Loading...
HomeMy WebLinkAboutBucknam Infrastructure Group, Inc. - 2025-12-22 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND BUCKNAM INFRASTRUCTURE GROUP, INC. FOR 2025-2026 PAVEMENT MANAGEMENT PROGRAM UPDATE 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, BUCKNAM INFRASTRUCTURE GROUP, INC., a hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to prepare the 2025-2026 pavement management program update; 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 Peter Bucknam 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. 25-17350/398011 1 of 12 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on December 22, 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 Eighty Eight Thousand Nine Hundred Ninety Three Dollars ($88,993.00). 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 compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 25-17350/398011 2 of 12 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 apply to all claims and liability regardless of whether any insurance policies are applicable. 25-17350/398011 3 of 12 The policy limits do not act as limitation upon the amount of indemnification to be provided by CONSULTANT. B. To the extent that CONSULTANT performs "Design Professional Services" within the meaning of Civil Code Section 2782.8, then the following Hold Harmless provision applies in place of subsection A above: "CONSULTANT hereby agrees to protect, defend, indemnify and hold harmless CITY and its officers, elected or appointed officials, employees, agents and volunteers, from and against any and all claims, damages, losses, expenses, demands and defense costs (including, without limitation, costs and fees of litigation of every nature or liability of any kind or nature) to the extent that the claims against CONSULTANT arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONSULTANT. In no event shall the cost to defend charged to CONSULTANT exceed CONSULTANT's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more other defendants to the claims and/or litigation is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, CONSULTANT shall meet and confer with CITY and other defendants regarding unpaid defense costs. The duty to indemnify, including the duty and the cost to defend, is limited as provided in California Civil Code Section 2782.8. C. Regardless of whether subparagraph A or B applies, CITY shall be reimbursed by CONSULTANT for all costs and attorney's fees incurred by CITY in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONSULTANT. 25-17350/398011 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 25-17350/398011 5 of 12 of termination. CONSULTANT waives the right to receive compensation and agrees to indemnify the CITY for any work performed prior to approval of insurance by the CITY. 10. CERTIFICATE OF INSURANCE Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: A. provide the name and policy number of each carrier and policy; B. state that the policy is currently in force; and C. shall promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. CONSULTANT shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverage shall not derogate from CONSULTANT's defense, hold harmless and indemnification obligations as set forth in this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 11. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of CITY. 25-17350/398011 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. 25-17350/398011 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 Bucknam Infrastructure Group, Inc. ATTN: Director of Public Works ATTN: Peter Bucknam 2000 Main Street 3548 Seagate Way, Suite 230 Huntington Beach, CA 92648 Oceanside, CA 92056 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. 25-17350/398011 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 25-17350/398011 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. 25-17350/398011 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 g 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. 25-17350/398011 11 of 12 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Attorney. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a municipal BUCKNAM INFRASTRUCTURE corporation of the State of California GROUP, INC. Mayor By: /1 h—�— /el el a oc City Clerk print name ITS: (circle one)Chairm. illirnNice President INITIATED AND A PROVED: AND By: e—rfh. 00C ccNawi,, REVIEWED AND APPROVED: print name ITS: (circle one)S /Chief Financial Officer/Asst. Secretary—Treasur City Manager APPROVED AS TO FORM: City Attorney c)„A- See.4ttuched C .All Purpose Certificate of Acknowledgement /J D 25-17350/398011 12 of 12 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness, accuracy, or validity of that document. State of California County of S j /6-613 On L G m / ,2 -r-0,3before me, li Y�2cl,,./ /T d /4.4-4f4,l , (Here,insert name and time of the officer) personally appeared 27-ex who proved to me on the basis of satisfactory evidence to be the person() whose name(() iskate subscribed to the within instrument and acknowledged to me that he/sAtkley executed the same in his4/th it authorized capacity(), and that by his/hy/tl it signature(sJ on the instrument the person,, or the entity upon behalf of which the person($acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. *AL oFTs IELYNRIEGI1 LLS s Notary Public•California San Diego County (N ) Commission 2397886 Signature of Notary Public o Seal L,,oa• My Comm.Expires Apr 17,2026 ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as DESC'. 'TION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California.In such instances,any alternative (Title o description of attached document) acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signet). Please check the (Title or description o .ttached document continued) document carefully for proper notarial wording and attach this form if required. Number of Pages Do ent Date • State and County information must be the State and County where the document g signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. (Additional information • The notaiy�public must print his or her name as it appears within his or her commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER I • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. El Individual(s) Ire/she/they,is(are)or circling the correct forms.Failure to correctly indicate this information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines.If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact . Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other Indicate title or type of attached document,number of pages and date. Indicate the capacity claimed by the signer.If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary).. • Securely r ttach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Assist the City in management of the Citywide Pavement Management Plan (PMP). Provide PMP condition survey updates, evaluation of the maintenance zones, Capital Improvement reporting (CIP), and GIS enhancements. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: 1. Technical consultation and online planning resources • Overall management of the project • Project meeting coordination • Compliant internal and OCTA PMP Reporting • Pavement survey and management of database • GIS management and updates • Final Deliverables C. CITY'S DUTIES AND RESPONSIBILITIES: The City shall provide strategies on maintenance and rehabilitation activities and history. The City shall attend project kickoff and additional meetings, as needed, to discuss status and review the existing PMP. The City shall communicate in a timely manner regarding Consultant concerns and shall review and approve the PMP report. D. WORK PROGRAM/PROJECT SCHEDULE: Perform duties per contract language and expiration. EXHIBIT A 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: , z a - ia� 4.tV " Pr91 fl'4-'° fled,. P • ^.. ).TotalbK ,0 Resdrttpt'in s h , ;t 4 Principal tsi Nba-,.; 'GtSAnalys,t/'fechrtxxan(s Adrr in I. •Tas • k n 1 4 "• . e,s ,. . .,t.'; a .a>.=.; fit.m..F .4 a, " ^^s x -' 2025-26 Base Fee 1 $331/hri $235/hrt $162/hri $115/hr $105/hr Task 1 iProject Implementation :............................ Task1.1 'Project Kickoff i 2; 11 $69.... Task 1.2 !Project Status Meetings-Quality Control 1 4:..........................4a.............................38;.......................... ,$5,958 Task 2 i Cli ent Satisfaction ' 1 ' i i Task 2.1 1ProjectDeliverables 61 6; 1 ,$2,382 . Task3 !Project Schedule i 1 ........................... Task3.1 !Work Flow Project Schedule ) 21 21 41 $1,254 Task4 Scope of Work ............................................................................................... Task 4.1 1Update Maintenance and Rehabilitation Activities . ..........................................................................................6. . $2,634 Task 4.2 `Pavement Condition Survey(236.7 miles) i 1........................._$:.......................16..........................335I............... $42,997 -MPAH Survey(168.7 miles) -Local sections with 6+year inspection dates(41 miles) 1 ` -Zone 4 Survey(27miles) ..I Task 4.3 IMaintenacne&C1P/Budgetary Analysis 1 i 41 ............. Task 4.4 iCompliance Reports/Citywide CtP Report 1 11 381 4i 1 $10,014 Task 4.5 I Mapping and GIS U date 1I- i........................._31 16! 8 . ............... $4,217 $300 Task 4.6 Huntington Beach MyRoadsm Web-Portal(pro-bono) ': d 1Reimbursabtes(mileage,printing,project materialsj................................................... ..........................: $2,775 ........................... ....................... "All deliverables will become property of the City of Huntington Beach 1 1 .All Tasks are negotiable.......................................................................................................................................i.....,.....................e...............................f .. ...i ... 1Totat Hours per Staff 11 691 50i 402 i 21 .................................... 25-26..... 12025-26 Total Base Fee 1$ 331 1$ 16,215 $ 8,100 $ 46,230 1$ 210! 74,161 I i Optional Tasks Task 4.1a 1AC/PCC Segment True Area Calculation(487 miles) ! 1 i 1 $13,850 Task 4.7 iArcOIS Online(AGOL)Pothole Tracking System : Dashboard Implementation $10,500 iOn-going Maintenance/Data Updates l • 12,50 ... Additional services outside of this contract will be negotiated with the City where we will use the Standard Hourly Rate Schedule shown here. ....... 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. 1 Exhibit B 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. 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. 2 Exhibit B EXHIBIT"B" 1. Piggyback Procurement per City of San Juan Capistrano Request for Proposal (RFP)number, CIP 8102. 2. Payment per Huntington Beach proposed fee below: Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be accomplished on a time and materials not to exceed basis in accordance with the standard hourly rate schedule. Our anticipated fee including labor and reimbursable expenses is projected to be$111,011.00 including optional tasks: Project Field Total by Description Principal Manager GIS Analyst Technioiams) Admin Task 2025-26 Base Fee $331/hr $235/hr $162/hr $115/hr $105/hr1 Task 1 Project Implementation _ Task1.1 ......Project Kickoff...._.._.__....._......._._. ... .. ............_..._..._..............._................_......_..._._.._..------._............................?.._......._._...._..__ .............._..--"-- 1'—'---1 ._._._._$690 Task 1.2 Project Status Meetings-Quality Control 4i 4 38 $5,958 Task 2 Client Satisfaction Task 2.1 Project Deliverables 6 6 $2,382 Task 3 Project Schedule Task 3_1 - Work Flow/,Probed Schedule-- _.__......_....._..._...I__—_..._..._Z..._.._._ 2 _—...__...._4 _$11254 Task 4 1Scope of Work Task 4.1 JUpdate Maintenance and Rehabilitation Activities 2 2 16 $2,634 Task 4.2 Pavement Condition Survey(236.7milest_ __ _ _ - 8 16 335 .$42r997 -MPAH Survey 1168.7 miles)-local local sections with 6+ ear inspection dates 41 mi les -Zone 4 Survey(27 miles)_ _—._— Task 4.3 Maintenanne&CIP/Budgetary Malysis_._.._.....__._..__._.__..—._._. .._4_..._......._....._..—..._.__.. _...$9� Task 4.4 Compliance Reports/Citywide COP Report 1 381 4 1 $10 014 Task 4.5 Mapping and GIS Update 31 16 8 $4,217 Task 4.6 Huntington Beach MyRoads•Web-Portal(pro-bono) I $300 Reimbursables(mileage,printing,project materials) - $2,775 All deliverables will becomepropert2 of the City_ofHuntington Beach AI Tasks Tasks are negotiable _.—_.__._.......Total Hours per Staff.,_-...,....... 1 69' 50 402 2 2025-26 Total Baa.Fee $ 331 $ 16,215 i$ 0,100 1$ 46,230 $ 210'$74,161 Optional Tasks Task 4.1a AgPCC Segment True Area Cakuletlo J487 mkes'__—_--_ _ —_ —_—• ( 113,850 Task 4.7 ArcGIS Online(AGOL)Pothole Tracking System I Dashboard implementation $10,500 On-going Maintenance/Data Updates --- ---- ---� i $12,500 Additional services outside of this contract will be negotiated with the City where we will use the Standard Hourly Rate Schedule shown here. I--, Should the City desire to increase the service level above the hours outlined above for the Task items 1 through 4 or require other services not described herein, a fee adjustment would be negotiated and mutually agreed upon by both parties. B. Travel Charges for time during travel are not reimbursable. 1 Exhibit B 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. 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. 2 Exhibit B September 16, 2025 Mr.Joe Fuentes Principal Civil Engineer City of Huntington Beach 2000 Main Street Huntington Beach,CA 92648 Subject: Proposal for the 2025-26 Pavement Management Program Update Dear Joe: It is our pleasure to submit our services to assist the City in the continued proactive management of its Citywide Pavement Management Program (PMP). With the City seeking to move toward stronger infrastructure management methodologies through advanced pavement inspections, Capital Improvement reporting (CIP), and GIS management, Bucknam Infrastructure Group, Inc. has identified a proactive and cost-efficient method in updating your PMP. Our team will focus our long-term PMP knowledge, extensive Huntington Beach - Orange County experience and GIS/GPS technologies to optimize the City's maintenance dollars by applying a manageable and reliable PMP methodology. With Bucknam assisting the City with PMP services since 2002, our project staff can be relied upon again to provide continued, outstanding service to the City. This will be accomplished by formulating a proactive Arterial CIP budget and providing realistic residential maintenance recommendations. Our firm is unique in that we provide: Relevant and accurate PMP services based on our ongoing work with numerous Los Angeles, Orange County and San Diego local agencies such as: o 21 Orange County local agencies; 60% of Orange County local agencies (e.g., Huntington Beach, Fountain Valley, Garden Grove, Westminster, Tustin, Brea, Costa Mesa, Placentia, Rancho Santa Margarita, Fullerton, Buena Park, Laguna Beach) o 38 Los Angeles County local agencies; o 21 San Diego/Inland Empire local agencies;and o Army Corps of Engineers ASTM D6433 compliant surveying, reporting and pavement analysis on an annual basis; Bucknam will be responsible for: • Overall management of the project/weekly and final quality control • Project meeting coordination • Compliant internal and OCTA PMP Reporting • Pavement survey and management of database • MicroPAVER/MyRoads® updates • GIS-PMP management V KN A M 3548 Seagate Oceanside,e,CA92056 T:(760)216-6529 INFRASTRUCTURE GROUP,INC, www.bucknam•inccom We have already scheduled time for your project and eagerly await our kick-off meeting with City staff and you. Mr. Peter Bucknam will represent our firm for this project and can be contacted at 760-216-6529 (work)714-501-1024(cell)or email at peter@bucknam-inc.com. Respectfully submitted, Bucknam Infrastructure Group,Inc. Peter J. Bucknam Project Manager/President Project Understanding / Scope of Work lit r! Project Understanding/Approach We have defined detailed phases to the scope of work; 1. Project Implementation 2. Client Satisfaction 3. Project Schedule 4. Scope of Work(Major Tasks) 1) Project Implementation TASK 1.1: Project Kickoff The first step in implementing a successful pavement management program (PMP) truly resides in frequent communication and timely scheduled data updates. For the City of Huntington Beach it will be essential to establish, up front, the Public Works pavement management priorities for FY 2025-26 and beyond. Our team will set up a Project Kickoff meeting to discuss and review in detail the expectations of the project, technical approach, 12-zone maintenance, Orange County Transportation Authority (OCTA)compliance,finalization of the scope of work and the review of the budget/schedule. This effort will continue to build upon the consensus between the Public Works and Maintenance departments as well as build stronger Arterial and Residential maintenance programs/schedules. Deliverable: Meeting minutes, revised project schedule(if necessary) TASK 1.2: Project Status Meetings - Quality Control Program Status Meetings and Progress Reports • Minimum of three meetings during the project (kickoff, field, and status meetings) — minimum of eight (8) hours; Field review meetings; Monthly progress status reports will be delivered to City project manager. Quality Control(QC) We will use a statistical sampling approach for measuring the quality of our field technician's work. In this manner, 10 percent of the original annual surveys will be re-surveyed by an independent survey crew, supervised by a field supervisor, and the results will be compared to the original surveys (this will include 24 miles of arterial / local QC). Our QC process involves checking the field crews'work in a"blind study"fashion. Quality control checks will be performed at the end of each survey week. This will ensure that all field personnel are properly collecting distresses and pavement quantities for all street segments. PCI variance reporting will be performed where previous PCI data will be compared to newly inspected 2026 PCI data; if PCI's vary more than ten (10) points per year Bucknam staff will assess the potential cause through unrecorded work history, accelerated pavement deterioration, etc. Hu a 1-1 2025-26 Pavement Management Program Project Understanding / Scope of WorkSurf I lib Bucknam will record/log any discrepancies between the previous and current PMP databases(any corrections/changes to the database shall not be made without prior City staff approval). Since we are collecting distress information on our field Tablets with the Huntington Beach PMP database live, our staff will perform several quality control tests within the pavement management software using a sample set of the City of Huntington Beach's street distress data. This will ensure that all system and analysis settings as well as City recommendations and standards are being followed. Over the past two years, Bucknam has submitted over fifty-five (55+)OCTA/METRO compliant reports for Orange and LA County municipalities,they include: Orange County PMP Clients(Current) Brea La Palma Rancho Santa Margarita Costa Mesa Orange Tustin Laguna Hills Laguna Beach Westminster Fountain Valley San Juan Capostrano La Habra Huntington Beach Laguna Woods Village Fullerton Seal Beach Santa Ana Placentia Buena Park Cypress Stanton Garden Grove Los Angeles County PMP Clients(Current) Long Beach Alhambra El Segundo Duarte Culver City Lomita Rancho Palos Verdes Downey Glendora Signal Hill Pomona Sierra Madre Monterey Park Hermosa Beach South Pasadena Compton Lynwood Norwalk Monrovia Rosemead Bellflower Lawndale Covina Beverly Hills La Verne South Gate La Habra Heights San Marino Temple City South Et Monte West Covina Commerce Lakewood Gardena Manhattan Beach Whittier Bell Our surveys follow the accepted ASTM D6433 procedure requirements. A copy of the QA/QC plan utilized by our staff during the project will be submitted along with the PMP certification documents. Our staff attends the OCTA PMP Distress Training Classes held in each year, 2011 thru 2025. In February 2025 our staff was acknowledged as "qualified inspectors and firm" to prepare PMP's compliant with the OCTA Countywide Pavement Management Guidelines (this certification/compliance runs through June 2027). Additionally, Bucknam was selected by the Orange County Transportation Authority(OCTA) in Fall of 2021 to perform a 10-year Pavement Management Plan analysis on ALL 35 Orange County local agencies PMP's. Cr. 1-2 2025-26 Pavement Management Program Project Understanding / Scope of Work III Pm 2) Client Satisfaction TASK 2.1: Project Deliverables Shown throughout our Scope of Work, each Task is summarized with project deliverables. Client satisfaction will derive from frequent communication with the Project Manager and key staff members from the Public Works / Maintenance department. Project success is created by delivering on three main factors; 1) Adherence to scope tasks and deliverables; 2) Performing to the standard set by the Project Schedule; and 3) Controlling costs. Our Project Manager will follow each of these factors throughout the duration of the project 3) Project Schedule TASK 3.1: Work Flow/Project Schedule Our project schedule shows each major task identified in our scope of work, as well as quality control milestones and meetings. Bucknam currently has ample staff to apply to this project in order to meet an aggressive schedule (two/three field technicians will drive the proactive schedule). Our Critical Path Method (CPM) project schedule shows each major task identified in our scope of work, as well as quality control milestones and meetings. Task Name 1U<r 15 N! 1)-Noe 1-0.r i1 Dl. 15-Nn l-feb 1-Mar 1O-Mar 1Mry 2U-hbv ll__llllll111 .1.111.� al F ttjaWil=== -_111111111111111111.----_- ukS.t 1tta{Me CMbd --�# sus ----.� - F n(Pent SMhHtlon > z� � , 3Pr s���� ����w .sk1=-u ��1���� True Are.MAP Summon Cand ela,. !� ��---__ Appru.1 (Arierial/Cabettaes• _------_....- ICl.epart.nl --- Duel Control ChecksRecommended lotr_otrentent Prevent MEM -_-111 -=00=� a1,RA'UMW 44NtendRebWWonbnAAetmrleett//,wine: all111111111111=11111111111111 Uptl to M.inten.nce&Rehab ACDTtries -== ad*IA CP f OCTAC.ep�mu Rudest - 5-�-- Coy Renew of Draft Fio.l Repoli ...IMOMMUMI��� =M /roiat Status MMm( Dell of Final CP Report --_ -- ask 45-PROP-CPS :y C =_ 4.6 Huntolgtontleaar Myto.e.•MAP Web-Porto! _ =C t.lt 1.7-Arc66 Oran.(A•OI)PotholeTntbb,R System See key milestone dates from the project schedule below: • Project Kickoff—October,2025 o: 1-3 2025-26 Pavement Management Program Project Understanding / Scope of Work • Survey Completion—April, 2026 • Delivery of draft PMP—Early May, 2026 • City comments returned to Consultant—May, 2026 • Delivery of City CIP Final Report—late May, 2026 o All necessary OCTA data, reporting and revenue projections will be submitted prior to May, 2026 • Publication of PMP database—Any time after acceptance of Final PMP o All pavement and GIS data pertinent to the project deliverables will be submitted with the Final PMP report, May, 2026 4)Scope of Work(Major Tasks) TASK 4.1: Update Maintenance and Rehabilitation Activities Based on the pavement maintenance that has been performed by in-house staff as well as contractual maintenance, our staff will review all street activities that have been performed during the past two years. This data will be entered into MicroPAVER to enhance the recommendations for the upcoming budgetary analysis and CIP reporting. Deliverable:Citywide Work History Report TASK 4.2: Conduct Pavement Condition Survey First and foremost, the assessment of the City's pavement segmentation is one of the key priorities for this project. With two years between major inspections, it will be essential to verify that all Arterial, Collector and Local segmentation is up-to-date and that section true area SF quantities are verified, accurate and reliable. This will be completed by utilizing the Bucknam cloud-based learning technology and polygon digitization efforts to correctly quantify square footages for each pavement section (see sample below). Bucknam's use of cloud-based learning a a '4 . ' MW MIY[MWM technology is initiated by our staff by '' I fy:'% i�'ti `` c .t`• providing the Al with the City of o,�;, l E' ''t� •�' -_ _ Huntington Beach's most recent aerial i7134''-. ---7"1141 !'44e .7y 'w image; in doing so,AC and PCC pavement © �.;t r4, ; :awl <; .� ""- "0 areas are initially calculated, edited and verified. These calculations are p ossible �: ' ^�^ -� due to the cloud-based learning tech's ©� .+w• " E ?F v '— inherent working knowledge of how to recognize edge-of-pavement,surface types, medians, bus pads and AC/PCC surface limits. This ability will allow Bucknam to obtain the necessary quality control measurements for defined HB PMP segments and to perform segment true area SF publication within the HB MicroPAVER n 1-4 2025-26 Pavement Management Prograr Project Understanding / Scope of Work ea T- database. This will in turn creates more accurate PCI's, engineering project cost estimations and total centerline/square footages of the HB network. We will review/assess new and/or missing streets previously excluded from the last PMP update and create the necessary segmentation within the HB PMP database+GIS links.Bucknam has shown this service as an optional task within our Proposed Fee (Task 4.1a). Once the pavement segmentation has been assessed and verified, the inspection of approximately 168.7 centerline miles of MPAH will be performed (100% of MPAH routes). Our survey will ensure that all Master Plan of Arterial Highways (MPAH) routes are surveyed for OCTA compliance. There are 41 centerline miles of Locals that need to be surveyed based on OCTA's 6- year inspection frequency requirement.Additionally, based upon the City's 12-zone maintenance schedule, Bucknam will survey Zone 4; 27 miles. These efforts will assist the City comply with Huntington Beach's necessary June 2026 OCTA submittal and internal reporting needs. A total of 236.7 miles of streets will be surveyed. MPAH and Local Street Survey Our survey methodology will include the following approach based on ASTM D6433, OCTA reporting guidelines and the City's cost/benefit analysis: 1. Walking - All sections are surveyed through "two-pass test" walking methodologies. AC/PCC distress types will be collected based upon actual surface conditions and physical characteristics of the segment. Surveying methods will be conducted by remaining consistent with ASTM D6433 & the Army Corp of Engineers AC/PCC sampling guidelines while being flexible to current City requirements. All sample locations are observed through walking surveys; samples areas will cover a minimum of 20% of the total section area and will be 2,500 SF +/- 1,000 SF in size. According to the City's RFP the following pavement sections are to be surveyed for the upcoming 2026 PMP update: • The inspection of approximately 168.7 miles of MPAH segments will be performed; • The inspection of approximately 41.0 miles of residential sections that have 6+year old inspection dates (OCTA requires section with 6+ year old inspections to be surveyed; • The inspection of approximately 27.0 miles within Zone 4 will be performed; Our use of MicroPAVER-Tablet units allows our staff to collect pavement data with the City of Huntington Beach's MicroPAVER database live in the field. At the end of the day all electronic data is transferred to our office for quality control and management. ngt. 1-5 2025-26 Pavement Management Program Project Understanding / Scope of Work 1' Our Tablet methodology sets us apart from the competition since we are using a paper- less inventory process to enter data;this in turn generates cost savings to enhance the project schedule and other portions of the project such as CIP reporting, MyRoads® training and on-call services. Roadway Verification Survey-A listing of the field attribute data that is updated/verified during the survey for the pavement management database is listed below (OCTA survey guidelines will be followed): 2. Field Attribute Data (updated and/or verified) • Street name,from/to, indicating the assigned limits of the section • Street rank indicating arterial/collector, local,#of lanes,surface type (AC, PCC) • Historical PCI tracking from previous inspections and 2025-26 PCI inspections • Segment quantities, indicating the length,width and area of the section 3. Conditional data will be evaluated for all street segments and will include: • ASTM D6433 20 AC& 19 PCC distresses by type,severity and extent • Sampling/conditional data typically pulled from within edge-of-pavement to edge-of pavement • PCI ratings (0-100),taking into account the surface condition, level of distress We welcome staff members from the City of Huntington Beach to join our surveys. All pavement data will be entered into the City's MicroPAVER licensed software (purchased through this contract). All items listed above will be maintained by our staff for the duration of this project. 4. Section Distress and PCI Reporting Upon 50%and 100%completion of the required condition surveys,we will prepare draft PCI Reports and PCI GIS maps that document the conditions of all pavement segments. This report will provide the necessary data for Bucknam and the City to use and determine projected street rehabilitation and maintenance project locations. The City and our staff will review the PCI reports to ensure that all inventory data is correct and the project is running smoothly. Our PCI Reporting will include: • PCI Report—Sorted by Name(A to Z), PCI Order(0-100),Zone (1,2,3); • Work history report; and • GIS Maps presenting PCI's by section. Once the City has reviewed, assessed and commented on the draft report, we will address all requested revisions and deliver the final reports. Deliverable:Citywide PCI reports,compliant OCTA PCI reports, updated PMP database ti 1-6 2025-26 Pavement Management Program Project Understanding / Scope of Work I DEVELOP RECOMMENDED IMPROVEMENT PROGRAM TASK 4.3: Maintenance & CIP/Budgetary Analysis We will assist the City in developing the most cost-effective preventative maintenance, repair and rehabilitation (M & R) strategies possible. This will be accomplished by meeting with the City to discuss and strategize maintenance / rehabilitation activities that are currently being used by the City. We will conduct an historical and prospective analysis on the conditional and financial impact these practices have on the pavement network. Based on our fiscal and deterioration analysis, we will present our results and recommendations to City staff. This analysis will become an essential building block for the biennial (even-year)OCTA submittals and Public Works CIP programs. Our staff will review the Huntington Beach database deterioration curves that have been developed based on historical pavement condition inspections, surface type, work histories and road classification. The curves will be updated based on 2026 pavement conditions. Maintenance strategies that are typically reviewed are rehabilitation and reconstruction (R&R), localized maintenance, grinding, slurry seals, AC on PCC patching and overlays, the expected improvement in pavement condition, the life-cycle extension that would result and the unit costs for maintenance. All maintenance practices/unit costs will be integrated into software and will be derived from the most recent construction bids for pavement rehabilitation. We will account for inflation rates when long-term revenues projections are made. Our Project Manager and Principal will work closely with City in defining repair and rehabilitation strategies during each fiscal year(i.e. 2026-2033). Once the repair/rehabilitation strategies have been defined, the identification of a seven year Forecasted Maintenance schedule will be generated. The recommended budget scenarios will be identified on the basis of several criteria: • Assessment and review of the City's Pavement CIP; • Present pavement conditions; Desired levels of service and available resources; • Cost benefit of individual strategies (e.g. reach a PCI of 80 in 7-years, etc.); • Recommendations budget strategies and unit costs • Demonstration of effectiveness of several M&R strategies including preventive, recycling alternatives, high-density mineral bonds and surface/base reconstruction • Scheduling with the City's major CIP projects(water,sewer, etc.) ; • Budgetary recommendations that satisfy OCTA Local Match Reduction guidelines; • Future routine maintenance needs based on projected deterioration rates; • Renewed Measure M and AHRP objectives and improving citywide weighted PCI The primary emphasis of this task is to maximize the scheduling of street maintenance using the most cost-effective strategies available and taking into account a life-cycle cost analysis. A working "draft" Final Report will be generated for City staff to review. The report will include an executive summary, PCI Reports as well as draft budgetary findings and recommendations. 1-7 2025-26 Pavement Management Program Project Understanding / Scope of WorkSurf C TASK 4.4: Final CIP Report/OCTA Measure M Compliance Reports We will deliver the Final Report to the City which will be essential for staff reference/use as well as presented in a way that is beneficial for elected officials/upper management. This report will assist the City in complying with OCTA. The report will be prepared in a format that uses the information delivered by the PMP database in conjunction with the information and analysis performed by our team. The report will provide the City with information on: • Current inventory and pavement conditions indices (PCI)for all road classes • Projected annual rehabilitation programs for street maintenance for a 7-yr period (Arterial / Collector, Residential Forecast Maintenance & Rehabilitation Reports) that show the projected return on investment and acceptable levels of service; • Modeling and comparison of at least three (3) budget scenarios that typically include: • Future PMP conditions based upon Current FY 2026-2033 funding levels; • Maintain current PCI after 7 years; • Increase PCI within 7-years; • Strategies and recommendations for the City's maintenance programs and procedures, including a preventative maintenance schedule; • Publication of three budget scenarios within MyRoads® (Bucknam web- portal/dash board); • Supporting documentation required by OCTA; • A detailed Huntington Beach breakdown of deferred maintenance (backlog); and • Quality Management Plan document. Our recommendations will provide guidance to the City on how to implement better preventative maintenance/rehabilitation strategies and/or increase funding through PMP data examples. Deliverable: Digital hardcopy of the Final Pavement PMP Report (.pdf), will be sent to the City. All final GIS and MicroPAVER data will be delivered. TASK 4.5: Mapping and GIS Update As an enhancement and proactive approach to this project,our staff will work with City IT staff to ensure that all final PMP-GIS layers and map packages are published within the City's established GIS Enterprise network. The maps described below will be incorporated into the City's GIS Enterprise: • PCI values for every section; • Work History identifications; 1-8 2025-26 Pavement Management Program Project Understanding / Scope of Work 'lf, lf' • 7-yr CIP Arterial/Local Rehabilitation and Slurry Seal Programs; • Local Maintenance Zone PCI maps; 1 ,':': f n ^"Z` • Functional classification maps ', fir„ #Once the City has approved the Pavement Condition Report,we will update the necessary MicroPAVER-GIS linkages. By using ` r the established Sec ID's within MicroPAVER and the City's ESRI p'it cLn• street shapefile ID's, we will update the one-to-one match fors g'. each pavement section in the GIS. Our staff will coordinate all "' - ' project deliveries with the Public Works and the GIS division to ensure that the most current and accurate PMP-GIS maps are 'r,^--. published within the City's GIS enterprise. 0 . We can also provide this data to the City's ESRI ArcGIS Online software(if owned) or can provide these mapping services through Bucknam's ArcGIS Online. Deliverable:Complete GIS files/themes based on list above(shapefiles). TASK 4.6: Huntington Beach MyRoads®PMP Web-Portal 1 Huntington Beach MyRoads® Web-Portal - CM LI'"UN'iNG'ON LILAC" Bucknam's MyRoads® is a great match for the ' ,...P..,., • Huntington Beach PMP today and for the future. This ,4,C y ,� brings your PMP data to life within a dynamic `"+l 2'--'4;' `. N. r dashboard! — 6-_=,'�• �,-'.l- 1_ .: 0 1 i .(i' 4.1 t.-ll' el Bucknam now provides all our PMP clients with a AN- r „L-7-rr' '1— in unique and agency driven "MyRoads®" web-portal - ?y I I,. 'I that provides instantaneous access to your pavement 1- _ c' management database. ,' 1; This dashboard allows users to toggle through gg g ,. .- r, individual sections via GIS mapping selections, zone :4"' ;it "r_1` queries, rank selection, PCI ranges, etc. to review all , 7 v section metrics, latest/previous inspections, work histories generate filtered PCI reports and identify ensummisismagaiguasaiwkiiQuaiki potential maintenance costs based upon your unique needs. Bucknam has shown your Huntington Beach MyRoads® account in active use! This tool will be accessed by City staff simply through a Username/Password methodology. As changes are made to the Huntington Beach PMP database the MyRoads® dataset is changed to reflect work history edits, PCI inspections and section changes. In summary, MyRoads® allows the user to perform the following dynamic functions: • Query specific pavement segment(s)to view current/historic PCI,work history inspection; • Filter for pavement sections within a defined zone, PCI range and/or functional class; igt, 1-9 2025-26 Pavement Management Progra; Project Understanding / Scope of Work CIIli • Select a pavement section or grouping of sections through the on-board GIS tool; • Enter slurry, overlay & reconstruction unit costs to determine preliminary cost of maintenance and resulting citywide PCI o Display critical street/sidewalk/ROW assets along pavement section(s)that are critical to Engineering Bid development and solicitation (ADA ramps, utilities, manholes,trees,etc. • Displays all final GIS project maps (PCI,work history, 7-yr forecasted maintenance, etc.) • Bucknam will train Huntington Beach staff on the simple use of the MyRoads®dashboard. Optional Tasks Task 4.7: ArcGIS Online (AGOL) Pothole Tracking System Bucknam has developed a proactive solution to enhance the current approach to managing pavement maintenance activities, specifically as it relates to identifying and tracking the repair of potholes. We have outlined below our approach that will allow City staff to continuously access/query pothole data and monitor maintenance ; progress through a fully customizable ArcGIS Online (AGOL) Dashboard.The Dashboard mirrors the City's existing repair methodology and serves as a tool for City staff to accomplish these efforts internally. With many cities receiving pothole data from a variety of sources, including staff inspections and resident service requests,there is a growing need to centralize and track this data in a meaningful way. A clear understanding of pothole locations, repair timelines, and recurring trouble areas is essential to increasing maintenance efficiency and reducing roadway safety risks and liability. Bucknam will work closely with key City staff to assess existing pothole data. If the City does not have pothole data, Bucknam can collect this through our manual pavement survey methodology. Once this information is reviewed and finalized, it will be integrated and published into the City's ArcGIS Online account. Bucknam will then design a Dashboard interface that allows staff to interact with the data in real time. The Dashboard will allow City staff to visualize pothole locations on a dynamic map,query attributes such as repair status and dates of repair,and assign maintenance personnel to the specific pothole locations. Users will be able to filter data by zones, neighborhoods, or user-defined project areas. Additionally, potholes marked as repaired will be reflected in real time in the Dashboard metrics, ensuring accurate tracking of work history. This solution provides a scalable tool to support day-to-day operations and long-term pavement 1-10 2025-26 Pavement Management Program Project Understanding / Scope of Work III ► planning. Beyond potholes, Bucknam has successfully implemented this same management approach for sidewalk distresses, curb markings, signage, ADA ramps, and more. This solution is shown as an optional service within our proposed fee below. Above is a screenshot of the City of Lakewood's AGOL Pothole Dashboard and its corresponding mobile field application in active use and maintained by Bucknam. 1-11 2025-26 Pavement Management Program Project Understanding / Scope of Work II. ! Proposed Fee Task Items 1 through 4 can be accomplished on a time and materials, not-to-exceed basis in accordance with the standard hourly rate schedule attached. Our anticipated fee including labor and reimbursable expenses is projected to be$74,161 for an eight-month period. Description Principal Project GIs Analyst Field A<imin Total by Manager 7echnician(s) Task 2025-26 Base Fee 1 $331/hri $235/hr $162/hri $115/hr $105/hr Task 1 ;Project Implementation Task 1.1 Project Kickoff 2 1 1 $690 Task 1.2 ProjectStatus Meetings_Quality Control1,_-____4}._._........__.4._..__....._.._..._38.........--._._.__-15,958 Task 2 Client Satisfaction Task2.i Project Deliverables ................._......_......-- I 61 6 '_------_-'---_-- $2.382 Task !Protect Schedule t E_____-_.__. Task 3_1 }Work Flowl Project Schedule i i 2I 2}__ _ 41 S1,254 Task 4 ;Scope of Work I I -. ._i-.--- Task 4.1 IU date Maintenance and Rehabilitation Activities 21 21 16 $2,634 Task 4.2 }Pavement Condition Survey(236.7 miles) 8 16 335 $42.997 MPAH Survey 168.7 miles i -Local sections with 6+year inspection dates(41 miles). •Zone 4 Survey(27 miles) __Task 4.3 Maintenacne&CIP/Budgetary a_liAn is 4f L-_,_.__.! _.-_-__-_+-__-$940 Task 4.4 Compliance Reports/Citywide CIP Reeort __- 1 38; 41 . II $10.014 Task 4.5--- I Mappinynnd GISUpdate.._......---............._.....-----._.._....._....._..._......._..._......_...........__-_.... _ 3 16 8........_.......--._....._..-SL4.217 Task 4.6 Huntington Beach MyRoads•Web-Portal(pro-bono) $300 Reimbursables(mileage,printi �rojectmaterials) iI _ $2,775 All deliverables will become property of the City of Huntin on Beach I !All Tasks are negotiable ! Total Hours per Staff 1 69 501 4021 2 12025-26 Total Base Fee $ 331 1$ 16,215 I$ 0,100 j$ 46,230 1$ no $74,161 Optional Tasks I Task 4.1a I c Se_gment True Area Calculation(487 miles) 1 I $13,856 Task 4.7 'ArcGIS Online(AGOL)Pothole Tracking System ! !Dashboard implementation i $10,500 ,On-going Maintenance/Data UpdatesI -1 $12,500 .I Additional services outside of this contract wi II be negotiated with the City where we will use the Standard Hourly Rate Schedule shown here. .__. I —I I I 1 Should the City desire to increase the service level above the hours outlined above for the Task items 1 through 4 or require other services not described herein, a fee adjustment would be negotiated and mutually agreed upon by both parties. We have included our fee schedule below for the City consideration. .h 1-12 2025-26 Pavement Management Program Project Understanding / Scope of WorkSurf CI Standard Hourly Rate Schedule Category Rate Principal $331 Pavement Management Project Manager 235 Senior Project Manager 225 Management Analyst 190 Project Engineer/Planner 180 Sr. Engineer/GIS Manager/Sr. Inspector 175 Assistant Engineer/Sr.Technician/GIS Analyst 162 CADD Operator 125 Field/GIS Technician 115 Administrative Assistant 105 Clerical/Word Processing 105 Reimbursables Mileage $0.81/mile Subconsultant Services Cost+15% Reproduction Cost+15% Travel&Subsistence Cost+15% Fees&Permits Cost+15% Computer Services(External) Cost+15% Rates Effective 7/1/25 3548 Seagate Way,Suite 230 B U CKN A M Oceanside, T:(760)2 6-6529 INFRASTRUCTURE GROUP,INC www.bucknam-inc.com r Huntingto h 1-13 2025-26 Pavement Management Program CITY OF SAN JUAN CAPISTRANO PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of March 6 , 2025 by and between the City of San Juan Capistrano, a public agency organized and operating under the laws of the State of California with its principal place of business at 32400 Paseo Adelanto, San Juan Capistrano, CA 92675 ("City"), and Bucknam Infrastructure Group, Inc.with its principal place of business at 3548 Seagate Way Suite 230, Oceanside CA 92056 (hereinafter referred to as"Consultant"). City and Consultant are sometimes individually referred to as "Party" and collectively as "Parties" in this Agreement. RECITALS A. City is a public agency of the State of California and is in need of professional services for the following project: 2025 Pavement Management Program (PMP) Update Project CIP 8102 (hereinafter referred to as "the Project"). B. Consultant is duly licensed and has the necessary qualifications to provide such services. C. The Parties desire by this Agreement to establish the terms for City to retain Consultant to provide the services described herein. AGREEMENT NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. Services. Consultant shall provide the City with the services described in the Scope of Services attached hereto as Exhibit"A." 2. Compensation. a. Subject to paragraph 2(b) below, the City shall pay for such services in accordance with the Schedule of Charges set forth in Exhibit"B." b. In no event shall the total amount paid for services rendered by Consultant under this Agreement exceed the sum of Twenty-Four Thousand Five Hundred Dollars [$24,5001. This amount is to cover all printing and related costs, and the City will not pay any additional fees for printing expenses. Periodic payments shall be made within 30 days of receipt of an invoice which includes a detailed description of the work performed. Payments to Consultant for work performed will be made on a monthly billing basis. This amount includes 25% contingency. The City's prior approval is required in order to use the contingency amount. 3. Additional Work. If changes in the work seem merited by Consultant or the City, and informal consultations with the other party indicate that a change is warranted, it shall be processed in the following 1 61147.02100\10974777.3 Updated March 2019 manner: a letter outlining the changes shall be forwarded to the City by Consultant with a statement of estimated changes in fee or time schedule. An amendment to this Agreement shall be prepared by the City and executed by both Parties before performance of such services, or the City will not be required to pay for the changes in the scope of work. Such amendment shall not render ineffective or invalidate unaffected portions of this Agreement. 4. Maintenance of Records. Books, documents, papers, accounting records, and other evidence pertaining to costs incurred shall be maintained by Consultant and made available at all reasonable times during the contract period and for four (4) years from the date of final payment under the contract for inspection by City. 5. Term or Time of Performance]. Consultant shall perform its services in a prompt and timely manner and shall commence performance upon receipt of written notice from the City to proceed ("Notice to Proceed"). Consultant shall complete the services required hereunder within 45 calendar days. The Notice to Proceed shall set forth the date of commencement of work. 6. Delays in Performance. a. Neither City nor Consultant shall be considered in default of this Agreement for delays in performance caused by circumstances beyond the reasonable control of the non- performing party. For purposes of this Agreement, such circumstances include but are not limited to, abnormal weather conditions; floods; earthquakes; fire; epidemics; war; riots and other civil disturbances; strikes, lockouts, work slowdowns, and other labor disturbances; sabotage or judicial restraint. b. Should such circumstances occur, the non-performing party shall, within a reasonable time of being prevented from performing, give written notice to the other party describing the circumstances preventing continued performance and the efforts being made to resume performance of this Agreement. 7. Compliance with Law. a. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state and local government, including Cal/OSHA requirements. b. If required, Consultant shall assist the City, as requested, in obtaining and maintaining all permits required of Consultant by federal, state and local regulatory agencies. c. If applicable, Consultant is responsible for all costs of clean up and/ or removal of hazardous and toxic substances spilled as a result of his or her services or operations performed under this Agreement. 2 61147.02100\10974777.3 Updated March 2019 8. Standard of Care Consultant's services will be performed in accordance with generally accepted professional practices and principles and in a manner consistent with the level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions. 9. Assignment and Subconsultant Consultant shall not assign, sublet, or transfer this Agreement or any rights under or interest in this Agreement without the written consent of the City, which may be withheld for any reason. Any attempt to so assign or so transfer without such consent shall be void and without legal effect and shall constitute grounds for termination. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. Nothing contained herein shall prevent Consultant from employing independent associates, and subconsultants as Consultant may deem appropriate to assist in the performance of services hereunder. 10. Independent Contractor Consultant is retained as an independent contractor and is not an employee of City. No employee or agent of Consultant shall become an employee of City. The work to be performed shall be in accordance with the work described in this Agreement, subject to such directions and amendments from City as herein provided. 11. Insurance. Consultant shall not commence work for the City until it has provided evidence satisfactory to the City it has secured all insurance required under this section. In addition, Consultant shall not allow any subcontractor to commence work on any subcontract until it has secured all insurance required under this section. a. Commercial General Liability (i) The Consultant shall take out and maintain, during the performance of all work under this Agreement, in amounts not less than specified herein, Commercial General Liability Insurance, in a form and with insurance companies acceptable to the City. (ii) Coverage for Commercial General Liability insurance shall be at least as broad as the following: (1) Insurance Services Office Commercial General Liability coverage (Occurrence Form CG 00 01) or exact equivalent. (iii) Commercial General Liability Insurance must include coverage for the following: (1) Bodily Injury and Property Damage (2) Personal Injury/Advertising Injury (3) Premises/Operations Liability (4) Products/Completed Operations Liability (5) Aggregate Limits that Apply per Project (6) Explosion, Collapse and Underground (UCX) exclusion deleted (7) Contractual Liability with respect to this Agreement 3 61147.02100\10974777.3 Updated March 2019 (8) Property Damage (9) Independent Consultants Coverage (iv) The policy shall contain no endorsements or provisions limiting coverage for(1) contractual liability; (2) cross liability exclusion for claims or suits by one insured against another; (3) products/completed operations liability; or (4) contain any other exclusion contrary to the Agreement. (v) The policy shall give City, its officials, officers, employees, agents and City designated volunteers additional insured status using ISO endorsement forms CG 20 10 10 01 and 20 37 10 01, or endorsements providing the exact same coverage. (vi) The general liability program may utilize either deductibles or provide coverage excess of a self-insured retention, subject to written approval by the City, and provided that such deductibles shall not apply to the City as an additional insured. b. Automobile Liability (i) At all times during the performance of the work under this Agreement, the Consultant shall maintain Automobile Liability Insurance for bodily injury and property damage including coverage for owned, non-owned and hired vehicles, in a form and with insurance companies acceptable to the City. (ii) Coverage for automobile liability insurance shall be at least as broad as Insurance Services Office Form Number CA 00 01 covering automobile liability (Coverage Symbol 1, any auto). (iii) The policy shall give City, its officials, officers, employees, agents and City designated volunteers additional insured status. (iv) Subject to written approval by the City, the automobile liability program may utilize deductibles, provided that such deductibles shall not apply to the City as an additional insured, but not a self-insured retention. c. Workers' Compensation/Employer's Liability (i) Consultant certifies that he/she is aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and he/she will comply with such provisions before commencing work under this Agreement. • (ii) To the extent Consultant has employees at any time during the term of this Agreement, at all times during the performance of the work under this Agreement, the Consultant shall maintain full compensation insurance for all persons employed directly by him/her to carry out the work contemplated under this Agreement, all in accordance with the "Workers' Compensation and Insurance Act," Division IV of the Labor Code of the State of California and any acts amendatory thereof, and Employer's Liability Coverage in amounts indicated herein. Consultant shall require all subconsultants to obtain and maintain, for the period required by this Agreement, workers' compensation coverage of the same type and limits as specified in this section. 4 61147.02100\10974777.3 Updated March 2019 d. Professional Liability (Errors and Omissions) At all times during the performance of the work under this Agreement the Consultant shall maintain professional liability or Errors and Omissions insurance appropriate to its profession, in a form and with insurance companies acceptable to the City and in an amount indicated herein. This insurance shall be endorsed to include contractual liability applicable to this Agreement and shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Consultant. "Covered Professional Services" as designated in the policy must specifically include work performed under this Agreement. The policy must"pay on behalf of'the insured and must include a provision establishing the insurer's duty to defend. e. Minimum Policy Limits Required (i) The following insurance limits are required for the Agreement: Combined Single Limit Commercial General Liability $2,000,000 per occurrence/$4,000,000 aggregate for bodily injury, personal injury, and property damage Automobile Liability $2,000,000 combined single limit Employer's Liability $1,000,000 per accident or disease Professional Liability $1,000,000 per claim and aggregate (errors and omissions) (ii) Defense costs shall be payable in addition to the limits. (iii) Requirements of specific coverage or limits contained in this section are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage normally provided by any insurance. Any available coverage shall be provided to the parties required to be named as Additional Insured pursuant to this Agreement. f. Evidence Required Prior to execution of the Agreement,the Consultant shall file with the City evidence of insurance from an insurer or insurers certifying to the coverage of all insurance required herein. Such evidence shall include original copies of the ISO CG 00 01 (or insurer's equivalent) signed by the insurer's representative and Certificate of Insurance (Acord Form 25-S or equivalent), together with required endorsements. All evidence of insurance shall be signed by a properly authorized officer, agent, or qualified representative of the insurer and shall certify the names of the insured, any additional insureds, where appropriate, the type and amount of the insurance, the location and operations to which the insurance applies, and the expiration date of such insurance. 5 61147.02100\10974777.3 Updated March 2019 g. Policy Provisions Required (i) Consultant shall provide the City at least thirty (30) days prior written notice of cancellation of any policy required by this Agreement, except that the Consultant shall provide at least ten (10) days prior written notice of cancellation of any such policy due to non-payment of premium. If any of the required coverage is cancelled or expires during the term of this Agreement, the Consultant shall deliver renewal certificate(s) including the General Liability Additional Insured Endorsement to the City at least ten (10) days prior to the effective date of cancellation or expiration. (ii) The Commercial General Liability Policy and Automobile Policy shall each contain a provision stating that Consultant's policy is primary insurance and that any insurance, self-insurance or other coverage maintained by the City or any named insureds shall not be called upon to contribute to any loss. (iii) The retroactive date (if any) of each policy is to be no later than the effective date of this Agreement. Consultant shall maintain such coverage continuously for a period of at least three years after the completion of the work under this Agreement. Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date is advanced past the effective date of this Agreement;B) if the policy is cancelled or not renewed; or C) if the policy is replaced by another claims-made policy with a retroactive date subsequent to-the effective date of this Agreement. (iv) All required insurance coverages, except for the professional liability coverage, shall contain or be endorsed to provide a waiver of subrogation in favor of the City, its officials, officers,employees, agents, and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. (v) The limits set forth herein shall apply separately to each insured against whom claims are made or suits are brought, except with respect to the limits of liability. Further the limits set forth herein shall not be construed to relieve the Consultant from liability in excess of such coverage, nor shall it limit the Consultant's indemnification obligations to the City and shall not preclude the City from taking such other actions available to the City under other provisions of the Agreement or law. h. Qualifying Insurers (I) All policies required shall be issued by acceptable insurance companies, as determined by the City, which satisfy the following minimum requirements: (1) Each such policy shall be from a company or companies with a current A.M. Best's rating of no less than A:VII and admitted to transact in the business of insurance in the State of California, or otherwise allowed to place insurance through surplus line brokers under applicable provisions of the California Insurance Code or any federal law. 6 61147.02100\10974777.3 Updated March 2019 Additional Insurance Provisions (i) The foregoing requirements as to the types and limits of insurance coverage to be maintained by Consultant, and any approval of said insurance by the City, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Consultant pursuant to this Agreement, including but not limited to, the provisions concerning indemnification. (ii) If at any time during the life of the Agreement, any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. (iii) The City may require the Consultant to provide complete copies of all insurance policies in effect for the duration of the Project. (iv) Neither the City nor any of its officials, officers, employees, agents or volunteers shall be personally responsible for any liability arising under or by virtue of this Agreement. j. Subconsultant Insurance Requirements. Consultant shall not allow any subcontractors or subconsultants to commence work on any subcontract until they have provided evidence satisfactory to the City that they have secured all insurance required under this section. Policies of commercial general liability insurance provided by such subcontractors or subconsultants shall be endorsed to name the City as an additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same coverage. If requested by Consultant, City may approve different scopes or minimum limits of insurance for particular subcontractors or subconsultants. 12. Indemnification. a. To the fullest extent permitted by law, Consultant shall defend (with counsel of City's choosing), indemnify and hold the City, its officials, officers, employees, volunteers, and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury of any kind, in law or equity, to property or persons, including wrongful death, in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or willful misconduct of Consultant, its officials, officers, employees, subcontractors, consultants or agents in connection with the performance of the Consultant's services,the Project or this Agreement, including without limitation the payment of all damages, expert witness fees and attorney's fees and other related costs and expenses. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by Consultant, the City, its officials, officers, employees, agents, or volunteers. b. If Consultant's obligation to defend, indemnify, and/or hold harmless arises out of Consultant's performance of"design professional" services (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant's indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of competent 7 61147.02100\10974777.3 Updated March 2019 jurisdiction, Consultant's liability for such claim, including the cost to defend, shall not exceed the Consultant's proportionate percentage of fault. 13. California Labor Code Requirements. a. Consultant is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on certain "public works" and "maintenance" projects ("Prevailing Wage Laws"). If the services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Consultant agrees to fully comply with such Prevailing Wage Laws. Consultant shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and all subconsultants to comply with all California Labor Code provisions, which include but are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor(Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors (Labor Code Section 1777.1). The requirement to submit certified payroll records directly to the Labor Commissioner under Labor Code section 1771.4 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Section 1771.4. b. If the services are being performed as part of an applicable "public works" or "maintenance" project, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all subconsultants performing such services must be registered with the Department of Industrial Relations. Consultant shall maintain registration for the duration of the Project and require the same of any subconsultants, as applicable. Notwithstanding the foregoing,the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1. c. This Agreement may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant's sole responsibility to comply with all applicable registration and labor compliance requirements. Any stop orders issued by the Department of Industrial Relations against Consultant or any subcontractor that affect Consultant's performance of services, including any delay, shall be Consultant's sole responsibility. Any delay arising out of or resulting from such stop orders shall be considered Consultant caused delay and shall not be compensable by the City. Consultant shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claim or liability arising out of stop orders issued by the Department of Industrial Relations against Consultant or any subcontractor. 14. Verification of Employment Eligibility. By executing this Agreement, Consultant verifies that it fully complies with all requirements and restrictions of state and federal law respecting the employment of undocumented aliens, including, but not limited to,the Immigration Reform and Control Act of 1986, as may be amended from time to time, and shall require all subconsultants and sub-subconsultants to comply with the same. 8 61147.02100\10974777.3 Updated March 2019 15. City Material Requirements. Reserved. 16. Laws and Venue. This Agreement shall be interpreted in accordance with the laws of the State of California. If any action is brought to interpret or enforce any term of this Agreement, the action shall be brought in a state or federal court situated in the County of Orange, State of California. 17 Termination or Abandonment a. City has the right to terminate or abandon any portion or all of the work under this Agreement by giving ten (10)calendar days written notice to Consultant. In such event, City shall be immediately given title and possession to all original field notes, drawings and specifications, written reports and other documents produced or developed for that portion of the work completed and/or being abandoned. City shall pay Consultant the reasonable value of services rendered for any portion of the work completed prior to termination. If said termination occurs prior to completion of any task for the Project for which a payment request has not been received, the charge for services performed during such task shall be the reasonable value of such services, based on an amount mutually agreed to by City and Consultant of the portion of such task completed but not paid prior to said termination. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Consultant shall not be entitled to payment for unperformed services, and shall not be entitled to damages or compensation for termination of work. b. Consultant may terminate its obligation to provide further services under this Agreement upon thirty(30)calendar days'written notice to City only in the event of substantial failure by City to perform in accordance with the terms of this Agreement through no fault of Consultant. 18 Documents. Except as otherwise provided in "Termination or Abandonment," above, all original field notes, written reports, Drawings and Specifications and other documents, produced or developed for the Project shall, upon payment in full for the services described in this Agreement, be furnished to and become the property of the City. 19. Organization Consultant shall assign Peter Bucknam as Project Manager. The Project Manager shall not be removed from the Project or reassigned without the prior written consent of the City. 20. Limitation of Agreement. This Agreement is limited to and includes only the work included in the Project described above. 21. Notice Any notice or instrument required to be given or delivered by this Agreement may be given or delivered by depositing the same in any United States Post Office, certified mail, return receipt requested, postage prepaid, addressed to: 9 61147.02100\10974777.3 Updated March 2019 CITY: CONSULTANT: City of San Juan Capistrano Bucknam Infrastructure Group, Inc. 32400 Paseo Adelanto 3548 Seagate Way, Suite 230 San Juan Capistrano, CA 92675 Oceanside, CA 92056 Attn: Nardy Khan-, City Engineer Attn: Peter Bucknam and shall be effective upon receipt thereof. 22. Third Party Rights Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than the City and the Consultant. 23. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and that it shall not discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, sex, age or other interests protected by the State or Federal Constitutions. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 24. Entire Agreement This Agreement, with its exhibits, represents the entire understanding of City and Consultant as to those matters contained herein, and supersedes and cancels any prior or contemporaneous oral or written understanding, promises or representations with respect to those matters covered hereunder. Each Party acknowledges that no representations, inducements, promises or agreements have been made by any person which are not incorporated herein, and that any other agreements shall be void. This Agreement may not be modified or altered except in writing signed by both Parties hereto. This is an integrated Agreement. 25. Severability The unenforceability, invalidity or illegality of any provision(s) of this Agreement shall not render the remaining provisions unenforceable, invalid or illegal. 26. Successors and Assigns This Agreement shall be binding upon and shall inure to the benefit of the successors in interest, executors, administrators and assigns of each Party to this Agreement. However, Consultant shall not assign or transfer by operation of law or otherwise any or all of its rights, burdens, duties or obligations without the prior written consent of City. Any attempted assignment without such consent shall be invalid and void. 10 61147.02100\10974777.3 Updated March 2019 27. Non-Waiver None of the provisions of this Agreement shall be considered waived by either Party, unless such waiver is specifically specified in writing. 28. Time of Essence Time is of the essence for each and every provision of this Agreement. 29. City's Right to Employ Other Consultants City reserves its right to employ other consultants, including engineers, in connection with this Project or other projects. 30. Prohibited Interests Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no director, official, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 31. Federal Requirements Reserved [SIGNATURES ON FOLLOWING PAGE] • 11 61147.02100\10974777.3 Updated March 2019 SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SAN JUAN CAPISTRANO AND BUCKNAM INFRASTRUCTURE GROUP,INC. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date first written above. CITY OF SAN JUAN CAPISTRANO BUCKNAM INFRASTRUCTURE GROUP, INC. ..----- .10,-y-v- -- By: i-- / 7 By: Benjamin Siegel k-)tsrCity Manager Its: C" koe• Printed Name: 9c'-1cftr OvL4nlPty\ ATTEST: -.\ By: h Clerk APPROVED AS TO FORM: By: -W /3.j.,' 2t Attorney Y 12 61147.02100\10974777.3 Updated March 2019 EXHIBIT A Scope of Services • 13 61147.02100\10974777.3 Updated March 2019 EXHIBIT A PROPOSAL FOR PAVEMENT MANAGEMENT PROGRAM UDPATE SERVICES (CIP 8102) City of San Juan Capistrano, CA February 27, 2025 Submitted by: Bucknam Infrastructure Group, Inc. ( BUCKNAM(IN f RAS TRUCTURE. GROUP, iNC. MyRoads:San Juan Capistrano /I All 15 . �.._ B SEIM OM ,: } �Street 5aver '�'"• •.r ,rn~t. - ��,�'�} ✓ nt Sectionr : ; : .'I' �y� +.."iy ♦ T Ems v a s San Juan Capistrano MyRoads®Account s Table of Contents o ,! i n Pag e e o � Table of Contents, Cover Letter Firm and Personnel Experience 1-1 Bucknam Firm Profile/Qualifications 1-1 Delineation of Bucknam Infrastructure Group's Strengths 1-1 Bucknam Project Team / Key Staff Members 1-2 Organization Chart 1-4 Resumes 1-5 2 Project Understanding Statement 2-1 Project Understanding &Approach 2-1 Pavement Management Program Scope of Work 2-4 3 Project Schedule 3-1 Critical Path Method (CPM) Project Schedule 3-1 4 Relevant Project Experience/References 4-1 Relevant PMP Project Experience 4-1 5 Fee Proposal (Separate File) 5-1 Proposed Fee 5-1 Bucknam Hourly Rate Schedule 5-2 Li y uf San Jja,1 TOC Pavement Management Program Update Services February 27, 2025 Mr. Paul Meshkin, P.E. Project Manager City of San Juan Capistrano 32400 Paseo Adelanto San Juan Capistrano, CA 92675 Subject: Proposal for Pavement Management Program Update Services(CIP 8102) Dear Mr. Meshkin: It is our pleasure to submit our proposal to assist the City of San Juan Capistrano in the proactive, continued management of your Pavement Management Program (PMP). With the City seeking to move toward stronger infrastructure management methodologies through advanced pavement inspections, zone maintenance, Capital Improvement Programming (CIP), asset management correlation, and accurate GIS implementation, Bucknam Infrastructure Group has identified a proactive and cost-efficient method to assist the City in updating your essential PMP. Our team will focus our long-term PMP knowledge, extensive San Juan Capistrano - Orange County experience and GIS/GPS technologies to optimize the City's maintenance dollars by implementing a manageable and reliable PMP methodology. Four key factors deliver an accurate PMP; 1) segment true area accuracy, 2) up-to-date work history, 3) reliable PCI's and 4) relevant unit costs. Bucknam utilized these key factors while serving as the City's consultant for the last 15 years since the 2010 PMP Update. Our project team can be relied upon again to deliver these essential services to the City. This will be accomplished by assisting the City in updating the neighborhood/zone M&R schedule, formulating a proactive Arterial CIP budget and providing realistic maintenance recommendations. Our firm is unique in that we provide: Relevant and accurate PMP services based on our ongoing work with numerous Orange County, Los Angeles and San Diego local agencies such as: o 21 Orange County local agencies; 60% of Orange County local agencies (e.g. San Juan Capistrano, Rancho Santa Margarita, Laguna Beach, Huntington Beach,Cypress,Stanton, Buena Park, Fullerton, Placentia, Orange,Santa Ana) o Recent OCTA Pavement Preservation Program project where Bucknam assessed and generated a countywide 10-yr economic forecast for all 35 Orange County local agencies(StreetSaver/MicroPAVER assessments) o 36 Los Angeles County local agencies; o 20 San Diego/Inland Empire local agencies;and o Army Corps of Engineers ASTM D6433 compliant surveying, reporting and pavement analysis on an annual basis; Our project manager has worked within the SoCal Pavement Management industry for over twenty-seven (27) years and has worked extensively with StreetSaver PMP software through turn-key data conversion projects to long-term, proactive pavement CIP scheduling that relies on accurate and cost-efficient CIP recommendations; 4fifig B U C K N A M 3548 Seagate Way,Suite 230 Oceanside,CA 92056 rINFRASTRUCTUREGROUP,INC] T:(knarn760) i c.co9 �__ W W1Y.bUCknam-lnc�com .• Project/engineering experience that brings the understanding that StreetSaver results are not set in stone; we proactively use the available data to enhance budget forecasting and CIP/O&M project planning; Cost effective management methodologies, from the project kickoff through final reporting, gained through our Project Manager's experience and applied through the use of Bucknam's MyRoads® dynamic PMP-GIS web-portal; + As Project Manager, my goal is not just to meet the requirements of this project but establish a living document that will be used throughout the term of the CIP as well as implement achievable long-term infrastructure management goals in coordination with City schedules. Offeror: Bucknam Infrastructure Group, 3548 Seagate Way, Suite 230, Oceanside, CA 92056;Company FID#45-2723662(S-Corp) Mr. Peter Bucknam (Project Manager) will be providing day-to-day operational / management services and deliverables; he is authorized to sign the agreement for this contract. He can be contacted at 760-216-6529 (work) 714-501-1024 (cell) or email at peter@bucknam-inc.com. Mr. Steve Bucknam, P.E. (Principal) will be responsible for all project oversight(steve@bucknam.net). By selecting Bucknam Infrastructure Group, Inc., the City of San Juan Capistrano will continue to receive a strong, knowledgeable, innovative, and communicative team with the experience to implement a cost-effective pavement management program. Our handpicked pavement management professionals are committed to delivering quality services to the City. We have already scheduled time for your project and eagerly await our kick-off meeting with City staff and you. Our proposal shall remain valid for a period of not less than 90 calendar days from the date of submittal. Respectfully submitted, Bucknam Infrastructure Group, Inc. Peter J. Bucknam President/Project Manager Firm and Personnel Experience ' Bucknam Firm Profile/Qualifications Bucknam Infrastructure Group, Inc. (est. 2011, S-Corporation) has a full- service AilliB U C K N A M Oceanside,CA 92056 service office in Southern California and TeWay,S�+529 1TNFRASTRUCTUREGROUP_INC wwwbucknanfinc.com is committed to building stronger relationships with government organizations through frequent communication and team building. We build long-term partnerships with agencies that expect and require accuracy, efficiency, and integrity in all aspects of community services. Our experienced staff is committed to ensuring that immediate and long-term goals are met and are a top priority in the development of pavement management, infrastructure management, financial, geographic information systems (GIS), and facility management projects. Our full-service Infrastructure Management - GIS Division provides comprehensive engineering and infrastructure/GIS management services, as well as database management, pavement / ROW field inspection services, and GIS automation and management. Our extensive professional service offerings include: Regarding Pavement Management Programs, our firm is currently assisting 75+ local agencies comply with Orange, LA, SD, San Bernardino and Inland Empire County's pavement reporting requirements. Pavement-CIP Management(PMP) Public Works Management Pavement Data Conversion ADA Self-Evaluation/Transition Plannning Pavement Condition Surveys GASB 34 Compliance/Reporting PMP Assessments/Software Intranet GIS Implementation PMP/GIS Deliverables Contract GIS Services ArcGIS Online Apps/Tool Development Traffic Control Device/Sign Inventory Public Right-of-Way Inventories Maintenance Management Programs PMP OCTA-Compliance Reporting Record Retention/Scanning Services Digital Roadway Imaging/Survey Utility GIS Services In addition to the extensive knowledge and experience of our infrastructure management professionals, the Bucknam team provides a broad scope of administrative, inspection, civil engineering, and GIS services to public agencies. We look forward to working with you on your project. Our handpicked management professionals are committed to delivering quality services to the City. Our office is located in Oceanside,CA 3548 Seagate Way,Suite 230(12 employees). Delineation of Bucknam Infrastructure Group's Strengths As Bucknam approaches twenty-seven (27) years of pavement management experience, our firm is distinct and unique in the fact that we have continued to improve upon our long-term local agency client based throughout Orange County. Building and establishing long-term client relationships through PMP management is a clear delineation of our professional services. 1-1 Pavement Management Program Update Services Firm and Personnel Experience Bucknam's experience and qualifications directly related to this project and other key delineation strengths include: • Serving as the City's consultant for the last 15 years since the 2010 PMP Update; • Currently providing PMP services for 21 of the 35 Orange County local agencies in the past two years(60%); • Currently, providing PMP services to 36 of the 88 Los Angeles County local agencies in the past two years(41%); • Bucknam now implements Cloud-based Artificial Intelligence (Al) Learning Technology to calculate pavement section AC/PCC True Area SF quantities; • Updating the San Juan Capistrano MyRoads® — PMP mapping (web-based access/use); requires no GIS software to view your PMP online(See Task 3.6 within Scope of Work); • Staff/ Firm is certified through OCTA and MTC for use and management of StreetSaver/ MicroPAVER o Bucknam is ASTM D6433 certified through OCTA until June, 2026 for PMP services/inspections to local agencies; • Focused managers /field technicians that perform infrastructure management services at cost-competitive rates and deliver quality products; • Local presence (Oceanside office) allows our firm to be on-site within one hour to respond to San Juan Capistrano's requests and needs; • Proven Orange County PMP economic ROI regarding long-term Pavement CIP's recommendations, implementation, maintenance applications and increased PCI's Bucknam Project TeamKeyStaffMembers 1 / The Bucknam pavement management team's local agency expertise is demonstrated through: ❖ Our experience of managing pavement projects over the past twenty-seven years; • Assisting cities comply with Orange County PMP Propositions/Measures ❖ Implementing StreetSaver/MicroPAVER throughout Southern California • Extensive Orange, Los Angeles, Riverside, San Diego and Inland Empire PMP project management experience; ❖ Our understanding of public works projects from the "city" side through City Engineer and Public Works Director experience; ❖ Implementing a realistic, proactive and sustainable PMP methodology that matches your agency's needs and goals. Bucknam will bring our extensive experience to the City of San Juan Capistrano by building upon our knowledge and All key personnel will be available for the project;no understanding of your PMP goals. Mr. Bucknam's pavement key person designated to this team includes twelve (12) dedicated, qualified managers and project will be removed or field technicians that have served under his management for replaced w/o prior written over twenty-seven years on PMP projects. His team of consent from the City inspectors will update your PMP through sound ASTM 1-2 Pavement Management Program Update Services Firm and Personnel Experience inspection methodologies. Mr. Bucknam's experience covers the management and implementation of infrastructure management programs that exceed 70,000+ miles of pavement for more than 80 cities and 750+PMP projects. Based on the scope of work related to this project, our team brings a tremendous amount of experience to the City of San Juan Capistrano regarding field and in-house training for StreetSaver and innovative survey methodologies. We bring a wealth of experience through projects, pavement application knowledge and relationship building through trust and adherence to schedule. PETER BUCKNAM, Project Manager, has managed 750+ pavement management projects over the past 27 years in the Southern California region and will be the Project Manager for San Juan Capistrano's PMP project. Peter is committed to the project from the receipt of the notice- to-proceed through completion. As the City moves through the "long-term program management" phase for its pavement program, Mr. Bucknam brings his experience of working with individual cities for numerous years, where he has assisted cities from the onset (turnkey, data conversion) to high-end common sense pavement management, GIS integration and County compliance. Mr. Bucknam has served as Project Manager for the City for the last 15 years since the 2010 PMP Update. STEVE BUCKNAM, P.E., Principal-in-Charge, will be responsible for the overall performance of the project and will provide quality assurance review. Mr. Steve Bucknam is a licensed Civil Engineer (LIC #20903) and will oversee all tasks for this project. Mr. Bucknam is a former Deputy City Manager for Public Works and City Engineer of Norwalk, and City Engineer in Arcadia and Pacifica, California. He has over 49 years of professional experience and has managed street maintenance, reconstruction and improvement programs. He has extensive experience in capital program planning, pavement construction and budgeting for street improvement programs. AARON SUTTON,GIS Manager, will oversee all GIS and PMS data sharing/migration prior and during the project. He drives all GIS creation, PMS mapping, editing and deliverables for the project and is our key staffer for the ArcGIS Online web-hosting services that we provide. Mr. Sutton has been involved with over 95 pavement management projects within Orange, LA, San Bernardino, Riverside, and San Diego counties. AARON COHODAS, Field Technician, will be a supportive field surveyor for this project. His responsibilities will include surveying, quality control, and working with our management staff ensuring the updated PMP database is complete. Mr. Cohodas has been involved with over 85 pavement management projects and brings his wealth of PMP software, GIS and inspection experience to this project. Aaron is a certified ASTM D6433-20 inspector. NIKO BUSTAMANTE, Field Technician, will be a supportive field surveyor for this project. His responsibilities will include surveying, quality control, and working with our management staff ensuring the updated PMP database is complete. Mr. Bustamante has been involved with over 55 pavement management projects and brings his wealth of PMP software, GIS and inspection experience to this project. Niko is a certified OCTA/ASTM D6433 inspector. CADE BUCKNAM, Field Technician, will be a supportive field surveyor for this project. His responsibilities will include surveying, quality control, and working with our management staff 1-3 Pavement Management Program Update Services Firm and Personnel Experience ensuring the updated PMP database is complete. He has been involved with over 25 pavement management projects and brings his wealth of PMP inspection, GIS and software experience to this project. Cade is a certified OCTA/ASTM D6433 inspector. With multiple technicians on this project,that are trained in the Army Corps of Engineers survey methodology and available to begin work immediately, our survey schedule will be expedited. Our team will be able to survey the approx. 21 centerline miles of Arterial/Collector within one (1)week due to our experience,availability and manpower. Organizational Chart AINCIL Principal-In-Charge Stev e Bucku.uu.P L. rMP Project Manager Peter Bucknam GIS Manager Aaron Sutton 1Vinlcr Field Technicians o :us amante' Cade Buckram Aaron Cohodas Team Resumes can be found in the following pages 1-4 Pavement Management Program Update Services Peter J. Bucknam / Project Manager ri Director of Infrastructure Management— GIS UUCKNAM iGROUP NIHn;,T tHNC. UGt UPE. EDUCATION B.A., Geography—Urban Planning, San Diego State University, 1997 PROFESSIONAL DATA Member,American Public Works Association Member,Maintenance Superintendents Association Chair,Transportation Committee, Inland Empire Report Card (ASCE)—2005/06& 2008/09 Co-Chair, Member APWA Committee for Street and Technology 2003-2015 Certificate of Professional Development—ASTM D6433-18; MicroPAVER Certificate of Completion—OCTA MicroPAVER/StreetSaver Distress Training(2011 thru 2023) NASSCO—Certificate, National Pipeline Assessment Certification Program (PACP) QUALIFICATIONS/ EXPERIENCE OVERVIEW Peter Bucknam is an expert in infrastructure project management, pavement management-training, planning, resource management, implementation and program management. He has over twenty years' experience in the area of infrastructure asset management and Geographic Information Systems. Mr. Bucknam has managed a wide range of Pavement Management infrastructure project tasks including the collection and input of PMP - ROW conditional survey data, preparation of Public Works capital improvement program projections and reports, infrastructure/software needs assessments,GIS/GPS data collection,data conversion and quality control. Mr. Bucknam has performed infrastructure management services to over 70+ local agencies and is currently serving as project manager for numerous pavement management programs throughout Southern California. He has personally served as project manager for 750+ PMP projects throughout Riverside, San Diego, San Bernardino, Orange and Los Angeles counties. He has worked with over 20 San Diego/Inland Empire County cities, 36 of the 88 Los Angeles cities and he is currently working with 21 of the 35 Orange County agencies regarding Measure M2 StreetSaver/MicroPAVER compliance. His project level and management experience covers: pavement/sidewalk management, Traffic Control Device Inventories (TCDI), GIS implementation, Traffic Signal surveys, Right-of-Way (ROW) surveys, and ADA survey/compliance. In managing over 700+infrastructure projects in the past twenty-six years, Mr. Bucknam has used a diverse amount of software to assist local agencies implement infrastructure management programs and GIS Enterprises. These programs include MicroPAVER, MTC StreetSaver, Zoom's GPSVision, CarteGraph, ESRI products, Crossroads, Lucity, Energov,Spillman,GBA Master Series, and Mapinfo. Prior to joining Bucknam Infrastructure Group, Inc., Mr. Bucknam served as Director of Infrastructure Management-GIS with an Engineering consulting firm where he managed numerous public works infrastructure/ROW projects ranging from surveying, maintenance life-cycles, cost & benefit analysis, financing and construction cost estimating. This included researching, surveying, converting and implementing multiple phase pavement management projects which provided better management practices, data efficiencies and GIS functionality within local governments and maintenance facilities. In addition, he provided technical (software) support for the on-going citywide PMP projects as well as developing capital improvement plans/budgets for integrating Tablet-GIS data management functionality into future maintenance efforts. SAMPLE OF PETER BUCKNAM'S PROJECT MANAGEMENT EXPERIENCE (1997-2025) • 2025 Pavement Management Program, City of Glendora • 2025 Pavement Management Program, City of San Juan Capistrano • 2025 Pavement Management Program, City of Perris • 2025 Pavement Management Program, City of La Habra • 2024 Pavement Management Program, City of Temple City • 2024 Pavement Management Program, City of Bellflower • 2024 Pavement Management Program, City of Downey • 2024 Pavement Management Program, City of Rancho Palos Verdes • 2024 Pavement Management Program, City of Menifee • 2024 Pavement Management Program, City of Garden Grove • 2024 GIS Support Services, City of Alhambra • 2024 GIS Support Services,City of Duarte • 2024 Sidewalk Mngt./GIS Support Services, City of Lakewood • 2024 Pavement Management Program, City of Vista • 2024 Pavement Management Program, Indian Wells CC, FAMD#1 • 2022-27 Pavement Management Program, City of Indian Wells • 2024 Pavement Management Program, City of Monrovia • 2024 Pavement Management Program, City of Whittier • 2024 Pavement Management Program, City of Vista • 2024-29 Pavement Management Program, City of Ontario • 2019-24 Pavement Management Program, City of Ontario • 2024-29 Sidewalk Management Program, City of Ontario(OMUC) • 2023 Sidewalk Management Program-Pilot Study, City of Ontario (OMUC) • 2024 Pavement Management Program, City of Gardena • 2023-24 Sidewalk-ROW Management Program, City of Lakewood • 2024 Pavement Management Program, City of Manhattan Beach • 2023-24 Sidewalk Management Program, City of Fullerton • 2024 Pavement Management Program, City of La Palma • 2023-24 GIS Enterprise Support Services,City of Fountain Valley • 2024 Pavement Management Program, City of Laguna Beach • 2024 Pavement Management Program, City of Westminster • 2024 Pavement Management Program, City of Norwalk • 2024 Pavement Management Program, City of Buena Park • 2024 Pavement Management Program, City of Duarte • 2023 Pavement Management Program, City of Santa Ana • 2023 Pavement Management Program, City of Orange • 2023 Pavement Management Program, City of RSM • 2023 Pavement Management Program, City of Laguna Hills • 2023 Pavement Management Program, City of Del Mar • 2023 Pavement Management Program, City of Fountain Valley • 2023 Pavement Management Program, City of Compton • 2023 Pavement Management Program, City of Lomita • 2023 Pavement Management Program, City of Coronado • 2023 Pavement Management Program, Orange County Water District • 2023 Pavement Management Program, City of Huntington Beach C.Stephen Bucknam,Jr.,P.E.,Principal-in-Charge V EDUCATION BUCKNAM{INFRASTRUCTURE Ka HOW' ANC. B.S.,Civil Engineering,Loyola University of Los Angeles, 1967 M.S.,Environmental Engineering, Loyola University of Los Angeles, 1972 PROFESSIONAL DATA Registered Professional Engineer,States of California(No.20903)and Washington(No.17310) California State Community College Teaching Credential Fellow,American Society of Civil Engineers Former,City Engineer,Deputy City Manager,City of Norwalk Member, Board of Directors—Urban Water Institute Life Member,American Public Works Association Member, Water Environment Foundation Member,University of California Irvine,Civil&Environmental Engineering Affiliates Honorary Member,Chi Epsilon EXPERIENCE OVERVIEW Over forty years' experience in the administration, management, planning, design and construction management of public works and development programs and projects including: water and wastewater projects, pavement management programs,transportation,drainage,including: program management,master planning, infrastructure planning and maintenance programming,environmental studies,street,highway,alley, storm drain, water and sewer system design, rate studies, emergency planning, facilities design, groundwater studies, wells, reservoirs, site studies, pump stations, lift stations, intergovernmental negotiations and agreements, hydrology, treatment facilities, building design, grants, regulatory permitting, system appraisals, R/W negotiations, acquisitions and documentation, project management, production control, operations studies, capital improvement programming and budgeting, hydroelectric projects, underground utilities, assessment districts, surveying, mapping, legal testimony to public boards, commissions and councils, and direction of technical advisory committees to joint powers agencies and water districts. Transportation/Streets—Highways-Traffic Served as Contract City Engineer for the City of Arcadia responsible for long range advanced planning of the City's transportation engineering program. Directed the preparation of the City's Transportation Master Plan which identified, consistent with the City's General Plan the transportation related needs under these requirements so of AB 1600 nexus constraints. Acted as Principal in charge over a Pacific Coast Highway (SR-1)/Newport Boulevard (SR-55) interchange, City of Newport Beach. Project involves a study of various alternatives, conventional and unconventional, for improvements to the existing interchange. Restraints include limited right-of-way, environmental challenges (e.g., Newport channel bridge widening, "Arches" liquor store and restaurant property acquisition, and existing bridge aesthetics), and potential hazardous waste issues. Alternatives were evaluated and selected to include in the PSR. Included project coordination with various agencies and sub consultants, and oversight of concept geometries,cost estimating, and report preparation. 1 Conceptual study, Project Study Report, and Project Report for 1-710/Firestone Boulevard interchange modification and Firestone Boulevard improvements for City of South Gate. Also involved a feasibility study which included preparation of a traffic study, conceptual plans for several types of interchanges, construction cost estimates, and preliminary Caltrans Project Study Report. Prepared ISTEA National Highway System funding application for authorization and appropriation. Coordination with Caltrans District 7. Mr.Bucknam has served as the working Principal/Civil Engineer for all pavement management related projects that Bucknam has performed. This includes projects listed below: • 2024 Pavement Management Program, Indian Wells CC, FAMD#1 • 2022-27 Pavement Management Program, City of Indian Wells • 2024 Pavement Management Program, City of Monrovia • 2024 Pavement Management Program, City of Whittier • 2024 Pavement Management Program, City of Vista • 2024-29 Pavement Management Program, City of Ontario • 2019-24 Pavement Management Program, City of Ontario • 2024-29 Sidewalk Management Program, City of Ontario(OMUC) • 2023 Sidewalk Management Program-Pilot Study, City of Ontario (OMUC) • 2024 Pavement Management Program, City of Gardena • 2023-24 Sidewalk-ROW Management Program, City of Lakewood • 2024 Pavement Management Program, City of Manhattan Beach • 2023-24 Sidewalk Management Program,City of Fullerton • 2024 Pavement Management Program, City of La Palma • 2023-24 GIS Enterprise Support Services,City of Fountain Valley • 2024 Pavement Management Program, City of Laguna Beach • 2024 Pavement Management Program, City of Westminster • 2024 Pavement Management Program, City of Norwalk • 2024 Pavement Management Program, City of Buena Park • 2024 Pavement Management Program, City of Duarte • 2023 Pavement Management Program, City of Santa Ana • 2023 Pavement Management Program, City of Orange • 2023 Pavement Management Program, City of RSM • 2023 Pavement Management Program, City of Laguna Hills • 2023 Pavement Management Program, City of Del Mar • 2023 Pavement Management Program, City of Fountain Valley • 2023 Pavement Management Program, City of Compton • 2023 Pavement Management Program, City of Lomita • 2023 Pavement Management Program, City of Coronado • 2023 Pavement Management Program, Orange County Water District • 2023 Pavement Management Program,City of Huntington Beach • 2023 Pavement Management Program, City of Lake Elsinore • 2023 Pavement Management Program, City of Placentia • 2023 Sign Management Program, City of Placentia • 2023 Pavement Management Program, City of Norwalk • 2023 PMP Program Management, Inland Empire Utilities Agency • 2021-23 Pavement Preservation Plan, OCTA • 2023 Pavement Management Program, City of Fullerton 2 Project Understanding Statement ,; Project Understanding & Approach As the City of San Juan Capistrano infrastructure matures, the City's staff is striving to update the City's Pavement Management Program (PMP) through cost effective condition surveys, engineering cost evaluation, Arterial CIP and "neighborhood" budgetary reporting and work history updates within the PMP database. Bucknam's experience through adherence to scope, schedule and cost have proven itself over the past twenty-seven (27) years of PMP service to Southern California local agencies. The City requires a team that will continue to not only survey the defined sections using cost- conscious methodologies but will create a comprehensive program that includes the enhancement of your multi-year PMP CIP, neighborhood maintenance, essential data for PS&E bid document preparation, MyRoads® and the knowledge of the inner workings of your StreetSaver PMP software. Bucknam will provide these services through our proactive and accurate update of your PMP; we will address the City's primary goals of: • Updating StreetSaver with 2025 maintenance data, segmentation improvements and inspections; • Enhancing the San Juan Capistrano PMP database with 2023 to 2025 work history data entries; • Surveying approx. 21 miles of Arterial/Collector sections during FY 2025; o Verifying/Updating pavement centerline and metric data (PMP vs. GIS); o Generating 2025 Pavement Condition Index(PCI) ratings for each segment; • Developing a proactive preventative slurry seal / overlay rehabilitation schedules based on existing/current capital funding allocations; • Establishing solid recommendations for current/future maintenance and rehabilitation needs; • Utilizing the City's existing/current funding to generate a seven (7) year Capital Improvement Program (CIP); • Recommending alternative maintenance budgets that demonstrate realistic return-on- investments (ROI), i.e., increase PCI and maintain PCI models, etc. • Updating the San Juan Capistrano MyRoads® PMP web-portal application We have defined detailed phases to the scope of work in accordance to the City's REP; 1. Project Implementation 2. Client Satisfaction 3. Scope of Work(Major Tasks) City 2-1 Pavement Management Program Update Services Project Understanding Statement r 1, 1) Project Implementation TASK 1.1: Project Kickoff The first step in updating a successful pavement management program truly resides in frequent communication and timely scheduled data updates. For the City of San Juan Capistrano, it will be essential to discuss and establish the Public Works and Utilities department pavement management priorities. Four key factors deliver an accurate PMP; 1) segment true area accuracy, 2) up to date work history,3) reliable PCI's and 4) relevant unit costs. Our team will set up a Project Kickoff meeting with City staff (i.e. Mr. Paul Meshkin, P.E.) to discuss and review in detail the expectations of the project, technical approach, section ID/GIS management & surveys, district/zone maintenance, StreetSaver upgrades & use, deliverables within the scope of work and the review of schedule. This effort will build consensus between the Public Works and Engineering staff as well as build stronger Arterial CIP and Local neighborhood maintenance programs that complement large Public Works CIP projects and annual maintenance projects. Additional key topics to be discussed will include the review and assessment of the existing StreetSaver pavement plan/data; its current and future use, MyRoads®, survey areas based on recent maintenance work and schedules, new construction, data quality and condition, current pavement procedures, historical expenditure levels and desired service levels. Deliverable: Meeting minutes, revised project schedule(if necessary) TASK 1.2: Project Status Meetings - Quality Control Program Status Meetings and Progress Reports • Minimum of three meetings during the project (kickoff, committee, City Council and status meetings) — minimum of eight (8) hours; Field review meetings; additionally bi- monthly progress status reports will be delivered to the City project manager. Quality Control (QC) We will use a statistical sampling approach for measuring the quality of our field technician's work. In this manner, 10 percent of the original annual surveys will be re-surveyed by an independent survey crew, supervised by a field supervisor, and the results will be compared to the original surveys (this will include 3 miles QC). Our QC process involves checking the field crews' work in a "blind study" fashion. This will ensure that all field personnel are properly collecting distresses and pavement quantities for all street segments. PCI variance reporting will be performed where previous PCI data will be compared to newly inspected 2025 PCI data; if PCI's vary more than ten (10) points per year Bucknam staff will assess the potential cause through unrecorded work history, accelerated pavement deterioration,etc. Bucknam will record/log any discrepancies between the previous and current PMP databases (any corrections/changes to the database shall not be made without prior City staff approval). , , . . . ... 2-2 Pavement Management Program Update Sec Project Understanding Statement Since we are collecting distress information on our field MobileRater tablets with the San.Juan Capistrano PMP database live, our staff will perform several quality control tests within StreetSaver using a sample set of the City of San Juan Capistrano's street distress data. This will ensure that all system and analysis settings as well as City recommendations and standards are being followed. Over the past two years, Bucknam has submitted fifty (50+) OCTA/METRO compliant reports for Orange and LA County municipalities,they include: Orange County PMP Clients(Current) Brea La Palma Rancho Santa Margarita Costa Mesa Orange Tustin Laguna Hills Laguna Beach Westminster Fountain Valley San Juan Capostrano _ La Habra Huntington Beach Laguna Woods Village Fullerton Seal Beach Santa Ana Placentia Buena Park Cypress Stanton Garden Grove Los Angeles County PMP Clients(Current) Long Beach Alhambra El Segundo Duarte Culver City Lomita Rancho Palos Verdes Downey Glendora Signal Hill Pomona Sierra Madre Monterey Park Hermosa Beach South Pasadena Compton Lynwood Norwalk Monrovia Rosemead Bellflower Lawndale Covina Beverly Hills La Verne South Gate La Habra Heights San Marino Temple City South El Monte West Covina Commerce Lakewood Gardena Manhattan Beach Whittier Our surveys follow the accepted ASTM D6433 procedure requirements. A copy of the QA/QC plan utilized by our staff during the project will be submitted along with the PMP certification documents. Our staff attends the OCTA PMP Distress Training Classes held each year, 2011 through 2024. In July 2024 our staff was acknowledged as "qualified inspectors and firm" to prepare PMP's compliant with the OCTA Countywide Pavement Management Guidelines (this certification/compliance runs through June 2026). Additionally, Bucknam was selected by the Orange County Transportation Authority(OCTA) in 2022 to perform a 10-year Pavement Management Plan analysis on ALL 35 Orange County local agencies PMP's. 2) Client Satisfaction TASK 2.1: Project Deliverables Shown throughout our Scope of Work, each Task is summarized with project deliverables. Client satisfaction will derive from frequent communication with the Project Manager and key staff members from the Public Works department. Project success is created by delivering on three main factors; Sar, 2-3 Pavement Management Program Update Se Project Understanding Statement 1) Adherence to scope tasks and deliverables 2) Performing to the standard set by the Project Schedule; and 3) Controlling costs. Our Project Manager will follow each of these factors throughout the duration of the project Deliverable: Project Status Updates,as stated in Task 1.2 3)Scope of Work(Major Tasks) TASK 3.1: Update Maintenance and Rehabilitation Activities The City will provide Bucknam with a complete listing of all major work (overlay, slurry, etc.) in hard copy/digital format to Bucknam for updating specific section work histories and PCI ratings. Bucknam will review all maintenance and rehabilitation projects completed and/or scheduled by the City since the last PMP update; this will include work history updates on arterials and locals. Our staff will enter the necessary work history updates as mentioned above (i.e. data entry of maintenance/rehabilitation activities) into your StreetSaver database. Deliverable: Update PMP data,Work History report TASK 3.2: Pavement Condition Surveys First and foremost, the p r�y"r"' • ;AL.7' ` -•j„ ' Original I_ „ Pa rk rk assessment of the City's :- "' t.r :raw .;, e �L. ` `iIII �+1 _•`� a.•.7-' Are w/I Fountain Vd.Y) pavement segmentation is one �� `1\ yt*# +t,; a - ([',�1� f y — 1�1•`..tee _� $i t r f.�0`at `Y�`T of the key priorities for this P ,r}.�.<w 5 . . , , k..edl.n •` I nFtt�MeIe<MserialotY scan,serial project. With two (2) years tr, a • v .,k}+` .. 'momentwranrw o between major inspections it F©� �* i�t A �� ,' t "` 7,-; will be essential to verify that P l ,>—• w P 3 � all Arterial, Collector and Local ✓` ;� r = f �+�'° �v 4.1 enl,ed�;�.� segmentation is up-to-date ©�`, ► '� CE_'; err:°"` 'StreetSaver ORU1edY""' and that section true area SF quantities are verified, accurate and reliable. This will be completed by utilizing the Bucknam cloud-based learning technology (Al) to correctly quantify square footages for each pavement section (see sample above). Bucknam's use of cloud-based learning technology is initiated by providing the Al with the City of San Juan Capistrano's most recent aerial image; in doing so, all AC and PCC pavement true areas are calculated. These calculations are possible due to the cloud-based learning tech's inherent working knowledge of how to recognize edge-of-pavement, surface types, medians, bus pads and AC/PCC surface limits. This ability will allow Bucknam to obtain the necessary quality control measurements for all San Juan Capistrano PMP segments and to perform segment SF variance reports. This will in turn create a more accurate total centerline/square footage of the San Juan Capistrano network as well as for each unique pavement segment (shown as an optional service w/i proposed fee). . 2-4 Pavement Management Program Update Se POW Ma Project Understanding Statement .,; We will review/assess new and/or missing streets previously excluded from the last PMP update and create the necessary segmentation within the San Juan Capistrano PMP database + GIS links. Once the pavement segmentation has been assessed and verified, the necessary inspections will be performed. Our survey methodology will include the following approach based on ASTM D6433 guidelines: 1. Walking - All sections are surveyed through "two-pass test" walking methodologies. AC/PCC distress types will be collected based upon actual surface conditions and physical characteristics of the segment. Surveying methods will be conducted by remaining consistent with ASTM D6433 &the Army Corp of Engineers AC/PCC sampling guidelines while being flexible to current City requirements. All sample locations are observed through walking surveys; samples areas will cover a minimum of 20% of the total section area and will be 2,500 SF +/- 1,000 SF in size. The following San Juan Capistrano pavement sections are to be surveyed for the upcoming 2025 PMP update: • 2025 -The inspection of approximately 21 miles of Arterial/Collector segments will be performed. Our use of StreetSaver-MobileRater tablet units allows our staff to collect pavement data with the City of San Juan Capistrano's StreetSaver database live in the field. Updated PMP data/inspections are transferred immediately to the StreetSaver cloud / Bucknam's PMP Dashboard and can be reviewed at any time for quality control and management. Our Tablet methodology sets us apart from the competition since we are using a paper-less inventory process to enter data;this in turn generates cost savings to enhance the project schedule and other portions of the project such as True Area SF calcs,CIP reporting,StreetSaver training and on-call services. Roadway Verification Survey-A listing of the field attribute data that is updated/verified during the survey for the pavement management database is listed below (OCTA survey guidelines will be followed): 2. Field Attribute Data (updated and/or verified) • Street name,from/to, indicating the assigned limits of the section • Street ranking indicating arterial,collector, local,#of lanes, surface type (AC, PCC) • Historical PCI tracking from previous inspections and 2025 PCI inspections • Segment quantities, indicating the length,width and area of the section 3. Conditional data will be evaluated for all street segments and will include: • ASTM D6433 20 AC& 19 PCC distresses by type,severity and extent • Sampling/conditional data typically pulled from within edge-of-pavement to edge-of pavement • PCI ratings (0-100),taking into account the surface condition, level of distress We welcome staff members from the City of San Juan Capistrano to join our surveys. All pavement data will be entered into the City's StreetSaver licensed software. All items listed above will be maintained by our staff for the duration of this project. 4. Section Distress and PCI Reporting 2-5 Pavement Management Program Update Services Project Understanding Statement Upon 50% and 100% completion of the required condition surveys, we will prepare draft PCI Reports and PCI GIS maps that document the conditions of all pavement segments. This report will provide the necessary data for Bucknam and the City to use and determine projected street rehabilitation and maintenance project locations. The City and our staff will review the PCI reports to ensure that all inventory data is correct and the project is running smoothly. Our PCI Reporting will include: • PCI Report—Sorted by Name (A to Z), PCI Order(0-100),Zone (1, 2,3,etc.); • Work history report;and • GIS Maps presenting PCI's by section. Once the City has reviewed, assessed and commented on the draft report, we will address all requested revisions and deliver the final reports. Deliverable:Citywide PCI reports,compliant OCTA PCI reports, PCI Variance report DEVELOP RECOMMENDED IMPROVEMENT PROGRAM TASK 3.3: Maintenance and Rehabilitation Assessment/Priorities We will assist the City in developing the most cost-effective preventative maintenance and rehabilitation strategies necessary to achieve the desired level of serviceability. This will be accomplished by meeting with the City to discuss and strategize maintenance/rehabilitation activities that are currently being used by the City. Based on the City's current AC & PCC applications, and other maintenance practices used, we will conduct an historical and prospective analysis of the conditional and financial impact these practices have on the pavement network. We will update the San Juan Capistrano StreetSaver "decision tree" that will be used to generate pavement recommendations that match current fiscal year maintenance/rehabilitation approaches/City practices. This will be accomplished by assessing/updating the unique and individual PCI ranges and deterioration curves within PMP software based on functional class (i.e. arterial, collector, local) and age. Our staff will review the San Juan Capistrano deterioration curves that have been developed based on historical pavement condition, inspection, surface type, and road class data. All maintenance practices/unit costs and scheduled projects will be integrated into the PMP and will be derived from the most recent construction bids. We will account for inflation rates when long-term revenue projections are made. Our Project Manager/Principal will work closely with the City in defining sound engineering based repair and rehabilitation strategies for each fiscal year and for each defined PMP zone within the network. Once the repair/rehabilitation strategies have been defined, a 7-year Forecasted Maintenance & Rehabilitation (FMR) schedule will be generated. The recommended budget scenarios will be identified on the basis of several criteria: • Minimization inconveniences for San Juan Capistrano residents by providing more efficient annual CIP/rehabilitation plans • Assessment and review of the City's Pavement CIP ,. .. „, .,.. 2-6 Pavement Management Program Update Se' Project Understanding Statement • Present pavement conditions; Desired levels of service and available resources • Projected/Forecasted PCI's per section • Cost benefit of individual strategies (minimum of three (3)scenarios) • Scheduling with the City's major CIP projects(water,sewer,etc.) • Budgetary findings/recommendations that satisfy OCTA guidelines • Local "Neighborhood Zone"fiscal year reporting/improvement scheduling • Future routine maintenance needs based on projected deterioration rates The primary emphasis of this task is to maximize the scheduling of street maintenance using the most cost-effective strategies available and taking into account a life-cycle cost analysis. TASK 3.4: Citywide CIP/OCTA Compliance Budget Reports We will deliver the Final Report to the City which will be essential for staff reference and use as well as beingpresented in a waythat is beneficial for elected officials/upper mana ement. This g report will assist the City in complying with OCTA guidelines and submittal requirements. The report will be prepared in a format that uses the information delivered by StreetSaver in conjunction with the information and analysis performed by our team. The report will provide the City with information on: • Identify present performance status of the entire network (section by section) as well as historical PCI performance; • Current inventory and pavement conditions indices (PCI)for all road classes; • Bucknam will identify standing water locations and implement these findings within the Final Report; • Projected / feasible annual rehabilitation programs for street maintenance for a 7-yr period (Forecast Maintenance Reports FY 2025-2032) that show the largest return on investment and acceptable levels of service; o This will include a minimum of three (3)total scenarios; • Modeling and comparison of budget scenarios typically include: o Current City FY 2025-2032 pavement budget; o Maintain current PCI; o Increase current PCI to a desired level; • Strategies and recommendations for the City's CIP/maintenance programs and procedures, including a preventative maintenance schedule; • Recommended action plan for future PMP updates and Arterial/Collector & Local survey schedules • Representation of forecasted scenarios within GIS Toolbox/GIS mapping • Supporting documentation required by OCTA; • A detailed breakdown of deferred maintenance (backlog);and • Conduct a presentation of the PMP results to City personnel and/or elected officials. 2-7 Pavement Management Program Update Se Project Understanding Statement Deliverable: One (1) digital copy of the Final Pavement PMP Report (.pdf), will be sent to the City. Bucknam will also provide three (3) hard copies and final digital copies of the project related GIS files. TASK 3.5: PMP—GIS Mapping As an enhancement and proactive approach to this project, our staff will update the Pavement-GIS link between MyRoads®, I StreetSaver GIS Toolbox and the City's GIS Enterprise. Bucknam has access to the 2023 PMP-GIS shapefile; this allows our staff to immediately utilize the file and prepare for internal PMP editing, survey and reporting. Our staff will review, with City staff, all ongoing upcoming capital projects that may impact the GIS mapping delivered for this project. The maps described below will be incorporated into the City's Final PMP report: 1 • PCI condition values for every section • n Work History identifications caa..Jan ceay.m. . • 7-yr Arterial / Local Rehabilitation and Slurry Seal Programs • Functional classification,traffic classification and surface type maps Once the Pavement Segmentation Report is finalized, we will update the necessary StreetSaver- GIS linkages. By using the unique Street ID's within StreetSaver and the City's ESRI PMP shapefile ID's, we will update the one-to-one match for each pavement section in the GIS. Our staff will coordinate all project deliveries with the Public Works and the GIS division to ensure that the most current and accurate PMP-GIS maps are represented within the City's GIS enterprise. Deliverable: Complete GIS files/themes based on list above(project.mxd/shapefiles). TASK 3.6: San Juan Capistrano MyRoads®PMP Web-Portal San Juan Capistrano MyRoads® Web-Portal - san Juan Capistrano MyRoads®Account Bucknam's MyRoads® is a great match for the San Juan Capistrano PMP today and the future. MyRoads® 8 brings your PMP data to life within a dynamic dashboard! Bucknam has shown the San Juan Capistrano MyRoads® account actively working! Bucknam now provides all our PMP clients with a unique and agency driven "MyRoads®"web-portal that provides instantaneous access to your pavement management database. This "dashboard" allows users to toggle through individual sections via GIS mapping selections, zone queries, rank selection, PCI ranges, etc. to review all section metrics, latest/previous inspections, work histories generate filtered PCI yap._ 2-8 Pavement Management Program Update Services Project Understanding Statement reports and identify potential maintenance costs based upon your unique needs. This tool will be accessed by City staff simply through a Username/Password methodology. As changes are made to the San Juan Capistrano PMP database the MyRoads® dataset is changed to reflect work history edits, PCI inspections and section changes. In summary, MyRoads® allows the user to perform the following dynamic functions: • Query specific pavement segment(s) to view current/historic PCI, work history inspection; • Filter for pavement sections within a defined zone, PCI range and/or functional class; • Select a pavement section or grouping of section through the on-board GIS tool; • Enter slurry, overlay & reconstruction unit costs to determine preliminary cost of maintenance and resulting citywide PCI o Display critical street / sidewalk / ROW assets along pavement section(s) that are critical to Engineering Bid development and solicitation (ADA ramps, utilities, manholes,trees,etc. • Displays all final GIS project maps (PCI,work history, 7-yr forecasted maintenance,etc.) • Bucknam will train San Juan Capistrano staff in the simple use of the MyRoads® dashboard. Deliverable: PMP software training,field and internal technical support 2-9 Pavement Management Program Update Services Project Schedule 'i,, . ,a'•Critical Path Method(CPM) Project Schedule Our project schedule shows each major task identified in our scope of work, as well as quality control milestones and meetings. Project schedule may be adjusted based upon the notice to proceed date. last(lame 18-Mar 28-Mar A-Apr 4 Apr 5-Apr 6-Apr 7 Apr 10 Apr 22 Apr 15 May DASE SCOPE oiWOK I___._.__. _ 1)Prssject Ynplrownntlen___ 1 __ ___ _. Task 1.1•Pre}a Kickoff _ _ It I se Asss PMP dais/Establish Survey — -- —.. _--- Task 1.2-Project Status Moeller•Qiy Control _ Project Status Meetings 2 IMIIIIIIIIIIIII.IIIIIIIIIIIIIIIIE.IIIIIIIIIIIIIIIIIIIIIIIMIIIIIIIII. 2)Client Satisfaction .. Task 2.1-he)ect Dilverablas _ .. _.. __-... ---`_�® lI 3)Scope of Work TM Assessment of MaiPMP Database and RahebNleYart Activities ��i.i A en[of PMP Database Teak 52 N T An PMP Segment Calculation Q ►avrrwwt Condition Surveys —. Approx.21 MiW�Artrlal/Calhatx) PCI flej>ort L. ECM Q sly Control Checks Develop Recommended improvement Progreso ' ' Task 32_Mointenence and MMbf hrlon Assessment/Priorities Up_dote Maintenance A Rehab Activities _ Teak!A Citywide ORA Compliance Budget Report --- City Review N Draft Final Deport _ Project Status Meeting x MINIM x 1 _^x Delivery of Final CIP Report_._..... _ . _ Task 33•PMP•GIS M.Ppng_ Task SA•An Ian Capistrano MyRoadss PMP Web-Portal II lo With a completed survey,our team will work with you to establish a PMP that provides specific, manageable pavement segments, detailed maintenance schedules of needed repairs and cost- conscious rehabilitation recommendations. This will assist your staff in preparing budget estimates required to complete the scheduled work for fiscal year 2025 and beyond. . . _ . 3-1 Pavement Management Program Update Services Relevant Project Experience/References Relevant PMP Project Experience The following project experience presents our description of work, its relevance in completing similar projects for numerous other agencies, OCTA Measure M2 PMP compliance, Proposition C / LA County METRO compliance, PMP software training expertise, and the broad knowledge of our pavement project team. Our project team brings over 75 years of public/private engineering and data management experience to the City of San Juan Capistrano. This includes over 750+ PMP projects covering turnkey projects, simply training of Agency staff with pavement management methods, County Measure/Proposition compliancy, financial strategies and Capital Improvement Programs. Over the past twenty-seven (27) years, we have worked on numerous projects similar to San Juan Capistrano's current RFP. We have listed five (5) long- term pavement management projects identical to the task descriptions as listed in your RFP: Bucknam Infrastructure Group, Inc. Citywide Pavement Management Program City of Rancho Santa Margarita (2000-2027) Mr. Wilson Leung, Principal Engineer-(949) 635-1800 ext. 6506 22112 El Paseo, Rancho Santa Margarita, CA 92688 wleung@cityofrsm.org Mr. Peter Bucknam has managed the City of RSM's pavement management program for over twenty-three (23) years since the City incorporated and we were recently award the 2024-27 PMP contract this ° summer. Over the twenty years Mr. Bucknam has overseen 20+ phases '., ?' of pavement survey, built the City's Pavement-GIS layer and assisted the City in sustaining one of the highest weighted PCI's in Orange County. Additionally, our firm converted all pavement data from MicroPAVER to StreetSaver (2012) based on the use of the program from surrounding agencies and its integration into the City's GIS Intranet program. ro��a„ Residential maintenance zone management is now the focus of the program where our project team is performing survey, coring and the reorganization of the City's slurry/cape seal zones to create a more attainable, proactive residential maintenance program. Citywide Pavement Management Program City of Huntington Beach (FY 2001-2025) Mr.Tom Herbel, City Engineer—(714)374-1732 17371 Gothard St, Huntington Beach, CA 92647 Tom.Herbel@surfcity-hb.org Over the past twenty-three years, our Project Manager (Mr. Peter • Bucknam) has overseen/managed nine (11) biennial PMP projects for Y the City of Huntington Beach. The City has over 450 miles of streets to , {- a' ',, 1 maintain and proactive manage. Bucknam has assisted the City staff with biennial surveys, GIS development and PMP compliance reporting L resulting in annual PCI increases and reduction of deferred overlay maintenance. Bucknam was awarded the FY 2023-24 PMP update where we will be performing 315 miles of survey (MPAH + a portion of their Locals), implementation of MyRoads® web-portal PMP and the G 4-1 Pavement Management Program Update Services poem mix Relevant Project Experience/References , use of IBM-Watson SF calculations for AC/ PCC pavements. Bucknam utilizes the most current ESRI ArcGIS Pro, ArcGIS Online, ArcMap for the management of the City's pavement, sidewalk and utility datasets; as well as within Bucknam's MyRoads® GIS web-portal app. Citywide Pavement Management Program City of Fountain Valley(1998-2025) Mr.Temo Galvez, Deputy Director/City Engineer—(714) 593-4517 10200 Slater Avenue, Fountain Valley,CA 92708 temo.galvez@fountainvalley.org Mr. Peter Bucknam has managed the City of Fountain Valley's pavement management program for over twenty-six (26) years 1 recently finished the 2024 biennial update for MPAH for • Measure M2 compliance. Over the 20+years Mr. Bucknam has 1` — tr. overseen sixteenphases ofpavement survey, built the City's Jr; Y Y Pavement-GIS layer and assisted the City in accomplishing the F L ' overlay of more than 90% of the City's arterial network. Our '.-=-- 4.10 team assisted the City in implementing an Intranet ArcServer • "4°CI= - Intranet GIS to assist the City in managing all it GIS assets. Our firm converted all pavement data from CarteGraph to MicroPAVER (2005) based on the use of the program from surrounding agencies and its integration into the City's GIS Intranet program. Residential maintenance zone management is now the focus of the program where our project team is performing survey and management of the City's residential zones to create a more attainable, proactive residential rehabilitation program. Additionally, our staff has performed a citywide arterial and collector pavement management study,sign,catch basin, and curb marking inventory for the City using the Digital Roadway Imaging shown in our scope of work. Bucknam serves as the City's on-site GIS Program Manager where we support all GIS services within all departments;this contract runs through FY 2024. Bucknam utilizes the most current ESRI ArcGIS Pro, ArcGIS Online, ArcMap for the management of the City's 70+ GIS layers (i.e. traffic signalization, catch basin, manhole, sidewalk, pavement, sign and utility datasets; as well as within Bucknam's MyRoads® GIS web-portal app. Citywide Pavement Management Program-GIS City of Placentia (2021-2025) Mr. Chris Tanio, Director of Public Works-(714) 993-8132 401 E. Chapman Ave., Placentia, CA 92870 ctanio@placentia.org In 2024, Bucknam was contracted to perform a citywide pavement management inventory for the City of Placentia. This project consisted off a complete turn-key effort in "re-segmenting" the City's PMP network, validating previous PCI inspection data, performing an u tlm ir �. � 1l£ ASTM D6433 based survey, updating StreetSaver and GIS integration. ;; ; Irt "1 s Bucknam's corrected and validated all MPAH and Local Street h+ r segmentation, published and delivered a common-sense, realistic OCTA Measure M2 compliant report that demonstrated achievable F' o PMP applications / schedules. In working with Public Works staff a Bucknam was able to quickly and accurately implement a pavement .. :r management program that was well-received by staff. Additionally, 4-2 Pavement Management Program Update Services Relevant Project Experience/References our services included a complete evaluation of the City's PMP budget,short-term and long-term budgetary analysis (Actual, Maintain and Increase PCI budgets) and GIS services that linked the City's StreetSaver data to the City's GIS enterprise. Citywide Pavement Management Program-GIS City of Ontario (2001 thru 2030) Mr.Tricia Maruki, PE,Assistant City Engineer—(909)395-2188 303 East "B"Street,Ontario, CA 91764 tmaruki@ontarioca.gov Bucknam has been working with the City of Ontario and its PMP since 2001; this covers over fourteen phases of inspection (all MicroPAVER), reporting and GIS management. Our services cover annual pavement • inspections, CIP/maintenance budget analysis and reporting. Over the past twenty years our services have assisted the City in increasing their 4.,Y . overall weighted PCI from the low 60's to the high 70's. The City • includes almost 600+ miles of streets. Our Project Manager has worked with the City since 2001 and has worked with five different City project managers in regard to the PMP; this trust comes from our ="" adherence to project deliveries, cost management and proactive PMP ° "° goals. Bucknam utilizes the most current ESRI ArcGIS Pro, ArcGIS Online, ArcMap for the management of the City's pavement and utility datasets; as well as within Bucknam's MyRoads® GIS web- portal app. Bucknam is now under a five-year contract until FY 2030. Historical PMP tracking of an agency's conditions (PCI's) truly reflects how the PMP is being managed;shown below is the City of Ontario's historical PCI from 2004 to 2024. Bucknam has been working with Ontario since 1998 and has been an essential part of long-term success shown. Historical Ontario Weighted PCI Tracking(FY 2004-2024) 90.0 85.0 80.0 40.1 ,011.4• " f 75.0 70.0 " • • 65.0 60.0 1 1. 1,�e 1� S Y + �ti' �~` ,"� �.*S .s �,}wj�tib "rt,� Byrd 4A �yO � �yl 'T-- Citywidc{w/oAlleys) — --Citywidelw/Al ley d tArtcri. i/Colt et tor 4—Residential 4-3 Pavement Management Program Update Services EXHIBIT B FEE PROPOSAL • • 14 61147.02100\10974777.3 Updated March 2019 r ���'EXHIBIT B � Fee Proposal 'v ., '" Fee Proposal Task Items 1 through 3 can be accomplished on a time and materials, not-to-exceed basis in accordance with the standard hourly rate schedule attached. Our anticipated fee is projected to be $19,700 for the duration of the contract. We have included our fee schedule below for the City's consideration. Project Gel Senior Field lieu,iplion Pnn;n,.n! Anon Total by Task Manager Manager Technician Technoian(s) 1202S Base Fee $315/hr $225/hr $170/hr $160/hr $115/hr $100/hr Task 1 rProlect implementation Task 1.1 'Project Kickoff -- 1 1 $385 Task 1.2 'Project Status Meetings-Quality Control Pr gram 3 -__ S 4 $1,615 Task 2 191ent Satisfaction Task 2.1 (Project Deliverables 1 2 2 2 2_—___11_535 Task 3 'Scope of Work ------ Task 3.1 'Update Maintenance and Rehabilitation Activities 1 2 6 $1,255 Task 3.2 'Pavement Condition Surveys 'Arterial Lcol lector Survey(approx.21 miles) 2 2 4 34 $5,340 Task 3.3 Maintenance and Rehabilitation Assessment/Priorities 3 $675 — Task 3.4 Citmsvlde CIP(OCTA Compliance 6udeet Retorts __— 1 24 2 — 2 2—�-_ 1 — $6,Z05 Task 3.5 _PMP-GIS Mapping_ 2 _.— 4.__._._._.____...._—. 2---.__—_$1,360 Task 3.6 (San Juan Capistrano MyRoadsa PMP Web-Portal —.— Pro-bono Reimbursabies jmileagePNntin4 materials) l._____,___-- $850 All deliverables will becomepro. $rty of the City of San Juan Capistrano —__All Tasks are negotiable iTotal Hours per Staff 2 38 nil 12 50 9 12025 Total Base Fee I$ 630 $ 9,550 $ 1,700 $ 1,920 $ 5,750 $ 300 $19,709 lOptional Tasks Task 3.2a IAi SF Calculation of AC/PCC segmen jcltywide-72 miles)._ �_---I --$7,100 i "l ___ Additional senates outside of this Contract will be negotiated with the City where we willusethe Standard Hourly Rate Schedule shown here — *Notes I Assumptions: All All Tasks•Bucknam and inspectors are qualified through ASTM D64333/OCTA until FY 2026 All it is Bucknam's understanding that annaul StreetSaver license fees will be paid by the City outsite this contract Task 3.5 Bucknam will work with the City's IT/GIS staff to ensure all GIS data is published within StreetSaver and City's GIS Enterprise Should the City desire to increase the service level above the hours outlined above for the Task items 1 through 3 or require other services not described herein, a fee adjustment would be negotiated and mutually agreed upon by both parties. . .. _.. 5-1 Pavement Management Program Update Services Fee Proposal "T �P +t hoar. Standard Hourly Rate Schedule Category Rate Principal $315 Pavement Management Project Manager 225 Senior Project Manager 220 Management Analyst 185 Project Engineer/Planner 175 Sr. Engineer/GIS Manager/Sr. Inspector 170 Assistant Engineer/Sr.Technician/GIS Analyst 160 CADD Operator 120 Field/GIS Technician 115 Administrative Assistant 100 Clerical/Word Processing 100 Reimbursables Mileage $0.81/mile Subconsultant Services Cost+15% Reproduction Cost+15% Travel&Subsistence Cost+15% Fees& Permits Cost+15% Computer Services(External) Cost+15% Rates Effective 1/1/25 B U C K N A�, /j 3548 Seagate Way,Suite 230 :.� ��I� Oceanside,CA 92056 s e T:(760)216-6529 INFRASTRUCTURE GROUP,INC wynv.bucknam-inc.corn °isti: 5-2 Pavement Management Program Update Se: je *14\, i 7 DATE(MMIDD/YYYY) A�E 60 CERTIFICATE OF LIABILITY INSURANCE 9/16/2025 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: (AJ0.No.Eatl: (888)780-5381 FAX No): (866)828-2424 _ WT MIDWEST INC ADDRE W SS: Certificate@Hanover.com 233 S WACKER DR,SUITE 2000 INSURER(S)AFFORDING COVERAGE NAIC 0 CHICAGO IL 60606 INSURER A: Citizens Ins Co of America 31534 INSURED INSURER B: Hanover Insurance Co 22292 INSURER C: Hanover American Ins Co 36064 BUCKNAM INFRASTRUCTURE GROUP INC INSURER D: 3548 SEAGATE WAY STE 230 INSURER E: OCEANSIDE CA 92056 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITSLTR INSD MO POLICY NUMBER (MRVDDIYYYY) (MIJ/DDIYYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 2,000,000 DAAGE TO CLAIMS-MADE L4 OCCUR PREMISES(EaENTED occurrence) S 1,000,000 MED EXP(Any one person) S 10,000 A Y Y OBC A399956 11 09/16/2025 09/16/2026 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY ii JEC7 LOC PRODUCTS-COMP/OPAGG S 4,000,000 OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) $ A OWNED , SCHEDULED Y Y OBC A399956 11 09/16/2025 09/16/2026 BODILY INJURY(Per accident) S AUTOS ONLY AUTOS -- / HIRED / NON-OWNED PROPERTY DAMAGE $ V AUTOS ONLY V AUTOS ONLY (Per accident) ✓ UMBRELLA LIAB ✓ OCCUR EACH OCCURRENCE $ 6,000,000 A EXCESS LIAB CLAIMS-MADE Y Y OBC A399956 11 09/16/2025 09/16/2026 AGGREGATE $ 6,000,000 _, DED it RETENTION$ $ WORKERS COMPENSATION ✓ AND EMPLOYERS'LIABILITY STATUTE ER YIN 1,000,000 C OFF C R/MEMBEREXC UDEDT ECUTIVE N N I A N WZC A399946 11 09/16/2025 09/16/2026 E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Architects&Engineers Prof Lisb N N LHC H023717 06 09/16/2025 09/16/2026 Claims-Made:$2M Ea Claim/$2M Agg DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached It more space is required) City of Huntington Beach,its officers,elected or appointed officials,employees,agents and volunteers are Additional Insured on the General Liability and Auto Liability pursuant to the terms and conditions byform 391-1586.Waiver of Subrogation as provided byform 391-100 j�p� ii qf, q_ t'p e will bk provided to the Certificate Holder pursuant to endorseent:401-1235,331-0342 and 921-1507,Such notics solely for ih&pup.;ill liig t e'C r�te Heide.of the effective date of cancellation and does not grant,alter,or extend any rights or obligations under this policy. By: MICHAEL J.VIGLIOTTA CCCITY ATTORNEY CERTIFICATE HOLDER CANCELLATION OF HUNTINGTON iicACFI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF HUNTINGTON BEACH ACCORDANCE WITH THE POLICY PROVISIONS. ATTN:JOE FUENTES, C/0 PUBLIC WORKS DEPT AUTHORIZED REPRESENTATIVE 2000 MAIN STREET . CI `) HUNTINGTON BEACH CA 92648 ,' chit .( " r') I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD , , 4nit Hanover Insurance Group-P i 08CA399956 1309570 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY SUPPLEMENTARY ENDORSEMENT This endorsement modifies Insurance provided under the following: BUSINESSOWNERS COVERAGE FORM A. Additional Insured by Contract,Agreement or injury and advertising inJury". Permit (2) To any person or organization included The followingIs added to SECTION II - as an insured by another endorsement issued by us and made part of this LIABILITY, C.Who is An Insured: Coverage Part. Additional Insured byContract,Agreement or 9 (3) To any lessor of equipment: Permit a. Any person or organization with whom you (a) After the equipment lease expires; or agreed In a written contract, written , agreement or permit that such person or (b) if the "bodily injury", "property organization to add as an additional insured damage", or "personal and on your policy is an additional insured only advertising injury" arises out of sole with respect to liability for "bodily injury", negligence of the lessor "property damage", or "personal and (4) To any: advertising injury" caused, in whole or in part, by your acts or omissions, or the acts (a) Owners or other Interests from or omissions of those acting on your behalf, whom land has been leased If the but only with respect to: "occurrence" or offense takes place or the offense is committed after (1) "Your work"for the additional insured(s) the lease for the land expires; or designated in the contract, agreement (b) Managers or lessors of premises if: or permit including "bodily injury" or "property damage" included in the (I) The"occurrence"takes place or "products-completed operations hazard" the offense is committed after only if this Coverage Part provides such you cease to be a tenant in that coverage. premises; or (2) Premises you own,rent, lease or occupy; (ii) The "bodily injury", "property or damage", "personal injury" or (3) Your maintenance, operation or use of "advertising injury" arises out of equipment leased to you. structural alterations, new construction or demolition b. The insurance afforded to such additional operations performed by or on insured described above: behalf of the manager or lessor. (1) Only applies to the extent permitted by (5) To "bodily injury","property damage"or law; and "personal and advertising injury"arising (2) Will not be broader than the insurance out of the rendering of or the failure to which you are required by thecontract, render-any-professional-services, agreement or permit to provide for such This exclusion applies even if the claims additional Insured. against any insured allege negligence (3) Appiies on a primary basis if that Is or other wrongdoing In the supervision, required bythe written contract, written hiring, employment, training or agreement or permit monitoring of others by that insured, if the "occurrence" which caused the (4) Will not be broader than coverage "bodily Injury" or "property damage" or provided to any other insured. the offense which caused the"personal (5) Does not apply If the "bodily injury", and advertising injury" involved the "propertydamage" or "personal and rendering of or failure to render any advertising injury" is otherwise professional services by or for you. excluded from coverage under this d. With respect to the insurance afforded to Coverage Part, including any these additional Insureds, the following is endorsements thereto. added to SECTION II-LIABILITY, D. Liability c. This provision does not apply: and Medical Expense Limits of insurance: (1) Unless the written contract or written The most we will pay on behalf of the agreement was executed or permit was additional insured for a covered claim is the Issued prior to the "bodily Injury", lesser of the amount of insurance: "property damage", or "personal 010876 391-1586 08 16 Includes copyrighted material of insurance Services Offices,Inc.,with Its permission. Page 1 of 2 0101 010128 1. Required by the contract, agreement or added to SECTION II-LIABILITY, F. Liability permit described in Paragraph a.; or And Medical Expenses Definitions: 2. Available under the applicable Limits of 1. "Your project" means: Insurance shown In the Declarations. a. Any premises, site or "location" at, This endorsement shall not Increase the on, or in which "your work" Is applicable Limits of Insurance shown In the not yet completed; and Declarations b. Does not include any"location"listed B. Aggregate Limits of Insurance per Project or per in the Declarations. Location 2. "Location"means premises Involving the The following changes are made to SECTION II - same or connecting lots, or premises LIABILITY: whose connection is Interrupted only by 1. The following is added to SECTION II - a street, roadway, waterway or right-of-way of a railroad. LIABILITY, D. Liability and Medical Expenses Limits of Insurance, paragraph 4: The Aggregate Limits of Insurance apply separately to each of"your projects"or each "location" listed in the Declarations. 2. For the purpose of coverage provided by this endorsement only, the following Is ALL OTHER TERMS, CONDITIONS, AND EXCLUSIONS REMAIN UNCHANGED. 391-1586 08 16 Includes copyrighted material of Insurance Services Offices,inc.,with Its permission. Page 2 of 2 1,688 insured's rights against all those other premium In accordance with our rates and insurers. rules then in effect. c. When this insurance Is excess over other 3. With our consent, you may continue this insurance, we will pay only our share of policy in force by paying a continuation the amount of the loss, If any, that premium for each successive one-year exceeds the sum of: period. The premium must be: (1) The total amount that all such other a. Paid to us prior to the anniversary insurance would pay for the loss in date; and the absence of this insurance; and b. Determined in accordance with (2) The total of all deductible and paragraph 2. above. self-insured amounts under all that Our forms then In effect will apply. If you other insurance. do not pay the continuation premium, this d. We will share the remaining loss, If any, policy will expire on the first anniversary with any other insurance that Is not date that we have not received the described in this provision and was not premium. bought specifically to apply in excess of 4. Undeclared exposures or change in your the Limits of Insurance shown in the business operation, acquisition or use of Declarations for this Coverage, locations may occur during the policy e. Method of Sharing period that Is not shown in the If all of the other insurance permits Declarations. If so, we may require an contribution by equal shares, we will additional premium. That premium will be follow this method also. Under this determined in accordance with our rates approach each insurer contributes equal and rules then in effect. amounts until it has paid its applicable J. Premium Audit Limit of Insurance or none of the loss 1. This policy is subject to audit If a premium remains,whichever comes first. designated as an advance premium is If any of the other insurance does not shown in the Declarations. We will permit contribution by equal shares, we compute the final premium due when we will contribute by limits. Under this determine your actual exposures. method, each insurer's share is based on 2. Premium shown in this policy as advance the ratio of its applicable Limit of premium is a deposit premium only.At the Insurance to the total applicable limps of close of each audit period, we will insurance of all insurers. compute the earned premium for that f. When this Insurance is excess, we will period and send notice to the first Named have no duty under Business Liability Insured. The due date for audit premiums Coverage to defend any claim or "suit" is the date shown as the due date on the that any other insurer has a duty to bill. If the sum of the advance and audit defend. If no other insurer defends, we premiums paid for the policy period Is will undertake to do so; but we will be greater than the earned premium, we will entitled to the insured's rights against all return the excess to the first Named those other insurers. Insured. I. Premiums 3. The first Named Insured must keep 1. The first Named Insured shown in the records of the information we need for Declarations: premium computation and send us copies at such times as we may request. a. Is responsible for the payment of all premiums; and K. Transfer of Rights of Recovery Against Others to Us b. Will be the payee for any return premiums we pay. 1. Applicable to SECTION I - PROPERTY 2. The premium shown in the Declarations was Coverage: computed based on rates in effect at the time If any person or organization to or for the policy was issued. On each renewal, whom we make payment under this policy continuation or anniversary of the effective has rights to recover damages from date of this policy, we will compute the another, those rights are transferred to us to the extent of our payment. That person or organization must do everything necessary to secure our rights and must do nothing after loss to impair them. But you may waive your rights against another party in writing: 391-1003 08 16 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 80 of 81 1,606 me Hanover Insurance Group. OBCA399956 1309570 a. Prior to a loss to your Covered We waive any right of recovery we may Property. have against any person or b. After a loss to your Covered Property organization with whom you have a only if, at time of loss, that party Is written contract, permit or agreement one of the following: to waive any rights of recovery against (1) Someone insured by this such person or organization because of Insurance; payments we make for injury or damage arising out of your ongoing (2) A business firm: operations or"your work" done under a (a) Owned or controlled by you; contract with that person or organization and included. In the or "products-completed operations (b) That owns or controls you; or hazard". (3) Your tenant. This condition does not apply to You may also accept the usual bills of Medical Expenses Coverage. lading or shipping receipts limiting the L. Transfer of Your Rights and Duties Under liability of carriers. This Policy This will not restrict your insurance. Your rights and duties under this policy 2. Applicable to SECTION II - LIABILITY may not be transferred without our written Coverage: consent except In the case of death of an to recover all or individual Named Insured. If you die, your If the insured has rights rights and duties will be transferred to your part of any payment we have made legal representative. but only while that under this Coverage Part, those rights legal representative is acting within the are transferred to us. The Insured must scope of their duties as your legal do nothing after loss to impair such representative. Until your legal rights. At our request, the insured will representative is appointed, anyone with bring "suit" or transfer those rights to us proper temporary custody of your property and help us enforce them. will have your rights and duties but only with respect to that property. LI 391-1003 08 16 Includes copyrighted material of Insurance Services Office,inc.,with Its permission. Page 81 of 81 010834 0059 of 0128 4Hanover Insurance Group_ OBCA399956 1309570 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED ENTITY(S) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE PART HANOVER COMMERCIAL FOLLOW FORM EXCESS AND UMBRELLA POLICY COMMERCIAL PROPERTY COVERAGE PART BUSINESS AUTO COVERAGE FORM BUSINESSOWNERS COVERAGE FORM SCHEDULE Name of Designated Entity Mailing Address or Email Address Number Days Notice CITY OF HUNTINGTON BEACH ITS OFFICERS, ELECTED OR APPOINTED 30 OFFICIALS, AGENTS AND VOLUNTEERS 2000 MAIN STREET HUNTINGTON BEACH CA 92648 (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) if we cancel this policy for any reason other than nonpayment of premium, we will give written notice of such cancellation to the Designated Entity(s) shown In the Schedule. Such notice may be delivered or sent by any means of our choosing. The notice to the Designated Entity(s) will state the effective date of cancellation. Unless otherwise noted in the Schedule above, such notice will be provided to the Designated Entity(s) no more than the number of days In advance of the effective date of cancellation that we are required to provide to the Named Insured for such cancellation. Such notice of cancellation Is solely for the purpose of informing the Designated Entity(s) of the effective date of cancellation and does not grant, alter, or extend any rights or obligations under this policy. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. 401-1235 1214 Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. Page 1 of 1 010846 0071 of 0128 Hanover Insurance Group_ WZCA399946 1309570 NOTICE OF CANCELLATION TO DESIGNATED ENTITY(S) This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY SCHEDULE Name of Designated Entity Mailing Address or Email Address Number Days Notice CITY OF HUNTIGTON BEACH ATTN:TODD BROUSSARD 30 CIO PUBLIC WORKS DEPT 2000 MAIN STREET HUNTINGTON BEACH, CA, 92648 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. If we cancel this policy for any reason other than nonpayment of premium, we will give written notice of such cancellation to the Designated Entity(s) shown in the Schedule. Such notice may be delivered or sent by any means of our choosing. The notice to the Designated Entity(s) will state the effective date of cancel- lation. Unless otherwise noted in the Schedule above, such notice will be provided to the Designated Entity(s) no more than the number of days in advance of the effective date of cancellation that we are required to pro- vide to the Named Insured for such cancellation. Such notice of cancellation is solely for the purpose of informing the Designated Entity(s) of the effective date of cancellation and does not grant, alter, or extend any rights or obligations under this policy. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. This endorsement changes the policy to which it Is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WZC-A399946-11 Endorsement No. Insured Premium Insurance Company THE HANOVER AMERICAN INSURANCE COMPANY Countersigned By 331-0342 (09 11) Includes copyrighted materials from•ISO, Inc. 2003 Page 1 of 1 002213 Hanover Insurance Group- Endorsement Coverage: Architects and Engineers Liability Endorsement Number: 15 Issued To: BUCKNAM INFRASTRUCTURE GROUP INC Policy Number: LHC-H023717-06 Issued By:The Hanover Insurance Company Effective Date: 09/16/2025 NOTICE OF CANCELLATION OR NON-RENEWAL TO DESIGNATED ENTITY In consideration of the premium charged it is agreed that: If We cancel or non-renew this Policy, We will provide 30 days,except 10 days for non-payment of premium, written notice of such termination or cancellation to the following: CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPT 2000 MAIN ST HUNTINGTON BEACH, CA 92648 Nothing herein contained shall be held to vary, alter,waive or extend any of the terms,conditions,agreements or limitations of the Policy other than as above stated. In the event cancellation or non-renewal is initiated by the Named Insured, We have no duty to provide such notice. All other terms and conditions remain unchanged. The title and any headings in this endorsement are solely for convenience and form no part of the terms and conditions of coverage. 921 1507 01/18 Page 1 of 1 t AcL.,-) K v CERTIFICATE OF LIABILITY INSURANCE iI 12/16/2025 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: PHONE FAX 828-2424 (A/C.No.Ext): (888)780-5381 (A/C,No): (866) TW MIDWEST INC ADDARE W SS: Certificate@Hanover.com 233 S WACKER DR,SUITE 2000 INSURER(S)AFFORDING COVERAGE NAIC# CHICAGO IL 60606 . INSURER A: Citizens Ins Co of America 31534 INSURED INSURER B: Hanover Insurance Co 22292 BUCKNAM INFRASTRUCTURE GROUP • INSURER C: Hanover American Ins Co 36064 INC INSURER D: 3548 SEAGATE WAY SUITE 230 INSURER E: OCEANSIDE CA 92056 INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) ✓ COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 DAMAGE CLAIMS-MADE 1i OCCUR PREM SESO(Ea occu RENTED $ 1,000,000 MED EXP(Any one person) $ 10,000 A N N OBC A399956 11 09/16/2025 09/16/2026 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE. $ 4,000,000 PRO- POLICY PRO-JECT LOC PRODUCTS-COMP/OPAGG $ 4,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 {Ea accident) ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED N N OBC A399956 11 09/16/2025 09/16/2026 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS ✓ AUTOS ONLY ✓ AUTO NON-OWNESONLD PROPERTY DAMAGE (Per accident) $ Y $ ✓ UMBRELLA LIAB I OCCUR EACH OCCURRENCE $ 6,000,000 A EXCESS LIAB CLAIMS-MADE N N OBC A399956 11 09/16/2025 09/16/2026 AGGREGATE $ 6,000,000 DED ii RETENTION$ $ WORKERS COMPENSATION / MUTE EMPLOYERS'LIABILITY V STATUTE ER YIN 1,000,000 C OFF CER/MEMB REXC UDED?ECUTIVE N N/A N WZC A399946 11 09/16/2025 09/16/2026 E.L.EACH ACCIDENT $ (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Architects&Engineers Prof Liab N N LHC H023717 06 09/16/2025 09/16/2026 Claims-Made:$2M Each Claim/$2M Agg 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Contractual Liability will be provided to the extent provided by form 391-1003(pg 62 of 81). CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF HUNTINGTON BEACH ATTN:DIRECTOR OF PUBLIC WORKS AUTHORIZED REPRESENTATIVE---��J 2000 MAIN STREET631A-Mg -A7 „� HUNTINGTON BEACH CA 92648 � 1.1G I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD r • - .1 (2) On ways next to premises you execution of the contract or own or rent; or agreement. Solely for the purposes of liability assumed in (3) Because of your operations; an "insured contract", reasonable provided that: attorney fees and necessary (a) The accident takes place in litigation expenses incurred by or the territory" and for a party other than an insured "coveragey are deemed to be damages during the policy period; because of "bodily injury" or (b) The expenses are incurred "property damage", provided: and reported to us within one (a) Liability to such party for, or year of the date of the for the cost of, that party's accident; and defense has also been (c) The injured person submits to assumed in the same examination, at our expense, "insured contract"; and by physicians of our choice as (b) Such attorney fees and often as we reasonably litigation expenses are for require. defense of that party against b. We will make these payments a civil or alternative dispute regardless of fault. These payments resolution proceeding in will not exceed the applicable Limits which damages to which this of Insurance as described in D. insurance applies are Liability and Medical Expenses Limits alleged. of Insurance. c. Liquor Liability c. We will pay reasonable expenses for: "Bodily injury" or "property damage" (1) First aid administered at the time for which any insured may be held of an accident; liable by reason of: (2) Necessary medical, surgical, x-ray (1) Causing or contributing to the and dental services, including intoxication of any person; prosthetic devices; and (2) The furnishing of alcoholic (3) Necessary ambulance, hospital, beverages to a person under the professional nursing and funeral legal drinking age or under the services. influence of alcohol; or B. Exclusions (3) Any statute, ordinance or 1. Applicable To Business Liability Coverage regulation relating to the sale, gift, distribution or use of This insurance does not apply to: alcoholic beverages. a. Expected or Intended Injury This exclusion applies even if the "Bodily injury" or "property damage" claims against any insured allege expected or intended from the negligence or other wrongdoing in: standpoint of the insured. This (4) The supervision, hiring, exclusion does not apply to "bodily employment, training or injury" resulting from the use of monitoring of others by that reasonable force to protect persons or insured; or property. (5) Providing or failing to provide b. Contractual Liability transportation with respect to any "Bodily injury" or "property damage" person that may be under the for which the insured is obligated to influence of alcohol; pay damages by reason of the if the "occurrence" which caused the assumption of liability in a contract or "bodily injury" or "property damage", agreement. This exclusion does not involved that which is described in apply to liability for damages: paragraphs (1), (2) or (3) above. (1) That the insured would have in the However, this exclusion applies only absence of the contract or if you are in the business of agreement; or manufacturing, distributing, selling, (2) Assumed in a contract or serving or furnishing alcoholic agreement that is an "insured beverages. contract", provided the "bodily For the purpose of this exclusion, injury" or "property damage" permitting a person to bring occurs subsequent to the alcoholic beverages on your premises for consumption on your premises, whether or 391-1003 08 16 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 62 of 81