the resumes of 6 proposed team members. All have the skills and experience to help on small to larger projects. Totum Team: Danny Kaye, Pat Lappin, Alejandro Pinel, Ethan Erickson, Henry Graves and Jose Alamo. See organization chart. We'd assign a PM/CM and Inspector roles as appropriate to each project, as we have done for similar clients including prior tasks for the City of Huntington Beach. Danny and Pat have totum 1175 integrated design construction CITY OF HUNTINGTON BEACH management " '' sustainability ON CALL CONSTRUCTION MANAGEMENT SERVICES ', # •i., totu rn worked together for over 25 years. Alejandro started with Totum 7 years ago. Henry, Jose and Ethan have been with Totum for an average of 4 years. All the team have worked on multiple projects together, successfully. Recently, Ethan completed a $12MM historic retrofit and renovation for the City of Santa Monica along with other city projects. He us currently work on 4 projects for the City of Carson, totaling close to $40MM. Alejandro is finishing up a 3-year phased project for the City of Placentia and working primarily on a $20MM animal care center (IACC)for City of Irvine. Jose Alamo is also on the same project. Henry, after his 4 years at Placentia in their city fiber project, is working also with Ethan at Carson. As referenced above we have a sub consultant for Labor Compliance: PWCC Solutions and for Deputy Inspection and Materials Testing. We have completed multiple projects for the Cities of Long Beach, Placentia, Carson, Irvine and Azusa, Huntington Beach, Santa Monica and other agencies. Procurement processes have included typical design-bid-build as well as design build and multi prime Currently, we are working with the City of Santa Monica on a design-build turn-key project for a 10,000 sq. ft. new commercial office at Santa Monica Airport. In 2028 the airport is decommissioning and shall become commercial real estate. D1) We have been providing these services for over 20 years, since Totum was established. D2) Our cover page elaborates more on this. Also, we selected a small women owner labor compliance firm, in lieu of a larger firm for the reason we hope you would select us on your team. PWCC has been in business since 2011 as labor compliance. Our internal staffing is outlined below with resumes at the end of the package. D3) Three (Minimum) Orange County / LA County Agency References 1) Project Name: City of Placentia Navigation Center. Brief Description: Remodel of an 11,000 SF industrial building to a transitional homeless shelter. Totum PM / CM: Danny Kaye, Alejandro Pinel, Patrick Lappin Start & Finish Date: June 2019 -April 2020. Value: $3,000,000 Contact: Luis Estevez,(now in Irvine) then Director of Public Works — Cell 714 504 8041. See Reference Sheet 2) Project Name: City of Huntington Beach Navigation Center. Brief Description: Fast track site conversion of 1 acre contaminated empty lot into a homeless shelter campus with sprung structure. Totum "turned keyed" all aspects on this critical project. Totum PM / CM: Danny Kaye, Alejandro Pinel, Pat Lappin Start & Finish Date: June 2019 - April 2020. Value: —$6,500,000 Contact: Sean Crumby (Now with Irvine)— Cell 714 206 6639. See Reference Sheet totum 1176 ,ntegraIed designn r:onstruction CITY OF HUNTINGTON BEACH management suslalainability ON CALL CONSTRUCTION MANAGEMENT SERVICES 'p tutu m .,T•-' 3) Project Name: City of Huntington Beach Bluff/ Bike Path Improvements Brief Description: Hardscape portion of the bluff remediation. Totum PM / CM: Danny Kaye, Alejandro Pinel Start & Finish Date: 2022-2023 Value: — $3,000,0000 Contact: Tom Herbal, City of Huntington Beach Public Works — Cell 714 887 4178 4) Project Name: Public Safety Building (inc ECOC and Gun Range) Brief Description: Multi phased, multi bid, new Public Safety Building Totum PM / CM: Danny Kaye, Alejandro Pinel Start & Finish Date: 2022-2025 Value: — $15,000,0000 Contact: Luis Estevez, (now in Irvine) then Director of Public Works — Cell 714 504 8041. See Reference Sheet 5) Project Name: City of Huntington Rogers Park /Veterans Park Brief Description: New parking lot, park area and renovated community building Totum PM / CM: Danny Kaye, Alejandro Pinel Start & Finish Date: 2022-2023 Value: — $2,000,0000 Contact: Chris Slama (now with Irvine) CITY OF HUNTINGTON BEACH 20D0 MAIN STREET CALIFORNIA 32645-27O2 COMMUNITY&LIBRARY SERVICES DEPARTMENT ' e n•• (714)536-5486 January 5.2023 To Whom rt May Concern. The Cry of Huntington Beach procured the services of Totum Corp_to provide cotstrucbon management and inspections services for several capital park improvement projects recently. Our team has appreciated partnering with the Totum.and thee erpertrse has helped complete meaningful projects to our community.white meeting.if not exceeding schedules and staying within budget Theme pmfessona.ism.high caLber communrca5on,and team-oriented approach has assisted n dehvenng highly anticipated and visible oommunrty benefit developments. Sinoerety. Chris Slama Director of Community&Library Services Crty of Huntington Beach cslamat surfcity-hb.org 714-536-5485 totum 1177 integrated d e s i g n cry _ ` . construction CITY OF HUNTINGTON BEACH :;4011114 ,2,, management ON CALL CONSTRUCTION MANAGEMENT SERVICES sustamabllily ,, ':atSt►r; tutu m -•� Reference Sheets. .t O' tq� t 4. o rivjgPr*,f7r dsryi 5aheteraOMy apron,ea 1 Civic Gttlar Plaza.inert l.etlaena a2e2341575 94s r24.64E July 25,2023 Danny Kaye Owner—Totum Consulting 15130 Veittra Boulevard,Sate 327 Sherman Oaks,CA 91403 Re:Reference Letter Dear Mr.Kaye. This teller serves to provide a reference for Totum Consulting and Danny Kaye. Over the past 10 years I have worked wth Tatum(Danny Kaye and team)on a variety of projects ' Through this period,I have held leadership positrons with the City of Long Beach(City Engineer).Huntington Beach(Director of Pubfc Works),and now Irvine(Director of Prged Delvery). Totum consulting has provided both Project Management and Construction Management Services on a variety d projects to al three of those agencies. Several of those projects were very urgent in nature wth large challenges. In every case Totum managed these projects to successful completion. I would happl),bring them on for future projects. • Please feel free to forward the reference letter and if there are questions.I can be reached CityCi of} at 714.206-6639 or seancrumbyl3aryahoo.com Santa Sincerely, Monica Seal Canby,PE '� Public worts Department Director of Project Delivery and Sustainabllfy Architecture Services Division 1685 Main Street.Mail Stop 15 Santa Monica,Cahitomia 90401 Dote:November 15.2024. To When,it Mar Concern I an a Senior Design Manager/Ardmed for the City of Santa Monica I an the Project Manager of many Caput Improvement Projects of Coy owned buildings at the Santa Monica Airport and vanes projects throughout the Coy. CITY OF HUNTINGTON BEACH I had the pleasure of working with the Totem team on stone projems at the Airport in 2023-2024.These .r...".* projects wore a 2000 MAIN STREET CALIFORNIA 92648-2702 1 Renovation m the eaastm0 tufday at 3200 Airport Avenue 15.000 s4 R s8000.000 Contractor Sr m vrorlon Constructon Tosu managed the constru den of the base scope.pars tmeu rdbon A, COMMUNITY&LIBRARY SERVICES DEPARTMENT wan SCE for a major upgrade to the ekes-mot service to the building and assisted in the -- (714)536-5486 coon:P..6on of a future tenant improvement project design and oanstructian project 2.Renovabon of two eantong baadays a12800 Airport Avenue-26000 so It(budding).and 8,180 so h (panaW taxer) 18,000.090 total Contractor Olympus Panting Totten managed Ole construction base scope.and added buildxp.and design of addtional eelprwements that were not pan of the original scope of work. January 5,2023 3-Runway pawn,and light improvements at Santa Moneca Aiport$1.800.000.Tatum managed two contactors on this project that were repaired to wort s.nuhaneously on the Airfield. coa.dwbng with Airport Operators staff and the FAA for adherence to thmr requirements The Tatum team(Danny.Patna_anti Ethan)was efseraul to managing the day-to-day consoucton To Whom it May Concern, management process as the Owners Representative for the Cry.They provided hdf CM seevona to the Cory,including but not limited to;running OAC meetings.backing budgets.potential change orders I The City of Huntrrgton Beach procured the services of Totum Corp_to provide and charm o<ders.coordnxmg and managing miscellaneous mnmudlon servwes:and reviewing Old wntadm progress payment apptutons.In addoon to these CM servces.they also provided construction management and nspeUions services for several capital park plars'construcubdty review semnoen for other p,sm„s.and suggested design sohu•.ions when es bum improvement projects recently. Our team has appreciated partnenng with the condemns did not support the design intent Totum,and their expertise has helped complete meaningful projects to our community,while meeting,A not exceeding schedules and staying within budgel Torum n a small but nighty team,nimble and able to pivot to meet the evoteg needs or any cse,t and project as unforeseen condemns and scope creep owes arise. Their professionalism.high caliber communication,and team-oriented approach I(gaga forward to avWdep Totem on my tuaure projects has assisted in delivering highly anticipated and visible community benefit developments Regards. Sincerely. 4rif241441- Senor ArtlAW Chris Stoma Director of Community&Library Services City of Huntington Beach cslama@surfcrty-hb.org 714-536-5495 easl m Pacific Maritime Association t t m Sootha CaiHpmla 1 ' f 1178 integrated design ~ ..._ construction CITY OF HUNTINGTON BEACH management ON CALL CONSTRUCTION MANAGEMENT SERVICES t„t sustainabtllly totem ` ` I.rewr re h CAI CRVO 6 GREEN tt • AT RICK I MIA Wye*Pno TomInmsarsr MADP W t AWA ' mxEVAA IARSOR W.eelmon6..: Ce A0.4•1.Psw w4d.9rADEN OAYA w R ARPULA WAR°C WIN xatw s rAwG Ca 401 East Chapman A.m..-PYrenS,Ceawrw JILTS October 16,2017 Totten Consulting Danny Kaye,Principal 15130 Ventura Boulevard Suite 327 Sherman Oaks,CA 91403 RE: Letter of Recommendation To Whom it May Concern. The City of Placentia entered into a multi-year professional services agreement With Totem Consulting for the purpose of providing program management as well as construction management and inspection services for various City Capital Improvement Projects The Crty entered into this agreement based on the extensive experience Totem and as staff has in the construction management industry. The City has recently completed two ADA renovation projects at the Crty's Police Station as well as a communey center with Totum overseeing construction management and inspection on both projects. Totum provided the City with excellent service on both projects and ensured high-quality finished products were delivered to the City Totten proved to be resourceful and very responsive to the City's and community's needs.Wo took forward to working with Totum on projects in the future SreseN yt� ! Luis Estovd}. Director of Public Works From: Cho Deter rfvs.d1Osurdy-rO mg Subject:RE He Enson thed3 123120 • Dote:Oetrnbet 31,A3213 d 1 AIM/ To: Osmy Ken dartlyalobriaribiagarrt Thank you Danny,for al!you've done to help us get things moved ahead here in HBr Rea hi looking forward to working with you more as we move forward in 2021! Best, Oliver City of Huntington Beach :000 Man;t'e4t P.O Bot 35C Huntington teach.CA 9:6,43 Cf"oe i723;536-5573 Cell'1310i 663-3337 totem 1179 integrated • d e s i g n +Q .k :rts 1 r:onstruction CITY OF HUNTINGTON BEACH t O t t management ON CALL CONSTRUCTION MANAGEMENT SERVICES sustainability tote m D4) Totum's Unique Qualities and Benefits / Understanding of Services. The projects you indicate that you are undertaking and the tasks you have outlined in the RFQ are the type of projects with which we are very familiar, experienced and comfortable managing. You indicate You have indicated park improvements. Totum is currently Q'- working on 2 large park projects for the city of Carson. We also 4 U- 0 , _`"'° spent 3years providingsupervision for the cityof Placentia's �...« ~�,. P - -- Fountain Street fiber optic install project and notice you have something t� 4• O Valley similar. We have worked on 5 community centers and notice you 'LjC5 .,,..< have such work called out as similar. �ti_ - ' Q 9 Totum has acted as construction managers for bid / awarded and Aun:ing[on Fiz as-needed PM / CM for numerous City facilities over the last 20 I'""' ""o "h years, large and small projects. We have very recent experience working on 4 City of Huntington Beach projects including the extremely fast track Navigation Center. We know how to work with the city. We are creative and outside the box thinking. For most projects, we have been brought in at about 25% design state. This has enabled us to help our clients with constructability, estimating and bid phase documents. We have provided all the typical Administrative and Inspection scope of PM /CM services role on all projects listed below. The list of tasks you outline in the Scope of Services fall nicely into the typical tasks that Totum provide. We have provided very similar services to those needed per your RFQ on the following small sampling of Agencies / Projects specifically over the last 7 years: • City of Placentia: 2019 to current • City of Irvine: 2023-to current • City of Azusa: Library, Sr Center 2018 to current • City of Huntington Beach: 2020-2022 • City of Santa Monica: 2024 to current D5) Procurement. Totum have worked on traditional design-bid-build, design build, design assist, multi prime and other "hybrid" get it done type methods, with public and private agencies. We used a very innovative approach for the HB Navigation Center. Totum provided design and CM services. We bid some work out to key trades, we "design-built" the prefab interiors and site utilities, sprung structure HVAC by working with contractors and other "interesting" hybrid approaches. We are currently working with the City of Santa Monica for a fast track design-build approach on a new office building with the team that bid the first building for the airport redevelopment that was awarded on the "best qualified" contractor basis. totum 1180 integrated d e s i g n t construction CITY OF HUNTINGTON BEACH - management sustamabilily ON CALL CONSTRUCTION MANAGEMENT SERVICES - -.+4, � totum Multi prime — We have worked on several private client projects for a multi prime approach where we acted as "contractor" and bid and bought out all the trades with the actual agreements bewtween Owner and subcontractors. Also, we have worked on many projects with a "GMAX" procurement route. Main lesson: Traditional design bid build (dbb) is cheapest. Yes, there are change orders but often still cheaper by 10%, but more confrontational and more risk. Negotiated is a faster path with cost established faster, but, they are less competitive and more expensive. D6) Resumes See resumes at the end of this package. Prefered Staffing /Totum Organizational Chart: City of Huntington Beach Danny Kaye CCM PMP Patrick Lappin Principal CM-in-Charge Oversight&Meetings Management Oversight I Precon.Lead and day-to-day CM Weekly Meetings Estimating,Scheduling etc Document Control Totum Staffing CM/PM/QAIQC: if I as needed Alejandro Pinel, Ethan Erickson, Jose Alamo Henry Graves Design Oversight for Design Build As I if Needed: Services Labs Compliance Support Staff • Giulio Zavolta Safety ProgramsAdmin Support/Data • Kevin Southeriand,AIA Deputy Inspection • Robert Fabijaniak,AIA Materials Testing totum 1181 do lee s r a ge n . a construction CITY OF HUNTINGTON BEACH �" , management ON CALL CONSTRUCTION MANAGEMENT SERVICES suslainability tofu m `` `'` As a small firm, we are very hands on. Our project team shall be led by Danny Kaye, as day- do-day person. A small project can be managed differently than a large project, so we would need to assess each projects needs on a case-by-case basis. We do not include "certified public works inspectors" or certified facility inspectors". We would be better suited to help you with building projects such as new build, renovations, seismic upgrades, demolition and niche projects that have special needs as you have listed as typical work. DannyKaye is aproficient estimator and scheduler, utilizingcurrent software. Y If any specialized tasks were requested outside of our capabilities, we would, , request permisison from the City to sub contract. Understanding and Methodology. Our approach to management of any project is to create a collaborative environment and treat every team member as a vested stakeholder. There are contracts, with their related terms and conditions, for most of the team and these must be complied with, but it is in everyone's best interests to collaborate and that in turn enhances the rate of success. Our goal is to minimize the risks, increase the opportunities to maintain the budget and deliver the project with the desired quality and within the schedule. We utilize practices, tools and standards we have perfected over the last 20 years and modified in line with the Construction Management Association of America (CMAA) published standards. We ensure we get familiar with all stakeholders, agency and project specific issues. We have very recent experience working on 4 City projects including the extremely fast track Navigation Center. We know how to work with our City clients. We understand the need to have projects completed within strict deadlines. We know the logistics and complexities involved with all aspects of a project, from concept through completion as we proved for the fast track HB Navigation Center. We are familiar with most software systems and assess their needs for each project and client requirement. Our primary objective is to provide you a team that can professionally manage a specific project, from a part time person through several full-time team members, which we are confident we have, and to staff the project with adequate hours necessary for Totum and consultant support as needed. To start right, with budget and constructability and realistic time lines. Our second objective is to ensure the bid documents [plans and specifications] have been checked, are thorough and structured and capture all project needs. The third objective is to work collaboratively with the contractor (and other consultants), be open and clear with issues, including cost, schedule and logistics and to ensure all stakeholders are kept in the loop. You must know before the city manager, council and the mayor. totum 1182 integrated d e s i g n ;aas:Q construction CITY OF HUNTINGTON BEACH management ON CALL CONSTRUCTION MANAGEMENT SERVICES sustainability totu m The following 3 categories is our general understanding of the City's needs and our general approach to construction management of your projects: Preconstruction: From our engagement onwards, we take on our role as an "extension of staff' and become vested in your project. We elaborate on some of our methodology based on your outline of scope of services. All tasks you refer to on pages 3,4,5 and 6 are standard practice for Totum and our services go beyond the listed items. If needed, we would also be able to assist the City with any documents and tasks in order to obtain funding for grants. As part of the initial kick-off team meeting we would seek to define all roles, milestones and expectations and ideally have, a "light" partnering meeting. We would also discuss any value- added benefits or tasks we think you may need. "EtI Upon selection on a specific project, we'd set up typical project files and a drop box folder for the team and initiate a --=— Cr) kick off meeting. We'd create the agenda and chair the meeting, set goals and milestones and ensure they are met. —°_- We'd provide an initial simple milestone schedule and get - �• �``--` _ stakeholder buy-off. Image to the left, of a master budget • -- '"." review. We will work with your team, with constructability and --_ --- buildability review of the plans, provide cost estimating, help with the appropriate plan check agency, compilation of bid -- ' - __-- _ documents including review of plans and specifications in — —_=-_--- - detail, and the bid process, run the bid walk, assist with bid : __. addendum and up to contract award. At the pre-bid _ _� meeting, we would have a sign in sheet, agenda and run it like all of our other many pre-bid conferences we carry out • for prior projects with Huntington Beach, UCLA, City of Long Beach and Placentia to name just a few. Construction: We would initiate a kickoff meeting with the contractor, client team and design team and all stake holders [including the labor compliance testing and inspection company, client maintenance teams], create the agenda, attend and manage all weekly meetings, review contractors schedule and milestones to ensure they meet with the project requirements. We can set up Procore (if not by contractor), set up time-lapse cameras. The assigned project/ construction manager, apart from coordinating and managing the weekly construction meetings, would assist the team with submittal review and tracking, RFI's and change orders, utilize our team for all change order reviews as part of a quality control program. Totum provides weekly photos and "Week at a Glance" reports as well as monthly reports that clients of ours have asked for us to issue their agencies such as RMC, HRSA and CDBG. Image Below Typical minutes/agenda. totu m 1183 ntegraled d e s i g n ^a'. :onstruction CITY OF HUNTINGTON BEACH �'S.. Inanagernenf ," sustalnabIlity ON CALL CONSTRUCTION MANAGEMENT SERVICES 4 yr totem ' ; , BLU I-18NAV 111120.zisc as of 11/11/20 l Kw* •co taq r MI-110..1 ..mod 410 COO•Our 014.4.Pea. • C.O.10•0401.01 ♦ aneal.o • 0•410. w 0a&01401100 a Y.00I+b $ 1..13 t 11. 1 1 - 1 $...y ore...gm*, 144 to 1 1 - 1 Saw•.rd sal m 1CP.c L'1-210 4 4 D.+.y laaw C7.109 • I TN 4 6 080.crClW..44 real.perol 0..a.lr Ita41u1 7 00r.."' 'g71i' • LQ eyed,v. 1417404 Our staff are trained to ensure that the 9 0. ;„ as�404 :q;:.. 10� contractor's payment application and schedule 12 'T9 13 LC"44mea.'a" 0 6724 values matches the contract and that they ,...Dorm.t 10.01.0 14 reop.4 404.0.44•r 1015e1 Cy.9.t...t a. ,1 ♦=1-♦11r 4 ;0"�'""""`� "�'� invoice correctly with accurate % complete and ;.a-" '-*`:' „ ;-. that they include all releases and "deliverables" rAa Pra.n I A... T..m• .111a required for payment. We'd make sure that all quality control aspects were reviewed prior to 2 04.1 Oar ews "17.109 "" approving any payment applications. This eeo.d rump plow. maw Ca rem 4ffi bktl'CAm """ `�"` ""' would be through our project / construction Ar..l•.M.epl.e r... ♦ 9AerAte manager, who may enlist our QA/ QC staff if Tor.b.....e O• 01161011C0100411•10 IMEEDLAII needed. Sometimes, an independent review 4f 24..4e' makes sense. ...yttew•mrwOeaAwO 16640% 111,01.e MOO OEM i 701666.16 A orow.limpeenh106eee♦1 I 114.118084 , %Mrs P•1.1•Oune.e11 00% c...,.rpe e,_.. n Est...IC.0labia: S 1.712,235 To.O..tl..• M 444 lles.• bExceedGoal S 1,77 5A00 _ ,r...,, „"Con00getry lYao.d 8 112485 i lula.la /rab001. ry ar P..... w mo ao. Mao. •Xi -,,,,,..• •..,odor 4.... a...... 0 tor.....,r.. 1.--r OugM r....w•.w.A..... • a M.r...,tom..., y run...la.. City of Placentia,Navigation Center Master Budget "...."'" • 4..4 C10t Ws. • Cate(otin 0Dr:noOOn lemelne Outtet ESt/..tt WrM 51.1191 1•pe..M... ere...tor...... Ames er • I ..e meet..44 ra24.4 nor.... erer • Foam.lM 10.0.e9 a... 1 Ae.elbtratre ter ur.ham. • AL1 la(al Pees l 5 50,000 eft. - 5 50p00 S 1444 941.41, • • Al2 Escrow 001000 S 100,000 00 Actual 5 50,000 r,w a.v, AL5 ♦uttn(wc6afe . 2.717,093W Act1a1 5 2,717,095 1 2 ter ere..n r...seem....+... see ALA a odds..ifl laWK. A1.5 tfttny Outage OT 057 En 5 26,003 S l w' 11 P...w. I '- I '.' I'�."'''I ALs Ct[t rerlwl(a AUsc 5 1,0p0 5 e. .e..e..ti ry„r. Sub Taal S 2,017,09500 S 2,07,095 S 2 2.epae(ave.t(rtias we 19.+41b•oa..•M .ILI mi.invest 7,500 Actual 7,115 1 ♦,A^�. uLi GeeT,•cte•Ol ],500+Actual _ • 5 imm44..•s...e•1w e..+17�2001•.,.s.�...t,*a 1� .11.3 HAS M4lenab - Actual 2.195 .1194 n044.4.4 a`om byiry lala•.A�W•sm•.l Yd t�s u u Apprawl req Al..A Md10re 10,000 Actual� 12,062 2.26.vat.d.•.1..-..p'=r 40.'q Corr..•1.9•Y 9. 111.5 rnvonmme.ai Sde Assessment 29,000 Actual 50,2111 trer...wM. Tors.d,..d so,^^i1^'co..440.ea ALA Ptopei7 tm al d0 Patentee. 6,003 Actual 5,200 touts.orb., err.3 tag ord 110720 weer...Corr.440 ka.et.n lrrn{• l.e. 1-4a •.-J.L.,w_w.Y P.•.9 v..T.D.Lao...rued t 5era7091 WOOD 56,791 .rum In r•v.rp.t+.,n7.a...*44 tor.a is a12 101• l.,e 1..4 3 t1RNement/rtan C11M/hr nit lees BMA Plan OMM S 22.750 Actin 5 • S EM12 hymn rem S 22,750 Actvt 5 - 5 1011 Ma er [,. . Menem S lal 7•414.40 10.1a usa rere a7/20 PSI 140 2r tau.Ott? Coor. 1.40 WW2 Lap drld 11lN70. ..4 4 1.144 .1 .n•..or•1r 21IDoo cm. t.v3 1A Oebper f ees'School feet etc) 5 . a.b1)a 12011/1- pro ape..•2.woo ,v.EM v. epd by IOC.Fronow.71.a..0.0..404.1141,W Sub Taal 5 as,sm 5 - S P.a.ay..9 rm.a to..On 1•4...r 1..a 4.ew.d.•e Ley 1444 na• t..r.. r,zzr A Witty sees Ui1-1 Pectnc Sa 5 25,000 Est 5 15,000 5 eau cons r CA..ON.. Uf l2 Wane/Serer S 25p00 eft. 5 20,000 S 1.12 W.T•L.,d'q Corwin..p.••f.POW b 449 urn new.Pa 044 .1. J Gat 5 70,000 [ft. 5 10,000 S p~ 0'vm~a.T .9 .4.94• Uri nasal pre..Mara~2 r..wdu.• UE1A Pba2a/6e0 5 10,000 Ht_ 5 5,000 S M113.3M PCO b,.ea•s el be 4.940.a 4441.9.4491 1.2• Lwow. 1 Sub Total S 70,000 ,S 50,000 5 .,�� 5 Der e.Cnfutaltf OQ2 Torun Det(A 5 225,0060 AQ3I 5 216,100 S O(12 MecN.wl 5 DC13 Llestfivl S - totem 1184 integrated d e s i g n • nnstructton CITY OF HUNTINGTON BEACH management 3 sustainabilll ON CALL CONSTRUCTION MANAGEMENT SERVICES `�I totu rn '~ , Typical Daily Log (using in Carson) We do utilize daily logs for projects we are "full time" on. Simple narratives and photos,just to keep track of progress and document inspections, weather and other issues. CARRIAGE CREST PARK-Carson Today's date. 4 :4/25 henry@totumconsutting.com Sum date 12/18/24 • Estimated end date 10131/25 �,-» CA ',»=-s Keystone,23800,S Figueroa St,Carson, United States,90745 Te+rcwa^ v:-_— 59'F!Cloudy ' - 1015.2 Work performed today 63 *1-1P4re IS 1 Any Delays Caused By Weather? c 4 --_ .. -_ - _ `- 0. y , .: , _ . pp ......„ . ,. - r' i I' . . ai . . .n rs ;it. . .„,,, „.... Monday morning 7 AM electrical contractor electro begins receiving muscle poles lights and equipment and two storage containers.Electro begins survey for pull locations to prepare for drilling on Tuesday UH crew begins doing cut back for north side fence line for nursery area.Also began TI work in kitchen. LC.) LUIll 1185 integrated design �•rrs. construction CITY OF HUNTINGTON BEACH management ON CALL CONSTRUCTION MANAGEMENT SERVICES sustainability .S -1, \ totum Our experienced staff will help with all issues that could arise on site with field conditions, inspectors or client changes. Our project/ construction manager would update budgets and schedules and advise the selected stakeholders if and when any issues arise and how they are to be remediated or mitigated. Totum utilises our "BLU" form (image above) to track and update construction budget changes. We track change orders and potential change orders to keep our clients aware of the budget and contingency status. During construction communication would typically be through out project / construction manager. We would liaise with your assigned staff member and keep communication through the protocols and hierarchy agreed for both verbal and written comminications. We shall liase with the contractor and consultants accordingly. Any direction that requires correspondence to be tracked shall be followed with an email/letter/memorandum to file. Image page above - sample for for tracking master budget. Typical schedule below. 2 ..-�.....�a.. n.,... ...nw ..VW. I .-_ , 3 ' •.:.n+ . «....,.. al car+ +*2.U4I *IMAM, •,,. a..`t•m-....:...., 00.., '..uu'L 1.1:!40 I ra. • 3 7...r <an A.talell MLS4U C.mm ,-.t.Y31 toll/It I , 3 Doom La+ti. Dan To417N To.CVO . t 3 Coos Cal W. can n•12...1.11 71•R1TU 1UM..0a.s•r..t.. 1.. no&T ) *Mons 11 ,p .M....at :amt..c+: .•. 1.. 'ATtU m,7y11 1 ,1 Zap '..711.4/ M d(ff,7 10 LI 90f 2C..a I.m ....mini So MU L2 J CO. t.v Wm MU M3/I1'U 12 1 ...Cm0 20.0 Ia,. ...111L .I'172L it ;t .f '^'o.. Cam. L11!41, L/27N 3 R.c7-,,,,vs Li ma .s1311 M10411 11 - r •....+-..s 2.b 51.1Y11 2201 21 II . u-r.c.• a..N. M10.1Y. ML14 I7 c. C..O 1.0 1,17/1 a.2Aia II a Omry Ca,. Nat:UM Mt 0.I240 11 1.ti. •pLACENTIA PLACE TTIA NAVIGATION CENTER-WEEK AT A GLANCE•ORM City of Huntington Beach-Cameron law NAV -WEEK AT A GLANCE-11I&20 . t i missiglaiji. a . _.,, ...' - , "v! Lawlor Iry mil a.I.,.In mc.Ming commit tot MII M Ia.11.N mammy In MIR..nY. .w� ow�.ar.ry apu.p avm.. rum.wormy 1...May war V.14.• 7.11111757.2"77 1< ..m .m ?+ R r OMMII for ItI........q/d sod loped .nWoe L,...M.,..man Wnrow.,..1 C•w..n.dtl.tr.•.., .i.2 a�mm ursa.,7 um rr.s.comv Prepared by Totum Zvi 1�, t h Prepared by Totum A totum 1186 integrated d e s i g n ,:�""c' construction CITY OF HUNTINGTON BEACH management sustainability ON CALL CONSTRUCTION MANAGEMENT SERVICES \ I t O t u C11 4f��Y.4T:°`;•' Close Out As we head into close out, we'd ensure the punch list HBNAv was provided and that all corrections were made and all Close Out Checklist-To Retention Release as-builts, warrantees, and "O&M" manuals are provided. Item Required Provided 1 Ensure contract executed A Totum close out checklist, combined with documents 2 All change orders processed that the City specifically needs shall be compiled. All 3 Invoice to 100%approved close out documents would be thoroughly reviewed 3 No liens or threats 4 Punch list completed if applicable before hand over. A final audit of all costs would be s Sign off byCity/Inspectors/Agency - carried out and reconciled. We'd hand over all our 6 AsBuilts documents we have accumulated and explain them to 7 Guarantee/Warrantee the City team so that the close out package was fully 8 Attic Stock(materials/parts) 9 O&M Manuals understood. Images to left, sample close out lists. 10 Training if needed 11 Cx if needed We have worked on projects from $25,000 to Once complete,retention can be funded $45,000,000 so can accommodate any project task, size or role and would customize our approach to be Vendor: I i suitable to your project scope and needs. -Contact: struntd as of Ipaw of Inlo,�^81 menla pDn has s`1o`�IH AadocPtdfe,mFfO.e etoase dd'a^Oi rw*ude dwse We do have a simple procedures manual that outlines I ��et d.e Cs�laxianim ob4c T^st � �a °Thnmloma a 9,ovenon'ae,EM p,rmanshw many of these steps that we would share with you and lexesaAtWO molt ems, �^�I0; ''`s °` modify for each project. t responslbNifics lot���nsbuctan a ased 95 lots alter^ funds Ids` aem tmacwn°I du^^9 dns peri order to,etla«Ina lele (telentnonl N )tyttsa CrjOW <.«.....• .may-...,.<-.,.. suc^'tad la a7F`O�t r.ca lot prcras d n9 s '` °11Knce 8�d la^closedl Come' sed1. an . I, ...,.......„....�.....-..a - ware of�^d.ca4e ta^�nct 1c�cwsed) t. d 4 changen,de.sdl C° a�ofs Gon' 2 tom N1 CeioEN.o,pstso' ShcettenNoce fllunds o _ 4 Ooei ltp(,". lablat xmw,Crease teed»s 4 Conuctofs Rem oa,sutatl .efim�nary ....._...._....�. . 5' �lhdnT'9�ny�elelsas Isom the D� . ry..n`................. i...__..�•...._..-....._�...�.<».a 8 Uncy'dda Kd PaYmss .<1......�.,.�.......... • 0.344. iR . . totum 1187 integrated ti ' d e s i g n ,,Ak* `�1 construction CITY OF HUNTINGTON BEACH I 1 management ON CALL CONSTRUCTION MANAGEMENT SERVICES ;�, -~, V\Ali sustainability --� -r \ I 11,;!`�, t a t u m -; . `S I 1 caa•� si as Project Profile \ I it Project Profile It e•9•.•,, Huntington Beady Edison Center ADA/Renovation Placentia Navigation Center {I usla,natrtdr �F, 4,. 1t n g t 0 t u n� Fast Track-Completed March 2021 1 i.i�,1'' I. t Q t Li lei Feat Track-Completed March/April 2020 .41,000 sq.ft.ADA and Interior Improvements - '- 7 ,`• -10,000 sq.ft.Interior Improvements with Partial Site Work ( Hard Cog: .s1,000,000 " • 's ^-X. , Hard Cost: .43,000,000 i - • Totum provided Preconsaruction end Construction Phase rtif • Totum provided Preconstruction and Construction Phase Services. '.••.-- Services. .r_1 P. • Critical timeline for opening .im. • 'r • Critical timeline,driven by lawsuit. 1 a'"• • Traditional design-bid-build 'C • Emergency provisions allowed special procurement route • Bid with Qualification Requirements • Select,limited bidder list(prequalifled). • Low Bidder Rejected • Requirement for all new utilities as exiting warehouse had , limited power,gas, etc. Change Orders: -B%,For Owner Change Requests and Site , y S ■ • CASe reviewed for ra water etc.. Conditions. - • Special seismic upgrades required prbr to work )r:, commencing. ' Totum Role:PM/Construction Managers from design through ' "` r f- • Partial grant funded. t construction for all phases. y p���ls Contractor:Horizons Construction - rel?is I I Change Orders: -10%,For Owner Change Requests and Site ,i • Conditions. Architect: i t`ff rl rh tech Pacific Rim Architects v f, "mot•. Client:City of Huntington Beath Totum Role:PM/Construction Managers from design through a construction for ail phases. r�{.,� Special Issues:Hazmat abatement,could climate,limited 'svt" budget. Contractor.Cannon Constructors -. ., , Architect:Totum -^a9 1 r- — -'a. r ' "i Client City of Placentia(PATH Homeless Services'�,; /, ;f .I - - Special Issues:Critical timeline,upgraded utilities,ADA II _- i ;r•{ Improvements to hardscape.Impacted by COVID. yy _ 1f . .:;, - _ _ 'Willi '--7' . n . i ,. ............_.,...,........ .. ,- . , e ll• ' ° ' s. R ,m • I ,�7-, Ca. nrauw•a ar 7aum ;(v: Mk 3200 Airport Avenue Renovation Week at a Glance(WAG) -07/05/24 4t T Y�- , ____Apir. II s_ _ - - - y Landscape complete. Landscape complete. +!.,.p..".t.-.;`.'.,•.i.t ti/ ' '--,..__ ro#...- 'tea __� arti• .. • .t_-.._,... A. fir: .. __.. ..__. __t__` '_ .,..,..._,. 1 , ...... • . _•. .:„....... . . .. .. ..,.. , .. . ...„110 ... __....._...._ . . .... _ ,..., .... _, .:... ...- .:,. .. .___ __ -. „•-- ._ ...,. 7.. : '''.._ a"' s' _,—. . ,- ., .... .0.4., -_ . .^ r, .. `` ., Landscape complete. Landscape complete. I• .A �, ��. .`� �.` Cttyof I � "r".`I'°` Santa SW1NERTON ; 1 � t/,'' w,ra aaaq,ts Prepared by Totum ',y totu m Monica 1188 integrated 'v , design construction CITY OF HUNTINGTON BEACH ', management ON CALL CONSTRUCTION MANAGEMENT SERVICES �" ssustaiinabiiliitty <`1� (.Q ! u m �e � ere*i`ate* a e a Project Profile ;";";,a I+ . o Project Profile n::::,en, Huntington Beach Navigation Center t cns nnslmm 4 it w 6ta+«aeititr } rna"aeemenl , i!i }„}u m Fast Track:August-December 2020 iy s'aa4Atoof d+ty Huntington Beach Edison"Skate Spot' t V l ..12,000 sq.ft.New Sprung Structure with Site Work and t`0•U m Fast Track-Completed Summer 2021 Satellite offices.68,000 sq.ft.of total site Improvements -4,000 sq.ft.Skate Spot wv*. Hard Cost: -$6,000,000 ?:`' Hard Cost: -$100,000 • Totum provided Preconstruction and Construction Phase .. (C Services. _ • Services.providedTotum Preconstruction and Construction Phase i ,, .) • Totum acted as Multi Pnme CM '-'1 a ,'�..�; • Sensitive timeline for opening f • Critical timeline,driven by lawsuit. '` , „,, ;,. '. • Customized procurement path,multi phased. r``c» is • County handed Project over to City Ia manage. • Required demolition of old,unsafe picnic shelters and _ • Emergency previsions allowed special procurement route utility cap. • Select,limited bidder list for each trade • Requirement for all new utilities as dirt site had old home. limited power,gas,water etc. -- . -nr! Change Orders: -1%,For Owner Change Requests and Site • CASp reviewed far compliance, ;,r, .a,, y, .v Conditions. • Partial federal grant funded. a.x, ,..., s Totem Role:PM/Construction Managers from limited design •+- w,-.-•':�• • Contaminated soils. ' " _..,,.w- through construction for all phases. � - Contractor:Golden State Concrete,City Paving Change Orders: TBD '"ems.e dM Totum Role:PM/Construction Managers from final design ��'-• Architect:New Line Skate Parks,RIM Design Group through construction for all phases. ''• Client:City of Huntington Beach Contractor:TBD Special Issues:Very limited budget for a temporary skate park, A.,d.. .._ ,+`j i !''' scope creep,vend climate,extremely limited budget, ,e Architect;NIA '.�. ✓ addressing the needs of a smooth finish surface dealing with a . Client:City of Huntington Beach/MERCY House + --? poor substrate,keeping kids away during cure times r Special Issues:Critical timeline,all new utilities,ADA — t ft. structure,compliance,12,000 sq. sprung Impacted by x i, k ,i.."" 1 t T COVID.56,000 sq.ft of full site improvements,contaminated ,yz, .�- r.a ^;' . �- �. _ soils. ., ; TM u ^}x . rp .,.....•Ay-- f r :yr .• >'"-ram a , 1 A i It. . 1=, , City of Huntington Beach-Bluff Top -WEEK AT A GLANCE -8/12/22 r r {mow w 4' jIli t .. yy e i.Li. �a...s:.. ., 'tor ,..� --- .," Gravel delivery to job site Filling up bio filtration unit with gravel e t mow. .�.�F ..�.-� O'—-. — .�,.a a—.,, .r-p 4 i' :'�, s t .. te' ., tit. -, --.--- w E x ......— Ongoing work on flow sensor and fertigatlon tank near 9th Street Ribbon cutting for bike path Improvements t Prepared by Totum �� itPEI161�tt 141ttSl(Rf►f!. ' cm'fIs•vd' eml ,hi f t:iiuI;i 1189 integrated design ,; ,¢ , i, construction CITY OF HUNTINGTON BEACH ti 1 j\ • management ON CALL CONSTRUCTION MANAGEMENT SERVICES .1 sustainability p� �;, �\i , t o t e m ._„ �. . 1 , i :. i rntayra.s a s Project Profile a +coast +a n Project Profile c rr t aat,oai. a as e r mar stamant t}' A uarna6rirt City of Long Beach t Dorado Nature Ruerve- G ' yt i ... a.my 1 t(7 t u tll Replacement PedesVlan BHdge,Signage and l�, i i t o t t,U m Park and Community center 2021-2022 Amphitheater. Huntington Beach,CA ' i f - 2016-2017 2,625 sq.ft.single story major renovation,parking lot and park. i Parks and Recreation CI I; t ely; ♦ Hard Cost:-j2.5MM. Includes renovation,park and parking lot P • Public CheatHard Cost:-5750,000 Competitive Bid - • Competitive Bidding/Public Works • High Profile • Tatum provided Construction Management Change Orders:-5%of which-2%was added scope. yn, Ou • Totem provided w Drenstruction and construction phase assistancerov Totum Role:Construction Management,overseeing project from - -. award through completion. " t' .. • Deadnne for work scope due to seasonable nesting 'z a- Contractor.Legion Builders ' q requirements for wildlife. �'__- . '� "�Winiall Architect:RIM - - - Change Orders: -10%,For Owner Requests and Site , Contlltlons. Client:City of Huntington Beach Totem Role:PM/Construction Managers from design through Special Issues: Dealing with community,long lead times caused construction by could.Fire department use of the demolished commonly Contractor:Bitech Construction Company center for training. i' s'41 Architect:AHBE -', n--'-" ---- - Client:City of Long Beach/Public Works 1 Parks and Rem ..• ,azs•t"` q Spedal Issues:Pre-order of endge Shop Drawings prior to Bid . 1iilfl �" Process,Totem 2n0 project at this location within 5 years.Grant .f'�'•--+•r*G ,,. funding from Regional Mountain Conservancy ..,a1t0 ,. re, i s } �I " ,' , 1�;j. 1! .. 1 ,1., c } p, q• ra�+... tit , i 1_ -. V-.r��.� • \3l F+,r �..x yiT II Illii ...-�a ".•..•..._-�'- . ° lR�'sac"sue. �, „ i • -r, City of Huntington Beach - Rodgers Senior Center -WEEK AT A GLANCE -9/2/22 v- }W y ' -te jrwi ..-, ,/� ., — v — max. -- -..._ ,..- "'.ti->r. .tag ii,, , _ Trees being installed Rototilling underway \ ,-^ ' am' t-- S' �.� .. i gip;.. it. >m n x ._::,ram _ ,.. ... i �*� 'SF' Y Booster pump installation underway Aerial shot of project site progress s A i. Ir . .. • •t— , -'N Prepared by Totum 1190 integrated ti e s i g n Iii r.r construction CITY OF HUNTINGTON BEACH y �z management �r "is� sustainabiiity ON CALL CONSTRUCTION MANAGEMENT SERVICES �' totU m S_ Placentia Public Safety Building Campus 2022-2025 --+ . ,,;b a., r; {'F v:,;-" 14'�r a-- S'tSR_s. Ye ... am. s h' t Its 41' � - 11 i (P,f9 >r u v._ I ,1 tt_ l_ in_ % r : s i J •* . t jur • rMa `-- 1- f, *, i it , • ,;.-7:7:!.-% '---:-----.J. -11-iiiilifili2 '- ..'-' / ' '-"if-L,2-el7-'..'`-''- t of v _ ib) 1 _ 4. __ -1-- :., -,4 , i __ x y _... .« _�. t - i t, /— -tom 4 1191 , integrated Danny Kaye -- 2024 Brief Resume design construction management Danny Kaye, principal, has over 30 years of experience initially as a contractor and sustainability then as a senior construction project manager, estimator, and scheduler, working t0 t U m with commercial, institutional, office and retail projects for shell and core, interior/exterior infrastructure, and tenant improvements. Representative Key Projects include but are not limited to: Danny Kaye, CCM,FRICS,PMP • City of Santa Monica 2023-2024: $10MM Renovation of existing historically LEEDAP significant office building at Santa Monica Airport— Construction Manager • City of Carson 2024-2025: $30MM+ Renovation for a new park facility - Foisia President/Principal Sr. CM Park and Carriage Crest- Construction Manager. 310 351 0138 • City of Huntington Beach 2024-2025: $5MM phased renovation of city hall danny@totumconsulting.com restrooms and community center operable partitions - Construction Manager. • City of Azusa 2023-2025: $5MM Renovation of city senior center- Construction Manager. • Supernal (subsidiary of Hyundai / Kia 2022 -2024: $25MM Creation of off- the-grid testing facility at Mojave and renovation of offices at Mojave airport • City of Huntington Beach 2022-2023: $2MM Renovation of Rodgers Community Center and new Park- Construction Manager. • City of Huntington Beach 2020 (on call agreement) Sr CM for a fast-track ocean bluff bike and walking path, $1.8MM to complete summer 2022; Rodgers senior center renovation and new public park, $2.3MM, due to complete 2022. 4400, • City of Huntington Beach 2020-2021: $8MM Fast track grounds up of new homeless navigation Center, renovation of Edison Community Center, new skate park and Slater roof replacement- Construction Management Services. • City of Placentia—2019-2021+: Fast track, APWA award winning conversion of warehouse into homeless shelter; ADA upgrades to police station and community center. Pre-construction services for new police station evidence storage building and gun range due to bid in late 2021/early 2022 • Port of Long Beach— Danny has worked on multiple Port of Long Beach projects including a 200,000 sq. ft high rise renovation at Long Beach Airport Plaza. • City of Long Beach —2003-2019 Construction Project Manager for the CMAA award winning $25MM abatement/seismic renovation / re-skin and tenant improvements, while partially occupied, of the phased 175,000 sq. ft. 6 story (plus 2 basement levels) of the Public Safety Building* and Fire Station #1*, and over 50 various City facility upgrades and improvements (Parks and Recs, Fire Department, Library), McBride Teen Center, a new —$3.6M 5,000 sq. ft. teen center, MacArthur Park Branch Library, a new $8.5M library, LEED certified Silver, FEMA studies and seismic evaluation of and planning of a new $200M+ replacement high rise City Hall, City wide facility assessments for over 130 City locations, Main Library Roof seismic analysis, Parks and Recs with the successful Ocean Boulevard Bluff Restoration and Belmont Olympic Pool two phased investigation and repairs as well as overseeing the Queen Mary life safety project. Recent projects include the turnkey El Dorado Bridge Replacement, Craftsman Park and the LEED Gold Orizaba Community Center. Oversight of the EDPD police sub station of Schroeder Hall Army Barracks, the fast-track demolition of the old County Courthouse, EDNC Bridge replacement (2012 and 2016) 1192 Education I Qualifications: University of Central England - 1993, Bachelor of Science (B.Sc. Honors) Upper Second -Construction Management(Quantity Surveying)g) • LEED Accredited Professional (LEED AP) • Fellow of the Royal Institute of Chartered Surveyors (FRICS) • Licensed General Contractor CSLB "B" License • Certified Construction Manager, (CCM) Construction Managers Association of America • Project Management Professional (PMP) - Member of the Project Management Institute (PMI) • CMAA 2005 award for management of$10-$50M public works project • APWA 2020 Award for Homeless Shelter, City of Placentia • APWA 2021 Award for Homeless Shelter, City of Huntington Beach • CMAA 2022 Award for Homeless Shelter, City of Huntington Beach 1193 Patrick Lappin, Project Director Patrick Lappin brings over 40 years of construction, design and development G experience to clients covering the entire spectrum of project, program, and construction management from initial conceptualization and entitlement through design, engineering, and construction. He brings extensive local knowledge having worked the last 36 years in the greater Los Angeles area. Pat's experience includes working as a contractor, engineer, and owner's representative. His management skills cover multiple project delivery methods. He has been responsible for a great variety of projects, including building core and shell, tenant interiors and civil engineering construction. Pat currently serves in an operations type role managing staff on a variety of projects including community clinics, hospitality and municipal facilities. He earlier served as the program manager for the Beverly Hills USD schools modernization bond program and prior to that, the program executive for the Santa Monica- Education, Malibu USD modernization bond program, the Placentia-Yorba Linda USD bond Qualifications: program, the Orange USD modernization program, the City of Long Beach Public Safety Building upgrades and the Port of Long Beach's new maintenance Queen's University, N.I - facilities. Bachelor of Science, Civil Engineering Representative Key Projects Include: • Institution of Civil Engineers (UK), • City of Carson 2024-2025: $30MM+ Renovation for two new park facilities - Member Foisia Park and Carriage Crest • Certified Construction • City Santa Monica 2024: $9MM remodel of an existing 15,000SF facility into Manager(CCM), office/retail space. • THE Lennox 2023: $3MM renovation of a community clinic • City of Huntington Beach 2022-2023: $2MM Renovation of Rodgers Community Center and new Park. • City of Huntington Beach 2020-2021: Fast track grounds up of new Navigation Center, renovation of Edison Community Center, new skate park and Slater roof replacement-Construction Management Services. • City of Placentia—2019-2021+: Fast track, APWA award winning conversion of warehouse into homeless shelter; ADA upgrades to police station and community center. Pre-construction services for new police station evidence storage building and gun range due to bid in late 2021/early 2022 • Beverly Hills Unified School District, CA- Program Manager- Program and Construction Management Services. $334M modernization and new facilities bond program. • Placentia-Yorba Linda Unified School District, CA—Program Executive- Preconstruction, New Construction, and Modernization Program. $350M, 10- year program included a new high school, middle school, elementary schools and numerous modernization projects. • Santa Monica-Malibu Unified School District, CA— Program Executive/Program Manager- Program and Construction Management Services. $300M modernization and new facilities bond program. • University of California Riverside, CA— Project Executive -Construction Management Services. Material Science and Engineering Building, $80M, 129,000 SF research and instructional laboratory facility. 1194 • Orange Unified School District, CA- Program Executive— Program and Construction Management Services, Modernization Program. $90M elementary schools modernization program. • Chaffey Community College, Rancho Cucamonga, CA— Program Manager - Program and Construction Management. Program involved a nine-year $300M design and construction management program. Led this project from an initial facility condition assessment through passage of a local bond and implementation. • Public Safety Building and Fire Station #1, City Long Beach, CA— Project Executive- Construction Management for the Seismic Retrofit and Tenant Improvements: $30M, 165,000 SF total seismic retrofit of existing building while maintaining the existing jail facility. • Port of Long Beach, CA— Senior PM - Construction Management, Services. Projects included the $15M, 25,000 SF, 3-story security and communications center and the$200+m Head Quarters (project postponed after design) and maintenance facility project designed to be LEEDTM Gold certified • University of California, Los Angeles, CA - Senior PM—Construction Management Services for a variety of individual tenant improvements and infrastructure improvements for a 19 story building. • County of Los Angeles, Department of Public Works, CA—Senior PM - Project management services in a staff augmentation role for construction of countywide building program. • Los Angeles County, Department of Parks and Recreation and Los Angeles Philharmonic Association, CA—Senior PM - Projects involved entitlements, design, and phased master-planned renovation of the Hollywood Bowl, a 17,000-seat outdoor auditorium, part of which was implemented as design-build. • Walt Disney Concert Hall, CA—Project Manager- Los Angeles County Internal Services Department. Project involved entitlements, design, and construction of the 2,300-seat Walt Disney Concert Hall and 2,500-car, six- level subterranean garage. • The Getty Museum, CA- Senior PM - Project involved design and construction of a multi-building fine arts campus, totaling 1 million GSF. The 250,000 SF art museum was the crown jewel of the complex. • AF Gilmore Company, Farmer's Market, CA—Senior PM - Provided project management services for this 32-acre, mixed-use development. • Abu Dhabi, U.A.E—Area Manager/Project Director In charge of local area office of a U.K based general contractor. Responsible for the company operations during the completion of lump sum construction contracts for roads, bridges and a major urban storm drainage project. Also responsible for pricing and obtaining new work. • Baghdad, Iraq - Contracts Manager/Senior Project Manager responsible for a lump sum contract consisting of the construction of bridges and ancillary roads and the construction of two large turnkey industrial buildings. • Karachi, Pakistan -Area Representative/Project Manager responsible for all aspects of company operations for two major sub contracts on a new Port facility. 1195 integrated Alejandro Pinel, Construction Manager design construction management Alejandro Pinel has worked on construction projects for the past 14 years. His ,ustainabitity work experience includes internships with electricians, framers, and development ' t © t U m companies as well as computer drafting for a permit expediting firm. Before Totum, Alejandro spent 4 years as a project manager for UCLA Asset Management which provided him with valuable fast track tenant improvement and renovation skills which he brings to each project. Alejandro came to Totum in 2018. Alejandro currently serves as construction manager for several projects. His responsibilities range from bidding, preparing construction documents to reviewing plans, drafting contracts and scheduling contractors. Alejandro also performs specialty tasks on an as-needed basis whenever required by specific projects. In general, Alejandro works with Principal Danny Kaye and Patrick Lappin to supplement and coordinate tasks. Representative Project Experience Includes Construction Manager - Totum Consulting, Sherman Oaks, CA • Irvine Animal Care Center: 2024-2026 -$18MM phased renovation and new build for the City of Irvine Animal Care Center- Construction Manager Education/ Qualifications: • Placentia Public Safety Building: 2023-2025-This was a multiple phased California State Polytechnic complex project including sitework, separate pad for a butler building and a University, Pomona - grounds up new ECOC /communication center with gun range for the City. Construction Engineering -$18MM total costs. Technology Fluent written/spoken • Supernal Flight Test Center: 2022-2024- Fast Track $10MM site set up Spanish and multiple new structures/renovation. (A Hyundai / Kia company) - AutoCAD proficient. Construction Manager • City of Huntington Beach 2022-2023: $2MM Renovation of Rodgers Community Center and new Park- Construction Manager. • City of Huntington Beach 2020-2021: Fast track grounds up of new Navigation Center, renovation of Edison Community Center, new skate park and Slater roof replacement- Construction Manager. • City of Placentia-2019-2021: Fast track, APWA award winning conversion of warehouse into homeless shelter; plus ADA upgrades to police station and community center. • AF Gilmore Company, Farmer's Market, Los Angeles, CA Construction Manager on the multi prime delivery of a new$2.5MM new building to the Original Farmers Market. • PMA Union Hall, CA-coordinated the fast-track improvements to this existing Union Dispatch Hall. 1196 • Occidental College, CA—assisting on a variety of tenant improvement projects varying in value from $100K to $9MM. • St Johns Wefichild Avalon Clinic—CM for the renovation of a $2.5MM clinic renovation. 1197 \ ' � in tee g r,a t e d Ethan Erickson, Project Engineer 9 i �\ CO n s t r u c t i o" Ethan Erickson has worked within the construction and real estate development management \\`4`, ,t uslainability field for the past 3 years with residential and commercial firms across Southern ` ,�1,t.y' # California. Before joining Totum, Ethan worked in real estate brokerage and as an t 4i , ' Q u interior design and build consultant for 3 years specializing in single family development, design, analysis/underwriting, feasibility and permitting. Ethan's wide array of experience throughout the industry allows him to engage with and support ,` our clients throughout the construction process. Ethan joined Totum in early 2023. . Ethan currently serves as an assistant project managr for several projects. His ,.n responsibilities range from site visits, documentation, bidding, preparing il construction documents to reviewing plans and schedules, drafting contracts, and scheduling contractors and trades. Pay application and submittal review. Ethan also performs specialty tasks on an as-needed basis whenever required by specific projects. In general, Ethan works underneath the Principal Danny Kaye and Patrick Lappin to supplement and coordinate tasks. Representative Project Experience Includes: Project Engineer(With Totum) Education / Qualifications: • City of Santa Monica 2023-2024: $10MM Renovation of existing historically significant office building at 3200 Airport Ave, Santa Monica Airport—Assistant University of California, Construction Manager Berkeley Batchelor of Arts • Park Plaza Seismic Renovation 2024-2025: $15MM phased seismic renovation of an 88-unit condominium on Ocean Ave, Santa Monica. — Real Estate Construction and Assistant Construction Manager Development: Asset Management and Brokerage/ • City of Carson 2024-2025: $30MM+ Renovation for two new park facilities- Underwriting/Feasibility/Bidding/ Foisia Park and Carriage Crest—Assistant Construction Manager. Contracting • St Johns Community Health, San Bernardino, CA— 2023-24: Fast track CAD/Design: $2MM renovation of a medical office building, to OSHPD 3 standards. Sketchup/Adobe Illustrator 10 Hour OSHA Certification • West Valley Food Pantry, Woodland Hills, CA—2024-25: Currently working on the construction of a new $4MM food pantry. Assistant Construction Manager. • City of Santa Monica, CA—2024: Assisting on an $5MM renovation of a 2800 Airport Ave at the Santa Monica airport. • Medical TI—West Hollywood —2023—Assisting on a $650,000 medical office Tl for a plastic surgery center. • Retail Located Medical TI, San Jacinto—2023—Assisting on a $300,000 medical/dental renovation in an existing dental clinic in a large retail campus. 1198 , integrate(' Jose Alamo, Project Engineer- d e s i g n construction Jose Alamo has worked within the construction and real estate development field Jf, management ustainanuity for the past 4+years with residential firms across Southern California and now \\ O t U r Totum. Jose worked as an assistant project manager for 1 1/2 years specializing in single family development, design, feasibility and permitting. The prior 2 '/2 years (and prior summer work), Jose was more hands on in commercial projects in support of the superintendent and working on framing, minor electrical/plumbing, " and installing door/windows. Jose's wide array of experience throughout the industry allows him to engage with and support our clients throughout the construction process. Jose currently serves as a Project Engineer/APM for Totum. His responsibilities range from site visits & documentation, bidding, preparing construction documents Al if to reviewing plans and schedules, drafting contracts, and scheduling contractors and trades, review of RFI's and change orders, pay applications and submittal 1 review. Jose also performs specialty tasks on an as-needed basis whenever required by specific projects. Jose supports principal Danny Kaye as well as other Totum PM / CMs to supplement and coordinate tasks. Education / Representative Project Experience Includes: Qualifications: • Irvine Animal Care Center, CA—2024-2026: Field Engineer/Assistant PM California State University, for the 2 year, $16MM 3 phase renovation and new buildings for City of Irvine Long Beach Animal Care Center. 2011-2013 Bachelor of Science in • Supernal —CA—2024. Totum self-performed minor construction for the off- Business Administration the-grid campus in Mojave, for Supernal (subsidiary of Hyundai / Kia) Assistant Project Manager /APM / (with Companies John P Ingram & Associates and Keefer Construction Unlimited.) 2006-2023 • Venice Residential Three-Story Remodel, CA—2023/24: Assisted PM for the fast track of the renovation of a three-story Venice home. Project Complete • Brentwood residential remodel, CA—2024: Assistant PM for the renovation of a 2-story home with a budget of$500K. Project Complete • City of Santa Monica, CA—2023: Assisting on a $150K revamp for an ADU office space. Project complete. • West Covina, CA—2023 Oversight in finalizing a JR ADU project of$300K. • Malibu, CA—2020-22 Assisted Superintendent from beginning to end on renovating multiple residential properties. Worked on installing electrical wire, framing, and minor plumbing at job site. 1199 �����, i toteesrated Henry Graves \, ,` cc�nstruciion Z , management Henry started with Totum in 2021 for field QA/QC/ Inspections. He has Over 35 ,I\ ii,,;, sustainabiiity years of strong proficient work history with inspections for roadway, traffic signal & I\t N 1 t 0 t U m Streetlight infrastructure & construction. In-depth knowledge of county and state regulations as well as utility providers. A proven history of getting the job done right and efficiently. Team-oriented with the integrity and dedication needed to build a successful and respected organization. Hardworking and reliable with a Henry Graves strong ability to communicate and motivate field personnel to produce the best Field QA/QC product possible. Work with project teams and customers. Offering a proactive and punctual team-oriented mentality. Strong knowledge of Construction JHA, CAL OSHA, CAMUTCD, CAL TRANS and SCE permits. Motto - (Measure twice cut once!) 3 • City of Placentia 2021-2024: $37MM of fiber upgrades for citywide internet. b Renovation of city senior center—QA/QC Inspector/Construction Manager. • City of Carson 2024-2025: $25MM Carriage Crest Park— Inspector/ QA/QC fog I Construction Manager. • City of Carson 2024-2025: $15MM Foisia Park— Inspector/QA/QC / Construction Manager. Select Electric Inc Labor Coordinator Cerritos CA Siemens Mobility Inc Construction Field Supervisor Anaheim, CA As a Maintenance/Emergency-Traffic Signal/Streetlighting Company, (No day or job was ever the same). Performed site evaluations, assess damage to existing systems, write up scope of work to repair/restore what was damaged, (conduits, foundations poles, rewire). Scheduled construction crews and worked with necessary Subcontractors and City Engineers/Inspectors to get utilities back up and running in a timely manner. Developing functional solutions to difficult problems. Improved operations by working with team members and customers to find workable solutions in emergency situations. Worked closely with team members to deliver project requirements, develop solutions and meet deadlines. Provided excellent service and attention to customers when face-to-face or through phone conversations. Handled all delegated tasks, including Meeting with customers to assist in engineer budgets, scope of work, scheduling. Republic ITS Construction Superintendent Anaheim, CA 1200 Signal Maintenance Inc/ Construction Superintendent Anaheim, CA Motivated and supported field workers completing work to increase work quality and efficiency. Maintained project compliance by reviewing contractor scope, materials and pricing take-offs to achieve competitive bidding Coordinated schedules and day-to-day activities of crew to satisfy project needs. Collaborated with field engineering and construction to prepare scopes of work for inclusion into bid packages. Estimated materials and labor requirements to complete jobs within budgetary and timeline requirements. Kept track of all inventory, including supplies and materials to prevent losses. 1201 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. 1202 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. 1203 integrated EXHIBIT B d e s i g n 4+"ay. construction management CITY OF HUNTINGTON BEACH '1 � zr. sustainabitity ON CALL CONSTRUCTION MANAGEMENT, MATERIALS TESTING tOtUM and INSPECTION SERVICES - Totum Rates 2025 Totum bills on an hourly basis and only bill our actual time spent, Unit151 A0 Ventura Blvd. not "fixed" hours per week. Unit A Sherman Oaks CA 91403, We do not bill for "over time", travel time, mileage, phones, copies 818 986 9870 p/f etc. Reimbursables are billed as a direct cost. After discussions with the City we would set up a mutually Principals agreeable NTE (Not to Exceed) fee for each project based on the Danny Kaye, CCM, PMP, FRICS, rates below based on the required scope of services. LEED AP 310 351 0138 m Staff Position Effective Hourly Rate Giulio Zavolta, LEED AP 310 291 4074 m Principal / Sr. CM / Sr.PM $220.00 Sr. CM / Sr. PM $210.00 www.totumconsulting.com CM / PM $175.00 danny©totumconsulting.com Inspector/QA/QC $165.00 Assistant PM $140.00 Sr. Project Engineer $135.00 Project Engineer $125.00 Office Clerical /Admin $70.00 Sub Consultants 7.5% Markup. (if required via Totum) Labor Compliance -PWCC Solutions — Labor Compliance Consultant $250.00 Koury Engineering — Deputy Inspection — see attached Totum rates increase each year January 1 at 3% to cover the cost of living. We shall hold these rates / escalation for 4 years. Page 1 of 1 tctt1.i 1204 tti �� va EZZEEEMEMBEEMSEADMIMin PROJECT FEE SCHEDULE Standard Discounted *FIELD INSPECTION SERVICES Local Code National Standard Rate/Hour Rate/Hour Steel Visual Welding/Bolting $141.00 $115.00 Nondestructive-UT,MT,PT $181.00 $155.00 Concrete ACI Sampling $141.00 Batch Plant Inspection $141 00 Concrete/Shotcrete ICC(Rebar/Placement) $141.00 $112.00 Concrete PT $141 00 Drilled in Anchors/Bolts/Dowels Observation $141.00 $112.00 Masonry $141.00 $112.00 Fireproofing(Thickness/Density) $141.00 Firestopping/Fire-safing $141.00 LA Grading/Asphalt Inspector w/Nuclear Gauge and/or Sand Cone(Portal-Portal Basis) $161.00 $115.00 Roofing&Weatherproofing/VVaterproofing $161.00 Structural Wood Framing $161.00 $112.00 Fiber Reinforced Concrete(FRP) $141.00 Lead/Multi-Disciplined Inspector $161.00 Building Inspection Services(Mechanical/Electrical/Plumbing) $141.00 ASNT Level III $141.00 Laboratory Technician/Sample Runner $141,00 **PROFESSIONAL SERVICES Principal Engineer(Civil/Geotechnical/Structural) $348.00 $225.00 Geotechnical Engineer $316.00 Project Engineer $316.00 $165.00 Project Geologist $241.00 Project Manager $241.00 $100.00 Staff Engineer $241.00 Field Supervisor $214.00 $90.00 SPECIAL SERVICES ***Off-Site Structural Steel or Precast Fabrication(Local) $181.00 ***Off-Site Structural Steel NDE(Local) $181.00 ***Off-Site Reinforceing Steel/Block Fabrication(Local) $181.00 • Epoxy Bolt/Anchor Proof Load/Pull Testing $290.00 $195.00 * Coring, 1 Person(including equipment) $348.00 * Coring,2 Persons(including equipment) $455.00 Skidmore-Wilhelm Equipment Fee Per Hour $150.00 Nuclear Gauge(Safety&Security Fee) $75.00 Rebound Hammer,Schmidt Hammer,Windsor Probe-Equipment Fee Per Hour $275.00 Floor Flatness Testing FF/FL-(Equipment Fee$100/Hour) $316.00 Floor Flatness Testing FF/FL-Report Fee $250.00 Measuring Moisture Vapor Emission Rate(Calcium Chloride)-$100/Kit ASTM F1869 $161.00 Relative Humidity Testing ($100/kit) ASTM F2170 $161.00 GPR(Ground Penetrating Radar)-Equipment Fee$175/Hour $375.00 Concrete Crack Gauge Monitoring $375.00 Building Evelope-Air Leakage Rate by Fan Pressure ASTM E779 $850.00 Water Penetration by Uniform or Cyclic Pressure(Per Day) ASTM E1105 $3,050.00 Air and Water Infiltration Leakage Testing(Per Day) AMMA 501.2 $4,050.00 Administration,Accounting,Special Projects,Notary,Certified Payroll $134.00 Final Reports(DSA/City/County/HCAI) $500.00 Interim Reports $100.00 *Field inspection services will be billed in accordance with minimums shown on Basis of Charges. **Professional engineering services and laboratory technician services will be billed at actual time. ***All plant inspections are located within 50 miles of the project location.Steel shops will be AISC certified and concrete plants will be PIC certified. ****Two inspections performed by the same inspector during a site visit will be billed at the combination/higher rate. *****Three or more inspections performed by the same inspector during a site visit will be billed at the multi-disciplined rate. 25-3536 Koury Engineering&Testing,Inc. (909)606-6111 www.kouryengineering.com Chino page 3 1205 (IN w■r i kDU } i it RASSIOr1 ir1T=cRi-1-Y DUALITY Laboratory Compaction Characteristics of Soil Using Modified/Standard Effort ASTM D1557/D698 $428.00 $290.00 Expansion Index of Soils ASTM D4829 $401.00 LAB METALS AND OTHER MATERIALS TESTS Standard Discounted METALS MATERIALS MECHANICAL TESTS Local Code National Standard Rate/Each Rate/Each Mechanical Testing of Steel Products(General Tensile) ASTM A615/A706 $148.00 Mechanical Testing of Steel Products(Couplers) ASTM A615/A706 $348.00 Mechanical Testing of Steel Products&Bend Testing of Material for Ductility;#3-#8 ASTM A615/A706 $268.00 $130 00 Mechanical Testing of Steel Products&Bend Testing of Material for Ductility;#9-#11 ASTM A615/A706 $321.00 Mechanical Testing of Steel Products&Bend Testing of Material for Ductility;#14+ ASTM A615/A706 $375.00 Post-Tension Strand Tensile&Elongation ASTM A416 $285.00 Determining the Mechanical Properties of Externally and ASTM A370,F1554 and F606 $375.00 Internally Threaded Fasteners,Anchor Bolts Assemblies (Tension and Yield) Rockwell Hardness of Metallic Materials ASTM E18 $107.00 FIREPROOFING Thickness and Density of Sprayed Fire-Resistive Material(SFRM) ASTM E605 $168.00 Cohesion/Adhesion of Sprayed Fire-Resistive Materials ASTM E736 $95.00 Ail fen subject to ttmu of au yn 25-3536 Koury Engineering&Testing,Inc. (909)606-6111 www.kouryengineering.com Chino page 5 1206 1 A�Q® DATE(MIAIDD YYYY) CERTIFICATE OF LIABILITY INSURANCE 11/12/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Sandy Peters AssuredPartners Design Professionals Insurance Services, LLC PHONE 626.696-1901 FAX 3697 Mt. Diablo Blvd Suite 230 (A/C.No.Extl: Lafayette CA 94549 E-MAIL Lafayette INSURER(S)AFFORDING COVERAGE NAIC# License#:6003745 INSURER A:Travelers Property Casualty Company of America 25674 INSURED TOTUCOR-0l INSURER B:Aspen American Insurance Company 43460 Totum Corporation 310 351-0138 INSURER C:The Travelers Indemnity Company of Connecticut 25682 15130 Ventura Blvd.,Unit A INSURER D: Sherman Oaks CA 91403 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:500560387 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 7ypE OF INSURANCE DI ADDL SUBR POLICY EFF POLICY EXP LIMITS LIR INSO WVD POLICY NUMBER IMMIOYYYY) (MM/DD/YYYY) C X COMMERCIAL GENERAL LIABILITY Y Y 6801J745121 6/5/2025 6/5/2026 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $1,000,000 X Contractual Lab MED EXP(Any one person) S 10,000 Included PERSONAL&AD/INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X LOC PRODUCTS-COMP/OPAGG $4,000,000 OTHER: S C AUTOMOBILE LIABILITY Y Y BA8R387030 6/5/2025 6/5/2026 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Leer accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ A WORKERS COMPENSATION Y UB3J306445 6/5/2025 6/5/2026 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER _ - ANYPROPRIETORIPARTNER/EXECUTIVE YI I N!A E.L.EACH ACCIDENT S 1,000,000 OFFICERIMEI.IBEREXCLUDED? U (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000 e Pro'ess coal Uab'r:y AAAE10078806 6/5/2025 6/5/2026 Per Claim $2,000,000 Aggregate Limit $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Insured owns no company vehicles,therefore,hired/non-owned auto is the maximum coverage that applies. RE:All Operations of the Named Insured. City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers are r}gpf{yyrErglOjt!prjIIJB Qpjps re;peels general liability and auto liability as required per written contract.General Liability Is Primary/Non-Contributory per policy form wording.Professional Ll3blhity policy has a deductible which is:$15,000,with a Relro Date of:06/05/2006 CANCELLATION/CHANGE: 30 day notice will be sent to the certificate holder. tax: - MICHAEL J.VIGLIOTTA CITY ATTORNEY CERTIFICATE HOLDER CANCELLATION 30 11%VotQF AIIMEMTPN t3kACI.1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Huntington Beach 2000 Main Street Huntington Beach CA 92648 AU REPRES ATIVE• ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 6801,1745121 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part for"bodily injury"or"property damage"included in the"products- completed operations hazard", provided that such contract was signed and executed by you before, and is in effect when,the bodily injury or property damage occurs. • Location And Description Of Completed Operations Any project to which an applicable contract described in the Name of Additional Insured Person(s)or Organization(s)section of this Schedule applies. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. Section II Who Is An Insured is amended to in- location designated and described in the schedule of dude as an additional insured the person(s) or or- this endorsement performed for that additional in- ganization(s) shown in the Schedule, but only with sured and included in the"products-completed opera- respect to liability for"bodily injury"or"property dam- tions hazard". age"caused, in whole or in part, by"your work"at the • CG 20 37 07 04 06/05/2025 ©ISO Properties, Inc., 2004 Page 1 of 1 CG T8 OX XX XX DATE OF ISSUE: • • 6801J745121 COMMERCIAL GENERAL LIABILITY POLICY NUMBER THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL.GENERAL LIABILITY COVERAGE PART SCHEDULE Names of Additional Insured Person(s) or Organization(s): Any person or organization that you agree in a written contract to include as an additional insured on this Coverage Part, provided that such written contract was signed by you before, and is in effect when, the "bodily injury"or"property damage"occurs or the"personal injury"or"advertising injury"offense is committed. Location of Covered Operations: Any project to which a written contract with the Additional Insured Person(s)or Organization(s) in the Schedule applies. (Information required to complete this Schedule,if not shown above, will be shown in the Declarations.) A. Section II —Who Is An Insured is amended to in- This insurance does not apply to"bodily injury"or dude as an additional insured the person(s) or "property damage" occurring, or "personal injury" organization(s) shown in the Schedule, but only or "advertising injury" arising out of an offense with respect to liability for"bodily injury", "property committed,after: damage", "personal injury" or "advertising injury" 1. All work, including materials, parts or equip- caused, in whole or in part,by: ment furnished in connection with such work, 1. Your acts or omissions;or on the project (other than service, mainte- 2. The acts or omissions of those acting on your nance or repairs) to be performed by or on behalf; behalf of the additional insured(s) at the loca- tion of the covered operations has been corn- in the performance of your ongoing operations for pleted;or the additional insured(s) at the location(s) desig- 2. That portion of "your work" out of which the Hated above. injury or damage arises has been put to its in- B. With respect to the insurance afforded to these tended use by any person or organization additional insureds, the following additional exclu- other than another contractor or subcontrac- sions apply: tor engaged in performing operations for a principal as a part of the same project. CG D3 61 03 05 Copyrighe 8 ie St. Paul Travelers Companies, Inc.All rights reserved. Page 1 of 1 CG T8 oX XX XX Includes copyrighted material of Insurance Services Office, Inc.with its permission. DATE OF ISSUE: Policy#6801J745121 COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a. The statements In the Declarations are If all of the other insurance permits contribution accurate and complete; by equal shares, we will follow this method also. b. Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid Its applicable c. We have issued this policy in reliance upon limit of insurance or none of the loss remains, your representations. whichever comes first. The unintentional omission of, or unintentional error If any of the other insurance does not permit in, any information provided by you which we relied contribution by equal shares, we will contribute upon in issuing this policy will not prejudice your by limits. Under this method, each insurer's rights under this insurance. However, this provision share is based on the ratio of its applicable limit does not affect our right to collect additional of Insurance to the total applicable limits of premium or to exercise our rights of cancellation or insurance of all insurers. nonrenewal in accordance with applicable insurance d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7. Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, and agreement that the insurance afforded to an any rights or duties specifically assigned in this insured under this Coverage Part must apply on Coverage Part to the first Named Insured, this a primary basis, or a primary and non- insurance applies: contributory basis, this insurance is primary to a. As if each Named Insured were the only other insurance that is available to such insured Named Insured; and which covers such insured as a named insured, and we will not share with that other insurance, b. Separately to each insured against whom claim provided that: is made or"suit"is brought. (1) The"bodily injury'or"property damage"for 8. Transfer Of Rights Of Recovery Against Others which coverage is sought occurs; and To Us (2) The "personal and advertising injury" for If the insured has rights to recover all or part of any which coverage is sought is caused by an payment we have made under this Coverage Part, offense that is committed; those rights are transferred to us.The insured must do nothing after loss to impair them.At our request, subsequent to the signing of that contract or the insured will bring "suit" or transfer those rights agreement by you. to us and help us enforce them. 5. Premium Audit 9. When We Do Not Renew a. We will compute all premiums for this Coverage If we decide not to renew this Coverage Part,we will Part in accordance with our rules and rates. mail or deliver to the first Named Insured shown in b. Premium shown in this Coverage Part as the Declarations written notice of the nonrenewal advance premium is a deposit premium only. At not less than 30 days before the expiration date. the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficient the earned premium for that period and send notice to the first Named Insured. The due date proof of notice. for audit and retrospective premiums is the date SECTION V—DEFINITIONS shown as the due date on the bill. If the sum of 1. "Advertisement" means a notice that is broadcast or the advance and audit premiums paid for the published to the general public or specific market policy period is greater than the earned segments about your goods, products or services premium, we will return the excess to the first for the purpose of attracting customers or Named Insured. supporters. For the purposes of this definition: c. The first Named Insured must keep records of a. Notices that are published include material the information we need for premium placed on the Internet or on similar electronic computation, and send us copies at such times means of communication; and as we may request. b. Regarding websites, only that part of a website 6. Representations that is about your goods, products or services By accepting this policy,you agree: for the purposes of attracting customers or supporters is considered an advertisement. Page 16 of 21 0 2017 The Travelers Indemnity Company.All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office,Inc.with its permission. Policy# 6801J745121 COMMERCIAL GENERAL LIABILITY occupational therapist or occupational that Is available to any of your "employees" therapy assistant, physical therapist or for"bodily injury" that arises out of providing speech-language pathologist;or or failing to provide "incidental medical (b) First aid or "Good Samaritan services" services" to any person to the extent not by any of your"employees"or"volunteer subject to Paragraph 2.a.(1) of Section II — workers", other than an employed or Who Is An Insured. volunteer doctor. Any such "employees" K. MEDICAL PAYMENTS—INCREASED LIMIT or"volunteer workers"providing or failing The following replaces Paragraph 7. of to provide first aid or "Good Samaritan SECTION IiI—LIMITS OF INSURANCE: services" during their work hours for you will be deemed to be acting within the 7. Subject to Paragraph 6. above, the Medical scope of their employment by you or Expense Limit is the most we will pay under performing duties related to the conduct Coverage C for all medical expenses of your business. because of "bodily Injury" sustained by any 3. The following replaces the last sentence of one person,and will be the higher of: Paragraph 5. of SECTION III — LIMITS OF a. $10,000; or INSURANCE: For the purposes of determining the b. The amount shown in the Declarations of applicable Each Occurrence Limit, all related this Coverage Part for Medical Expense acts or omissions committed in providing or Limit. failing to provide "incidental medical L. AMENDMENT OF EXCESS INSURANCE services", first aid or "Good Samaritan CONDITION—PROFESSIONAL LIABILITY services" to any one person will be deemed to be one"occurrence". The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV — 4. The following exclusion is added to COMMERCIAL GENERAL LIABILITY Paragraph 2., Exclusions, of SECTION i — CONDITIONS: COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE This insurance Is excess over any of the other LIABILITY: insurance, whether primary, excess, contingent Sale Of Pharmaceuticals or on any other basis, that is Professional Liability or similar coverage, to the extent the "Bodily injury" or "property damage" arising loss is not subject to the professional services out of the violation of a penal statute or exclusion of Coverage A or Coverage B. ordinance relating to the sale of pharmaceuticals committed by, or with the' M. BLANKET WAIVER OF SUBROGATION — knowledge or consent of the insured. WHEN REQUIRED BY WRITTEN CONTRACT 5. The following is added to the DEFINITIONS OR AGREEMENT Section: The following is added to Paragraph 8.,Transfer "Incidental medical services" means: Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL a. Medical, surgical, dental, laboratory, x- LIABILITY CONDITIONS: ray or nursing service or treatment, if the Insured has agreed in a written contract or advice or instruction, or the related agreement to waive that insured's right of furnishing of food or beverages;or recovery against any person or organization, we b. The furnishing or dispensing of drugs or waive our right of recovery against such-person medical, dental, or surgical supplies or or organization, but only for payments we make appliances. because of: 6. The following is added to Paragraph 4.b., a. "Bodily injury" or "property damage" that Excess Insurance, of SECTION IV — occurs;or COMMERCIAL GENERAL LIABILITY. CONDITIONS: b. "Personal and advertising injury" caused by This insurance is excess over any valid and an offense that is committed; collectible other insurance, whether primary, subsequent to the signing of that contract or excess, contingent or on any other basis, agreement. CG D3 79 02 19 0 2017 The Travelers Indemnity Company.AU rights reserved. Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.with Its permission. TRAVELERS JMk WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 03 76( A)-- POLICY NUMBER: UB3J306445 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be % of the California workers' compensation pre- mium. Schedule Person or Organization Job Description Any Person or organization for which the insured has agreed by written contract executed prior to loss to furnish this waiver. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) "Sil."41V° atAl+, Insurance Company Countersigned by Travelers Property Casualty Company of America DATE OF ISSUE: 11/12/2025 Page 1 of 1 Policy#0A8R387030 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following replaces Paragraph A.5., Transfer of required of you by a written contract executed Rights Of Recovery Against Others To Us, of the prior to any"accident" or"loss", provided that the CONDITIONS Section: "accident" or "loss" arises out of the operations 5. Transfer Of Rights Of Recovery Against Oth- contemplated by such contract. The waiver ap- ers To Us plies only to the person or organization desig- We waive any right of recovery we may have nated in such contract. against any person or organization to the extent CA T3 40 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. Policy:BA8R387030 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following is added to Paragraph c. in A.1., Who between you and that person or organization, that is Is An Insured, of SECTION II—COVERED AUTOS signed by you before the "bodily injury" or "property • LIABILITY COVERAGE in the BUSINESS AUTO damage"occurs and that is in effect during the policy COVERAGE FORM and Paragraph e.in A.1.,Who Is period, to name as an additional insured for Covered An Insured, of SECTION II — COVERED AUTOS Autos Liability Coverage, but only for damages to LIABILITY COVERAGE in the MOTOR CARRIER which this insurance applies and only to the extent of COVERAGE FORM, whichever Coverage Form is that person's or organization's liability for the conduct part of your policy: of another"insured". This includes any person or organization who you are required under a written contract or agreement I I CA T4 37 0216 ©2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. „.„...0P4,,p,iip, is. i' "T IN7/) Professional Services \ ' 9 .••• nRP 0 P •••. Contracts for On -Call . _________ __ _ •. Construction Management, _ i, --- 1 •• Materials Testing , and _ _____ _ _ _ _ _ . N _� _ ”' i Inspection Services _ _ _ __ _— . _ __ ___ _ - _ • c Department of Public Works • _ _ — - - December 16 , 2025 �•••• ,cue _ • - - --P� .•. • i , A • 17 1gp9 ••• Cv 40 (JUNP? 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,. �/#wNT I.N GTO. Nitik r $ � AID:• --- \• -, 4 E , _ : 1\ , , Ai,0 . Otkik V il • o NT`I � ig 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. ##1 NT I N G T III .1.N%ORPORgrE le% \ % _ sz � \ CF••... ....• III °UNT`I °\ e 1288 RFP Selection Matrix # Firms Construction Inspection Material Testing NTE I Management 1 Accenture Infrastructure and Capital Projects, LLC X X $1,500,000.00 2 Ardurra Group, Inc. X X X $2,500,000.00 3 Berg&Associates, Inc. X X X $2,500,000.00 4 Cannon Corporation X X X $2,500,000.00 5 Certerra RMA Group X X X $2,500,000.00 6 Dudek X X $1,500,000.00 7 FCG Consultants Inc. X X X $2,500,000.00 8 GHD Inc. X X X 52,500,000.00 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 Toturn Corp X X $1,500,000.00 18 Transtech Engineers, Inc. X X X $2,500,000.00 19 Ally Construction Services - $0.00 20 Bowman Consulting Group Ltd. $0.00 21 Crede Construction Advisory LLC $0.00 22 Fountainhead Consulting Corporation $0.00 23 GCS Construction Management $0.00 24 H W Lochner $0.00 25 Ledesma &Meyer Construction Co.,Inc. $0.00 26 Pinner Construction Co, Inc $0.00 27 Willdan Engineering $0.00 1289 RECOMMENDATION Approve and authorize the Mayor and City Clerk to execute Professional Services Contracts between the City of Huntington Beach and the nineteen (9) firms (listed below) for On-Call Construction Management, Materials Testing, and Inspection Services. Cannon Corporation; FCG Consultants Inc.; Griffin Structures, Inc.; Interwest Consulting Group, Inc.; MCK Americas, Inc.; Southstar Engineering & Consulting, Inc.; SYRUSA Engineering, Inc.; Totum Corp; and TRANSTECH Engineers, Inc. The City does not guarantee any amount of work to awarded vendors as these services are on an "as-need" basis. `� 1...ING T p/�� ttII fi COUNTY 1290 u e s ions I■ . ..,... v.„ , ,.., . r'."' ijil fiii 14"1 . 'tkia - - - „,...„,..,t , - . � aL, . ...,......,... ,---„, 4, ....„..,,,..;i.;44: .I,7... I r th I.U./*I' 4 •:,4.1.I 1. r I pr. - ''''''''' .'-.'""%-- • -•. -• ;;'i r .n..6 ,••! r.it 7_ -off-- - _ I, � ;,.. 3 '.'.,:.:7::'::,2-.::. .."...:4,-":il..;i-At'll. . -irt%:' - i1 y .• ,r ,.-r5•i'4.4; i M(y, .'T !'i♦ wA !CZ' .� 47k> r . • j } aok , • 1291