Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Kabbara Engineering - 2025-07-01
GTp 2000 Main Street, .. � �..,,r,.�m Huntington Beach,CA � _ Cityof Huntington Beach 92648 •9-, ;. g APPROVED 7-0 Pour:Ty zOfr, File #: 25-396 MEETING DATE: 7/1/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: Joseph Fuentes, Principal Civil Engineer Subject: Approve and authorize execution of Professional Services Contracts for On-Call General Civil Engineering and Professional Consulting Services with Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering., Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Glenn A. Rick Engineering Company; SA Associates; Stantec Consulting Services Inc.; TAIT & Associates, Inc.; and Tetra Tech Statement of Issue: The Public Works Department requires professional general civil engineering consulting services on an on-call or as-needed basis to support staff in the planning, design, inspection, and testing of local, state, and federally funded capital improvement projects, most of which are identified in the annual Capital Improvement Program (CIP). As such, Public Works advertised a Request for Qualifications (RFQ) for these services and recommends awarding on-call general engineering consulting services contracts. Financial Impact: Funding for the use of these contracts is included in the Public Works budget, including the Capital Improvement Program (CIP). Each approved CIP project includes a budget that allocates sufficient funds for design, environmental compliance, engineering, construction, project management, and other necessary costs. No funds will be expended under these contracts unless approved as part of the City's annual budget. The recommended actions do not require any additional funding. Recommended Action: ''' A) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Anchor QEA, Inc. for On-Call Civil Engineering City of Huntington Beach Page 1 of 6 Printed on 6/25/2025 powered by LegistarT" 94 File #: 25-396 MEETING DATE: 7/1/2025 and Professional Consulting Services"; and B) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Ardurra Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and C) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and AZTEC Engineering Group, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and D) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Huntington Beach and Bowman Contract between the City of Hu ConsultingGroup Ltd for On-Call Civil Engineering and Professional Consulting Services"; and E) Approve and authorize the Mayor and CityClerk to execute $2,000,000 "Professional Services PP Y Contract between the City of Huntington Beach and Cannon Corporation for On-Call Civil Engineering and Professional Consulting Services"; and �c F) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and CWE for On-Call Civil Engineering and Professional Consulting Services"; and * G) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and EEC Environmental for On-Call Civil Engineering and Professional Consulting Services"; and * H) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and GHD, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and At I) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and H. W. Lochner for On-Call Civil Engineering and Professional Consulting Services"; and * J) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Harris & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and Mayor and CityClerk to execute $2 000 000 "Professional Services * K) Approve and authorize the , Contract between the City of Huntington Beach and HDR Engineering, Inc. for On-Call Civil City of Huntington Beach Page 2 of 6 Printed on 6/25/2025 powered by LegistarT' 95 File #: 25-396 MEETING DATE: 7/1/2025 Engineering and Professional Consulting Services"; and L) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and HR Green Pacific, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and * M) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Huitt-Zollars, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and N) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kabbara Engineering for On-Call Civil Engineering and Professional Consulting Services"; and * 0) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Kreuzer Consulting Group for On-Call Civil Engineering and Professional Consulting Services"; and P) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael Baker International, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and Ole Q) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Michael K. Nunley & Associates, Inc. for On- Call Civil Engineering and Professional Consulting Services"; and R) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Moffatt & Nichol for On-Call Civil Engineering and Professional Consulting Services"; and • S)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Onward Engineering for On-Call Civil Engineering and Professional Consulting Services"; and • T) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Pacific Advanced Civil Engineering, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and • U) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Proactive Engineering Consultants, Inc. for City of Huntington Beach Page 3 of 6 Printed on 6/25/2025 powered by LegistarT" 96 File #: 25-396 MEETING DATE: 7/1/2025 On-Call Civil Engineering and Professional Consulting Services"; and * V) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Psomas for On-Call Civil Engineering and Professional Consulting Services"; and * W) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Glenn A. Rick Engineering Company for On- Call Civil Engineering and Professional Consulting Services"; and 4. X) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and SA Associates for On-Call Civil Engineering and Professional Consulting Services"; and Y) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Stantec Consulting Services Inc. for On-Call Civil Engineering and Professional Consulting Services"; and Z) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and TAIT & Associates, Inc. for On-Call Civil Engineering and Professional Consulting Services"; and AA)Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Tetra Tech for On-Call Civil Engineering and Professional Consulting Services". Alternative Action(s): Do not authorize the contracts and direct staff accordingly. Will need to seek design support and engineering services may be on hold or decrease until new contracts are approved. Analysis: On-call services refer to professional services provided on an as-needed basis. The City establishes contracts with pre-qualified firms, enabling staff to quickly assign work when specific projects or increased workload demands arise. These contracts do not guarantee a minimum amount of work and are activated only through individual task orders. This approach offers both flexibility and cost efficiency, allowing the City to meet service needs without adding permanent staff. Each year, the City undertakes a Capital Improvement Program (CIP) involving various infrastructure projects that require engineering support. Given that numerous projects demand design work or specialized studies beyond the scope of internal City staff, engaging external expertise is crucial. This need extends to preparing grant applications, conducting environmental monitoring, performing inspections and testing, and ensuring compliance with federal and state regulations, all of which City of Huntington Beach Page 4 of 6 Printed on 6/25/2025 powered by LegistarT"' 97 File #: 25-396 MEETING DATE: 7/1/2025 represent responsibilities exceeding current staff capacity. Procurement Process: To proactively address this anticipated workload, the City issued a Request for Qualifications (RFQ) on February 4, 2025, inviting firms to provide On-Call General Engineering and Professional Consulting Services. The RFQ covered a range of civil engineering disciplines, including bridge, environmental, ocean, storm drain, sewer, street, and water engineering. The submission of proposals followed the procedures outlined in Chapter 3.03 of the Huntington Beach Municipal Code (HBMC), which governs the selection of professional service providers. A total of thirty-seven (37) proposals were submitted in response to the RFQ. In compliance with the federal Brooks Act, California Senate Bill 419, and the HBMC, the Public Works Department convened a three-member evaluation panel. This panel, comprised of two representatives from Public Works and one from the Fire Department (Inspection Services), was responsible for reviewing and ranking the proposals based on the qualifications submitted. The Public Works Department consistently receives high-quality proposals for this and similar Requests for Qualifications (RFQs), resulting in a highly competitive selection process. In recent years, the Department has contracted with multiple firms specializing in civil engineering and currently maintains active agreements with twenty-seven (27) firms to deliver these essential services.. Following the review process, City staff recommend awarding on-call contracts to twenty-seven (27) firms that received the highest evaluation scores. These firms include: Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc.; TAIT & Associates, Inc.; and Tetra Tech, Inc. Funding for these services will come from Public Works project and program budgets. The on-call contracts will only be utilized when project demands exceed available City staff resources. Each contract will be set at a not-to-exceed amount for a three-year term, with no guaranteed work. All expenditures under these contracts require City Council approval through the regular budget process. Environmental Status: Not applicable. Strategic Plan Goal: Non Applicable - Administrative Item Attachment(s): 1. Anchor QEA Professional Services Contract City of Huntington Beach Page 5 of 6 Printed on 6/25/2025 powered by LegistarT'^ 98 File #: 25-396 MEETING DATE: 7/1/2025 2. Ardurra Group, Inc. Professional Services Contract 3. AZTEC Engineering Group, Inc. Professional Services Contract 4. Bowman Consulting Group Ltd. Professional Services Contract 5. Cannon Corporation Professional Services Contract 6. CWE Professional Services Contract 7. EEC Environmental Professional Services Contract 8. GHD, Inc. Professional Services Contract 9. H. W. Lochner Professional Services Contract 10.Harris & Associates, Inc. Professional Services Contract 11.HDR Engineering, Inc. Professional Services Contract 12.HR Green Pacific, Inc. Professional Services Contract 13.Huitt-Zollars, Inc. Professional Services Contract 14.Kabbara Engineering Professional Services Contract 15.Kreuzer Consulting Group Professional Services Contract 16.Michael Baker International, Inc. Professional Services Contract 17.Michael K. Nunley and Associates, Inc. Professional Services Contract 18.Moffatt & Nichol Professional Services Contract 19.Onward Engineering Professional Services Contract 20.Pacific Advanced Civil Engineering, Inc. Professional Services Contract 21.Proactive Engineering Consultants, Inc. Professional Services Contract 22.Psomas Professional Services Contract 23.Rick Engineering Company Professional Services Contract 24.SA Associates Professional Services Contract 25.Stantec Consulting Services Inc. Professional Services Contract 26.TAIT & Associates, Inc. Professional Services Contract 27.Tetra Tech Professional Services Contract 28. PowerPoint Presentation City of Huntington Beach Page 6 of 6 Printed on 6/25/2025 powered by Legistar"' 99 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND KABBARA ENGINEERING FOR ON-CALL CIVIL ENGINEERING & PROFESSIONAL CONSULTING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and KABARRA ENGINEERING, hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide On-Call Civil erin Professional Consulting and Engineering $z o Services; 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 Leah Kabbara 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. 25-16466/378914 1 of 11 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on du Lj , 202.5 (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 three (3) years from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed Two Million Dollars ($2,000,000.00). 5. EXTRA WORK In the event CITY requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," CONSULTANT will undertake such work only after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 6. METHOD OF PAYMENT CONSULTANT shall be paid pursuant to the terms of Exhibit "B." 25-16466/378914 2 of 11 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. 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: 25-16466/378914 3 of 11 "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. 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 25-16466/378914 4 of 11 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 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 25-16466/378914 5 of 11 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. 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 25-16466/378914 6 of 11 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. 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: 25-16466/378914 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach Kabbara Engineering ATTN: Director of Public Works Attn: Leah Kabbara 2000 Main Street 601 N. Parkcenter Drive, Suite 205 Huntington Beach, CA 92648 Santa Ana, CA 92705 17. CONSENT When CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transaction or event. 18. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 19. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 20. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the 25-16466/378914 8 of 11 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 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. 25-16466/378914 9 of 11 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. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 26. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 27. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 28. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this 25-16466/378914 10 of 11 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. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, KABBARA ENGINEERING CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California od By: 41ayor h bbara, Principal Engineer iete4te, print name 0411 ITS: (circle one)Chairman/PresidentNice President City Clerk �/71. 7 AND INITIATED AN APP By: print name Director of Public Works ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: �..�City Attorney t4#4'' 25-16466/378914 11 of 11 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide On-Call Civil Engineering and Professional Consulting Services. If Consultant chooses to assign different personnel to the project, Consultant must submit names and qualifications of these staff to City for approval before commencing work. B. CONSULTANT'S DUTIES AND RESPONSIBILITIES: See Attached Exhibit A C. CITY'S DUTIES AND RESPONSIBILITIES: 1. Furnish Scope of Work and provide a request for proposal for each project. 2. City shall issue a task order for each project based upon scope of services, work schedule, and fee proposal submitted. D. WORK PROGRAM/PROJECT SCHEDULE: A project schedule will be developed for each project assigned by the City. EXHIBIT A EXHIBIT A Disciplines of Civil Engineering Services Application Form *Circle all that apply* Civil Engineering Service Area Bidding? YIN (circle) • Water/Sewer/Storm Water Engineering / No • General Civil Engineering / No • Ocean Engineering Yes / Na • Environmental/Water Quality Yes / No REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: [l NEW ❑ CURRENT VENDOR Legal Contractual Name of Corporation: KABBARA ENGINEERING Contact Person for Agreement: LEAH KABBARA, PE, QSD, PRINCIPAL ENGINEER Corporate Mailing Address: P.O. BOX 7273 City, State and Zip Code: ORANGE, CA 92863-7273 E-Mail Address: Ieah@kabbara.net Phone: (714) 744-9400 Fax: Contact Person for Proposals: LEAH KABBARA Title:PRINCIPAL ENGINEER E-Mail Address: Ieah@kabbara.net Business Telephone: (714) 744-9400 Business Fax: Year Business was Established: I q90 Is your business: (check one) ❑ NON PROFIT CORPORATION 0 FOR PROFIT CORPORATION Is your business: (check one) D CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP ❑ INDIVIDUAL 0 SOLE PROPRIETORSHIP 0 PARTNERSHIP 0 UNINCORPORATED ASSOCIATION Names & Titles of Corporate Board Members (Also list Names &Titles of persons with written authorization/resolution to sign contracts) Names Title Phone LEAH KABBARA PRINCIPAL ENGINEER (714) 744-9400 Federal Tax Identification Number: 33-0716651 City of Huntington Beach Business License Number: (If none, you must obtain a Huntington Beach Business License upon award of contract.) City of Huntington Beach Business License Expiration Date: 2 of 2 KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach L NG I A LL p I AV & Water/Sewer/Storm Drain Engineering B. BACKGROUND&PROJECT SUMMARY Background Kabbara Engineering is a full-service Civil Engineering and Land Surveying company, licensed in the State of California, with extensive experience in the Design, Management and Construction of municipal infrastructure projects. Kabbara Engineering's professional background includes 35+years of experience providing the same and similar On-Call Professional Civil Engineering and Land Surveying Consulting Services for General & Water/Sewer/Storm Drain Engineering specialties, as requested in the City of Huntington Beach's RFP for the same dated February 4, 2025. Kabbara Engineering's area of strength includes professional civil engineering design, management and construction engineering support services for various capital improvement projects, including preparation of improvement plans, specifications and estimates (PS&E) of various federal, state and locallyfunded street,pavement suitable for bidding and construction0 rehabilitation, streetscape/complete streets, traffic, parking lot,transit/multi-modal, domestic and recycled water, sewer, storm drain, water quality, and other municipal projects. Kabbara Engineering's expertise also includes providing professional land surveying&mapping services, and plan check and value engineering review services to various local agencies,when requested by staff for various development and CIP projects. We have also performed public outreach and presented various projects to City Council and various committees and community groups, as required by staff as a part of our preliminary design development process. Kabbara Engineering is strictly dedicated to serving public agencies since 1990, and has successfully completed hundreds of local, state and federally funded street, pavement rehabilitation, parking lot, streetscape/complete streets,traffic, transportation,transit/multi- modal, water, sewer, storm drain, parks, public building and other design and rehabilitation projects for other local public agencies in Orange, Los Angeles, San Bernardino and Riverside Counties. Kabbara Engineering also currently serves as District Engineer since 2017 for the Pico Water District. Kabbara Engineering has provided similar On-Call Professional Civil Engineering Services to numerous agencies throughout Southern California in recent years, including contracts with the City of Costa Mesa, City of Laguna Beach, City of Brea, City of Orange, City of Pomona, City of Yorba Linda, City of La Mirada, City of Glendora, City of Burbank, City of Downey, City of Hermosa Beach, City of Irvine, City of Santa Monica, City of Anaheim Public Utilities Department and the Pico Water District. 2 fr ` KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING General Civil & Water/Sewer/Storm Drain Engineering Project Summary We understand that the scope of this On-Call Services contract for General Civil Engineering with Land Surveying services, and Water/Sewer/Storm Drain Engineering services, is to act as an extension of City staff and to assist the City with professional civil engineering design, management and construction engineering support services for the implementation of the City's capital improvement projects. The City's capital improvement program consists of various public infrastructure projects, including street rehabilitation (resurfacing and reconstruction), roadway, alley and parking lot pavement design, repair and reconstruction of miscellaneous PCC (concrete) improvements including sidewalks, curbs & gutters, curb ramps (for ADA compliance), cross gutters and other improvements, streetscape and complete streets projects, bicycle facilities, park and trail improvements, domestic and recycled water main improvements, sewer and storm drain improvements, including hydrology & hydraulic analysis, field design and aerial topographic surveys including horizontal and vertical control per OCBM and record monuments,mapping, legal descriptions and exhibits, monumentation, construction staking and various other municipal infrastructure improvements. C. METHODOLOGY SECTION Our project methodology for General Civil Engineering and Water/Sewer/Storm Drain Engineering Services and proven work plan is based on a pro-active and systematic project management approach. We firmly believe in "doing it right the first time". Consequently, we realize that when pursuing project success, it is critical to thoroughly define the project requirements before the work is started. The project requirements must be mutually agreed on between the client and the engineering team. The requirements and expectations must also be clearly communicated and understood at all staff levels. Our implementation plan and management philosophy includes the following: • Planning & Data Collection: The KE Team attempts to understand the details of the project during the scoping stage, so that we can avoid surprises during the PIChn,10.11, design phase of the project. As a Planning 1,Data Collet non part of due diligence, we will typically review available existing 40 information (geotechnical, H€ Yt hi alignments, studies, etc.), conduct KF,Fa„ field reviews, and ask questions of staff to ascertain the purpose of the project, identify potential stumbling blocks, determine all of the stakeholders and identify budgetary Schedule &P blic deadlines and constraints. Control 3 KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach N(7 I N l IZ I NC7 General Civil &Water/Sewer/Storm Drain Engineering • The Right People for the Project: The KE Team has extensive, relevant experience in performing design, management and construction support activities for various agencies in Orange, Los Angeles, Riverside and San Bernardino Counties. Our team will hit the ground running, delivering the project as scheduled by the City of Huntington Beach. • Communication: Our Team has an excellent track record of communication with clients and stakeholders as part of each project. • Schedule Control: We have project management tools that forecast staff requirements and labor allocations to meet the City's needs. • Quality Assurance: A key component to any project is a Quality Assurance program that will be implemented and ongoing throughout the project design and implementation. The initial effort will be to establish the City's preferences for plan check review,tracking plan review corrections formats and communications protocol. Out project manager will be responsible for overall Quality Assurance and will ensure that all project plan reviews are being handled in accordance with City requirements. Quality control starts with understanding the project as discussed above. Key Issues Based on our experience with similar engineering projects, we have identified the following typical key issues: • Cost Saving Recommendations. The KE Team has established a reputation for developing innovative; cost saving, engineering design solutions for various infrastructure projects throughout Southern California. • Attention to Details. Paying attention to the details is critical to the success of any project. The experience of the KE Team, combined with our proven Quality Assurance procedures, help to assure the City of Huntington Beach,that cost-effective solutions are developed and that the details of the project design are being closely scrutinized and double-checked. Specific details that are typically involved include the following: • Utility coordination and potholing as needed • ADA-compliance • Private property joins on a case-by-case basis where applicable • Cost-saving ideas, for both design and construction • Adherence to project deadlines, including specific dates dictated by project funding. Pavement Recycling The KE team is current with recent developments in pavement recycling that are being utilized in the industry including CIPR(cold-in-place recycling), FDR(full depth recycling), diamond grinding concrete pavement, and utilizing existing aggregate base and only reconstructing the AC pavement. Realistic Cost Estimates One of the elements of a project that KE Team pays special attention to is the preparation of realistic construction estimates. Our estimates are based on contractor bids for similar recent 4 KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING General Civil & Water/Sewer/Storm Drain Engineering construction projects supplemented by direct discussion with KE Team's construction personnel and contractors. Additionally, we use appropriate contingency factors to allow for unknowns that are not overly inflated, and allow the City flexibility within the contract to successfully manage the construction. Constructability/Bid Items By utilizing our construction personnel during design, paying attention to the details by carefully reviewing our quantities and bid items, and correlating construction notes directly to the associated bid items on the plans, the KE Team can ensure successful construction of the project. Utilities Identifying all existing utilities within the project area and the need to carefully protect utilities- in-place and/or relocate utilities is imperative in order to avoid costly change orders and delays during construction. Utility interferences and subsequent relocations are a part of every project and they must be identified early and accurately in the design process. It is essential to maintain coordination with all of the pertinent utilities throughout the duration of the project. We will identify potential utility impacts and their significance early in the process in order to obtain accurate information. Quality Work/Reasonable Cost The KE Team's commitment to serve our client's needs has resulted in over 90 percent of our business coming from repeat clients. The assembled project team averages over 20-years of experience in Southern California roadway and other infrastructure planning, design and construction projects. We understand the importance of producing a quality product that proceeds on a predictable schedule, is designed within budget at a reasonable cost, and experiences minimal construction change orders. Client Commitment The KE Team believes in the following principle: Serve your Client with exceptional quality and cost-effective service by providing highly qualified staff that has extensive experience in municipal engineering projects. The commitment to serve our client's needs guides our professional endeavors and has earned Kabbara Engineering with a strong reputation in the Southern California municipal engineering community. Simultaneously Managing Multiple Projects and Subconsultants The realities of municipal public works programs dictate the necessity of a project management process that can seamlessly manage multiple projects and subconsultants. The KE Team's seasoned project professionals offer clients the ability to navigate the often-conflicting priorities of over lapping and highly complex projects. They have been chosen for their ability to integrate and unify the work of subconsultants from distinctly different disciplines to the benefit of the 5 KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach 11 ENGINEERING General Civil &Water/Sewer/Storm Drain Engineering project and client. They succeed by adhering to the following core commitments, broken down in sequential order: 1. Practice the principles listed in the Project Management as outlined herein. Key among them: thoroughly understanding the project before you begin, choosing the right people, communicate proactively. 2. Use subconsultants you know and trust. KE chooses its subconsultants based on previous performance; integrity, staffing qualifications and firm management. We typically utilize the same subconsultants for survey, traffic and geotechnical services because of strong working relationships and their familiarity with KE's schedule, budget and quality of service expectations. 3. Identify and prevent potential problems and issues. ... resolved as early in the design process as possible and always include a cover letter which each submittal that highlights any on-going issues. 4. Allocate personnel resources wisely; KE maintains a bench of qualified technical professions, allowing changing project needs to be met. Computer and Internet Capabilities KE equips employees with the appropriate hardware and software required to complete their job assignments. This includes computers, CAD and design software (ACAD Civil3D, WSPG, HEC, etc.) and Billquik(an integrated accounting and Project Management software program that provides real-time reporting). In addition, all employees are issued smart phones to allow them easy access to email, internet and of course communication with project teams. Word Processing, Scheduling, Estimating, Financial Calculation, Spreadsheets—KE equips and installs Microsoft Office (Outlook, Word, Excel, Publisher) on all computers. Microsoft Project and Microsoft Visio are also installed. In addition, Adobe Acrobat Pro is installed on all devices to allow streamlined pdf manipulation and development. Graphics, Design, Drafting, Plan Production, Video Imagery, Perspectives- KE's staff is also equipped with AutoCAD or AutoCAD Civil 3D, and ArcGIS; AutoTURN software. Project Controls to Ensure Client Satisfaction & Successful Project Delivery The KE Team is available to the City as needed to meet turnaround timeframes as defined in project deliverables for the duration of each project. Quality Assurance As evidenced in our Experience Profile, and by the quality or our references, Kabbara Engineering has worked exclusively for public agencies, and therefore understands the importance of producing a quality product that proceeds on a predictable schedule, is designed within budget, and experiences minimum construction change orders. Our Quality Assurance Plan always includes formal reviews for value engineering and constructability by a Principal Engineer of our firm and by an external designated construction manager. Also included is a review of all Opinions of Probable Construction Costs by an external designated construction estimator, and comparison of actual recent bid costs on similar projects in the area. Consequently, our project management procedures include safeguards to ensure that the City of 6 131 KA B BA n K A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING General Civil &Water/Sewer/Storm Drain Engineering Huntington Beach will benefit from a project that responds to all design issues, is completed on time, and receives construction bids that are close to the Engineer's Estimate. Quality Assurance is a key component of every Client's project and will be an on-going task within each project. Kabbara Engineering is committed to meeting our client's project schedules. Our excellent record of quality assurance, including project schedule and cost compliance is based on the following three-point plan: Project Planning We feel that project planning is a vital first step to reach our goal "project completion on-time". In planning a project,we will thoroughly define the mutually agreed upon project goals and requirements and break down the project into the tasks. Utilizing the Critical Path Method we rank each task, determine the resource requirements to accomplish each task, review any time constraint and allocate the necessary resources for maximum efficiency. Project tasks, responsibilities and goals will be clearly communicated and understood at all staff levels, as required to collaboratively develop the design for the project with the Client. Good planning is only the first step to accomplish our goal of ensuring schedule and budget compliance. Project Tracking We are constantly striving to meet all of the project time constraints through constant monitoring and tracking. To help us with this task, we use computers with the latest in project scheduling and tracking software to adhere to the project schedule. These tools allow us to manage our resources efficiently and adjust our planned course of action to meet the project schedule. Contnutnication Clear communication between our design team our client is of the vital importance for all projects. We strive to keep our clients informed of the project schedule and design progress through our"STATUS REPORTS"which are provided in hard copy and will regularly be available and updated for the City's Project Manager. These reports will identify any potential problems early on and help secure solutions. Status reports are prepared on a monthly or bi- weekly time frame depending on the client's needs and the project requirements. Team Processes & Resources The Kabbara Engineering Team, including all of its subconsultants, as needed, have committed to their availability and their personal involvement for the duration of this project. Additional staff will be available to support our core team as required for the successful completion of this project. The continuity of our team members will expedite project delivery and implementation. KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach I _ ^ G I A i li L R I NV General Civil & Water/Sewer/Storm Drain Engineering D. STAFFING L Our core team of design professionals has over 150 years of combined municipal civil engineering and project management experience, specifically in Southern California. Kabbara Engineering also enjoys a 35+year record of success in preparing the design of local, state and federally funded PS&E construction bid packages for a wide variety of Civil Engineering and infrastructure projects for local agencies, many of which have been successfully audited by the FHWA. The Kabbara Engineering Team has a full range of federal and state funding experience, including preparation and processing of grant applications,preliminary environmental studies and documentation, state and federal permit requirements, requests for authorizations to proceed with design and/or construction, PS&E design, bidding and construction compliance, local agency invoicing/reimbursement procedures, and project closeout. Ms. Leah Kabbara, P.E., QSD, will be the Project Manager and Principal-in-charge of your projects and will be directly responsible for all aspects of the project. Ms. Kabbara has over 37 years of experience in the design and management of public works projects and has completed numerous municipal streets, streetscape, pavement, storm drain, sewer, water,traffic, green streets, and other improvement project plans, specifications, estimates within the Southern California area. Mr. Bill Kabbara, P.E., P.L.S.,will be the Principal Project Engineer in charge of your projects and has over 38 years of experience in the design and management of street, pavement,water, sewer, storm drain and various municipal projects within the Southern California basin. These key personnel above have committed their availability for the duration of this contract and shall not be removed or replaced without the prior written concurrence of the City of Huntington Beach. The Kabbara Engineering Team for the City of Huntington Beach includes: Leah Kabbara,P.E., QSD, Principal Engineer/Project Manager- 37+years'experience Bill Kabbara, P.E.,L.S., Principal Engineer/Project Engineer- 38+years'experience Grant Anderson,P.E., T.E., Traffic Engineer- 40+years'experience Ithiel Carter,PhD., L.S., Land Surveyor-25+years'experience Robert Harvick,BSCE, E.I.T, Civil Engineer/CAD Designer- 15+years'experience Subconsultant Team Kabbara Engineering also maintains excellent long-term relationships with a highly qualified group of subconsultants who have worked together successfully with us on past similar municipal projects for over 10 years, including the following specialized expertise, as required for this project: On-Point Land Surveying Inc. —Field Survey Subconsultants 8 KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING NCINEERING General Civil &Water/Sewer/Storm Drain Engineering Resumes The Kabbara Engineering Team for the City of Huntington Beach includes the following brief resumes: Kabbara Engineering Team Resumes Leah Kabbara,P.E.,Principal Engineer/Project Manager-37+years'experience Education: 1983 -University of California, Irvine, BS, Civil Engineering Licensure: Professional Civil Engineer, State of California - RCE 41879 Qualified SWPPP Developer, State of California -C41879 Professional Organizations: ASCE, APWA, CCEA, AWWA Brief Background: Ms. Kabbara, Project Manager for Kabbara Engineering, has more than thirty-seven (37)years of experience in the design of local, state and federally funded municipal street, streetscape, redevelopment, storm drain, drainage, sewer, water, recycled water,traffic and transportation projects in Southern California. As Project Manager, Ms. Kabbara is responsible for the quality assurance reviews, scheduling, manpower, and for maintaining a high level of communication with clients and staff. Ms. Kabbara has been directly responsible for the following projects, in the role of project manager and/or project engineer, and has been responsible for the design and management of hundreds of street, streetscapes, lighting,traffic, sewer, water, storm drain and institutional projects. Ms. Kabbara also has extensive experience in the preparation and processing of federal and state grant applications, and compliance documentation and currently serves as District Engineer for the Pico Water District. Project Experience: Ms. Kabbara's experience includes municipal infrastructure design for the City of Costa Mesa, City of Downey, City of West Hollywood, City of Santa Monica, City of Upland, City of Pico Rivera, City of Burbank, City of South Pasadena, City of Brea, City of Culver City, City of La Mirada, City of San Bernardino and numerous other agencies throughout Southern California. Bill Kabbara,P.E., L.S., Principal Engineer/Project Engineer- 38+years'experience Education: 1982 -University of California, Irvine, BS, Civil Engineering 1982 -University of California, Irvine, BS, Biological Sciences 1985 - California State University, Long Beach, MS, Civil Engineering Licensure: Professional Civil Engineer, State of California-RCE 40812 Professional Land Surveyor, State of California- LS 6624 Professional Organizations: ASCE,APWA, CCEA, AWWA, CLSA Brief Background: Mr. Kabbara has over thirty-eight(38)years of professional engineering experience, and is a professional Civil Engineer and Land Surveyor with a specialization in public works projects specifically in Orange, Los Angeles, Riverside and San Bernardino Counties. As Principal and Project Engineer, Mr. Kabbara will act as the central design figure in the work. Mr. Kabbara has been responsible for the design and management of numerous public works projects including street rehabilitation, streetscape, storm drain, flood control, master plans of drainage, inundation studies, sewer, water, and institutional projects. Mr. Kabbara also KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach L NG I N t I_RING INr General Civil & Water/Sewer/Storm Drain Engineering has extensive construction supervision experience, obtained while previously with the Orange County Environmental Management Agency, where he provided construction supervision of public works projects including street reconstruction, storm drains and flood control channels projects. Mr. Kabbara also has over 33 years' experience achieving design compliance with federal and state funding requirements, including ADA, Title 24, and Caltrans E-76 processing, and has served on the APWA technical committee for standards and specifications. Mr. Kabbara's experience includes street and pavement rehabilitation design for the City of Downey, City of Costa Mesa, City of West Hollywood, City of Santa Monica, City of Upland, City of Pico Rivera, City of Burbank and City of South Pasadena, City of Brea, City of Culver City, City of La Mirada, City of Laguna Beach, City of San Bernardino and numerous other street, storm drain,traffic,water and sewer infrastructure projects throughout Southern California. Grant Anderson,P.E., T.E., Traffic Engineer-40+years'experience Education: 1978 - University of Southern California, BS, Civil Engineering Licensure: Professional Civil Engineer, State of California- RCE 34285 Professional Traffic Engineer, State of California-RTE 1193 Brief Background/Experience: Mr. Anderson has over 40 years of experience in traffic and civil engineering. He has been responsible for traffic studies of intersections and highway segments, traffic signals,preparing reports and recommendations related to traffic/transportation problems, traffic operations, and freeway and road development. Previously, as Chief of Roadway Design and Chief Traffic Engineer for the County of Orange(Retired - OCERS), Mr. Anderson has supervised roadway design and civil engineers, traffic engineers and technicians in traffic operations,traffic engineering, and short-range transportation planning activities. He has represented Traffic Engineering on various committees and commissions. He has provided his technical expertise in design,plan check and consulting with a variety of private and public agencies. Mr. Anderson is also an expert in federal and state funding and grant applications, and recently provided Kabbara Engineering's On-call professional traffic engineering and program management services to the City of Costa Mesa. Mr. Anderson most recently completed the following streetscape project as a highly qualified member of the Kabbara Engineering team: City of West Hollywood—Melrose Avenue Streetscape Improvement Project. Ithiel Carter,PhD., L.S.,Land Surveyor-25+years'experience Education: 1985 -University of California, Santa Barbara, BS, Mathematics 1987 -University of California, Santa Barbara, MS, Mathematics 1990 - University of California, Santa Barbara,PhD, Mathematics Licensure: Professional Land Surveyor, State of California- LS 6759 Brief Background/Experience: Dr. Carter has over 25 years of professional land surveying experience. He has extensive experience in control and topographic surveying, data collection and reduction, road profiling and cross sections, construction staking, right-of-way mapping, legal descriptions and exhibits, and boundary analysis. Dr. Carter is responsible for mapping, coordination, review and approval of survey field work, managing and scheduling crews and coordination with clients' approval, inspection, and management of testing services. Dr. Carter's most recently completed the following streetscape projects as a highly qualified member of the KA B BA RA Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach E NG I N E E=RING General Civil & Water/Sewer/Storm Drain Engineering Kabbara Engineering team: City of Upland- Foothill Boulevard Streetscape Design Survey, Legal Descriptions & Exhibits for R/W dedications & easements; City of Downey-Residential Street Rehabilitation Survey; City of Santa Monica -20th Street& Cloverfield Blvd. Design Survey. Robert Harvick,BSCE, E.I.T, Civil Engineer/CAD Designer- 15+years'experience Education: B.S., Civil Engineering— 1998, California State University, Fullerton Licensure: EIT—California—XE 105468 Brief Background/Experience: Mr. Harvick has over fifteen-years of civil engineering experience in the design of public works projects and is very familiar with AutoCAD,AutoDesk Land Development and the Civil Engineering Design Module. Mr. Harvick's recent streetscape experience includes computer-aided design and drafting for the following the City of El Segundo's Downtown Specific Plan Improvements; City of Santa Monica's 20th & Cloverfield Streetscape; City of Upland, Foothill Boulevard Streetscape &Downtown "C" Street Revitalization Project. Kabbara Engineering Subconsultant Team Resumes Kabbara Engineering also maintains excellent long-term relationships with a highly qualified group of subconsultants who have worked together successfully on past similar municipal projects for over 10 years, including the following specialized expertise, as required for this project. ON-POINT LAND SURVEYING INC -Field Survey Subconsultants Mr. Tony Smith, LS, PE, Principal & Field Crew Chief—18+years'experience Bachelor of Science, Civil (Geospatial)Engineering, CalState Polytechnic University, Pomona Professional Land Surveyor—CA Certificate No. 8133 Professional Land Surveyor—AZ Certificate No. 48359 Professional Engineer- Civil—CA Certification No. 80387 1906 Orange Tree Ln, Ste. 240, Redlands, CA 92374, T(909) 792-2221 tsm ith(a,onpo intlandsurvey i n g.com iii KA B B A R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach NG I N L L R I NG General Civil & Water/Sewer/Storm Drain Engineering E. QUALIFICATIONS Corporate Documentation Kabbara Engineering is a sole proprietorship, dedicated to technical excellence and high-quality services in the design and construction of public works projects. We are a local firm with offices located 14.6 miles from City Hall at 601 N. Parkcenter Drive, Suite 205, Santa Ana, California, 92705, phone (714)744-9400. Ms. Leah Kabbara, P.E., Q.S.D., Principal Engineer is the contact for this contract and can be reached directly at phone (714) 744-9400,Extension 22, or email: leah@kabbara.net. Kabbara Engineering maintains no financial interests in other lines of business. Years in Business Kabbara Engineering is pleased to be celebrating our 35th year anniversary in business this year, and has been dedicated to serving the public works community in Southern California since its founding in 1990. Company Profile Kabbara Engineering is a full service and licensed Civil Engineering and Land Surveying company with extensive experience with the design of federal, state and locally funded civil engineering design projects including street, pavement rehabilitation, parking lot, streetscape/complete streets, traffic, transportation, transit/multi-modal, lighting, water, sewer, storm drain, and various other municipal projects. Kabbara Engineering has provided similar On-Call Professional Civil Engineering Services to numerous agencies throughout Southern California in recent years, including contracts with the City of Costa Mesa, City of Brea, City of Orange, City of Pomona, City of Laguna Beach, City of La Mirada, City of Glendora, City of Burbank, City of Downey, City of South Pasadena, City of Glendora, City of Hermosa Beach, City of Yorba Linda, City of Santa Monica, City of Anaheim Public Utilities Department and City of Irvine. Kabbara Engineering also currently serves as District Engineer for the Pico Water District since 2017. Financial Stability Kabbara Engineering is in excellent financial health, and has never been the subject of any litigation, bankruptcies, mergers, or closures, and is not subject to any known conditions that may impact our ability to do business in or with the City of Huntington Beach. Kabbara j Engineering has an outstanding commitment to client service, and has never failed or refused to complete a contract with any public agency, most of whom are long term and repeat clients. Kabbara Engineering maintains no financial interests in other lines of business. 9 i4y �, KA B BA R� h) u � Proposal for On-Call Civil Engineering Professional Consulting Services Cityof Huntington Beach General Civil &Water/Sewer/Storrn Drain Engineering ENGINEERING Insurance Coverage Kabbara Engineering maintains professional liability, comprehensive general liability, vehicular, and workers compensation insurance in accordance with the latest requirements of the City of Huntington Beach and the Labor code. Our certificate of insurance is available upon request. Professional Licensure Kabbara Engineering and their Principal Engineers, maintain active Professional Engineering (PE) and Land Surveying(PLS) licenses, in good standing with the State of California, Department of Consumer Affairs, Board of Professional Engineers and Land Surveyors, and have never been subject to any disciplinary actions by the Board, as required for the City of Huntington Beach for the requested Professional General Civil Engineering and Water/Sewer/Storm Drain Engineering Services. Experience Profiles The following experience profiles showcase recent federal, state and locally funded projects successfully completed by Kabbara Engineering and the proposed Project Team for the City of Huntington Beach, specifically including the same Kabbara Engineering Team members, and our subconsultants as applicable. Client: CITY OF COSTA MESA 77 Fair Drive, 4`h Floor, Costa Mesa, CA 92628 Contact: Mr. Raja Sethuraman, P.E.,T.E., Director of Public Works, (714) 754-5343 raia.sethuraman@costamesaca.gov Adams Avenue& Royal Palm Drive Pavement Rehabilitation Project Project Cost: $2.3 Million Year of Completion: 2023 Kabbara Engineering currently provides On-Call Professional Civil Engineering Services to the City of Costa Mesa and was tasked with the design and preparation of a final PS&E bid package to rehabilitation the existing roadway pavements on Adams Avenue (1.6 miles) and on Royal Palm Drive (600 l.f.). The proposed project improvements included cold milling and 1 construction of a conventional Asphalt Concrete leveling course, and an Asphalt Rubber Hot Mix(ARHM) overlay, as needed to improve drive-ability of the roadway surface. Cross sections were analyzed to ensure that a future planned bike lane and multi-purpose trail could be incorporated into the roadway design with minimum impacts to the new paved surface. The project included median reconstruction,traffic signing, striping and loop replacement, Project was completed within budget and on-schedule. Additional City of Costa Mesa Project Experience: Project Cost: Year of Completion: Citywide Alleys (12)Rehabilitation Project $1.55 Million 2025 10. r 7!` ' ` KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach l__NC/I N(-L.R I NG General Civil & Water/Sewer/Storrn Drain Engineering Arlington Drive Bioswale& Dry Weather Diversion Project- ASCE 2018 ENVIRONMENTAL PROJECT OF THE YEAR AWARD, APWA 2018 B.E.S.T. PROJECT OF THE YEAR, & $4.26 Million 2018 OCEC 2018 PROJECT ACHIEVEMENT AWARD Fairview Park Relief Storm Drain,Bike Path,Parking Lot& $1.4 Million 2018 Play Area Improvements (SD only) Client: CITY OF LA MIRADA 15515 Phoebe Avenue, La Mirada, California 90638 Contact: Mr. Mark Stowell, P.E., Director of Public Works, (562) 902-2371, mstowell(a,cityoflamirada.org La Mirada Theatre for the Performing Arts-Drainage& Loading Dock Improvements Project Cost: $1.4 Million Year of Completion: 2025 Kabbara Engineering currently provides On-Call Professional Engineering Services to the City of La Mirada, and was selected by the City to prepare preliminary and final grading, drainage, structural, electrical, pump station, landscape and irrigation improvement plans, specifications and estimates for the bidding 1 and construction of a new _ -` dock high loading dock and177' ..=" drainage improvements for ; " 1, . 1 ` - �, the La Mirada Theatre for the . `__' �•= Performing Arts. Project • P r includes field topographic survey and mapping of the --I 1 existing Theatre site and i'1— 'i i ,w building, research and review ' of existing architectural plans, I=1 — - � ,-. ,� new PCC loading dock, t -- 1 - t� _ 4, W retaining walls, sidewalks, '4 -4 t= �< `-° stairs, handrails, forklift and - W MELIMINARY LAM CAPc PLAN -:J.M-• ADA access ramps, new La Mirada Theatre A"M decorative custom steel gates, a "d°new dual sump pump station design, new electrical service, waterproofing and mitigation of existing drainage issues around the building, area drain and trench drain construction, tree removals, new drought tolerant landscape planting and drip irrigation system. Additional City of La Mirada Project Experience: Project Cost: Year of Completion: Measure I,Phase 3 Residential Street& Storm Drain Improvement Project(64 Streets, 16 miles) $7.9 Million 2017 11 KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING General Civil &Water/Sewer/Storm Drain Engineering Client: CITY OF SOUTH PASADENA 1414 Mission St., South Pasadena, CA 91030 Contact: Ted Gerber, Public Works Director, (626)460-6392, tgerber(a,southpasadenaca.gov Anteneh Tesafaye, Deputy Public Works Director, (626)460-6393 ATesfaye(a,SouthPasadenaCA.gov Meridian Avenue CDBG Sidewalk Replacement& Curb Ramp Project Project Cost: $461,000 Year of Completion: 2024 Kabbara Engineering is currently contracted to provide On-Call Professional Civil Engineering Services to the City of South Pasadena, and was tasked with preparing improvement plans, specifications and estimates for the construction of ADA curb ramp upgrades for 23 ramps at 10 various intersections on Meridian Avenue from Bonita Drive to Monterey Road. The project was funded with CDBG funds administered by LACDA and included processing and obtaining approval from LACDA for bidding and construction. The project included topographic field surveys,utility coordination,preliminary and final design,repair of damaged curb and gutter,cross gutter, sidewalks, utility adjustments, traffic signing and striping and full depth pavement rehabilitation within the project limits. Project was completed on schedule and within budget. Additional City of South Pasadena Project Experience: Project Cost: Year of Completion: Bushnell Ave. & Diamond Ave. Street Improvement Project $1.23 Million 2019 MontereyRd. (Phase II) & El Centro St. Improvement Project $1.93 Million 2018 P J Monterey Rd. Street& Water Improvement Project $1.7 Million 2017 South Pasadena Library Drainage Improvement Project $337,800 2017 Collis Ave.,Hill Dr. & Chelten Wy. Street & Water 15 $1.36 Million 2015 Improvement Project Client: CITY OF DOWNEY 11111 Brookshire Avenue, Downey, CA 90241 Contact: Mr. Edward Norris, P.E., Deputy Public Works Director, (562) 904-7110, enorris(aiidownevca.org Residential Street Pavement Rehabilitation Project, CIP 22-22 Project Cost: $7 Million Year of Completion: 2024 Kabbara Engineering was selected by the City to prepare PS&E for the rehabilitation and repair of 155 residential and collector streets at various locations throughout Area 3 in the northeast portion of the City of Downey (15 miles). The improvements for the subject streets utilized a full range of pavement rehabilitation methodologies selected by the City of Downey in conformance with the PMP, including mill and overlay of existing pavement with Asphalt Rubber Hot Mix (ARHM),total full depth D.G.A.C. reconstruction, cape seal and slurry seal. The project also included the repair of damaged PCC improvements and ADA upgrades, as marked in the field. 12 KA B BA R A Proposal for on-Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING General Civil &Water/Sewer/Storm Drain Engineering Additional City of Downey Project Experience: Project Cost: Year of Completion: Citywide 83 Residential Street Rehabilitation CIP 21-03 $2.5 Million 2021 Old River School Road Rehabilitation Project $3.4 Million 2018 Paramount Boulevard Rehabilitation S.S. 595-STPL 5334 $1.3 Million 2013 (033) Client: CITY OF WEST HOLLYWOOD 8300 Santa Monica Blvd, WEHO, CA 90069 Contact: Mr. John Gilmour, P.E., City Engineer, (323) 848-6383, JGilmour(a,weho.org Melrose Avenue Streetscape Project (Phase 1) Project Cost: $14 Million Year of Completion: 2024 Kabbara Engineering was selected by the City of West Hollywood to implement Phase 1 of the Design District Streetscape Master Plan,which includes _ Melrose Avenue from San Vicente to the East City � � ,a i Limits (2,885 1.f.). The KE Team prepared 1t91��' 101i t fir. preliminary concepts and final construction a p rY design g p !� plans, specifications and estimates for the project bid, and provided bid phase and construction phaserasa: } engineering support for the work. The proposed ° • : Complete Street improvements included roadway realignment and narrowing, including curb extensions p and sidewalk widening, new curb & gutter, sidewalks, ADA compliant ramps, special PCC pavements, ARHM/DGAC roadway pavement, LED street and pedestrian lights & electrical system with cellular node s: _ connectivity, new WIFI and Interconnect �••'••`` improvements, 132 new street trees, landscape planting, irrigation,tree lighting outlet receptacles, banners, wayfinding signage, six(6) EV charging stations, 3 traffic signal modifications and upgrade to video detection, IRWL installations at 3 intersections, Silva Cell and hydro-paver installation, storm drain catch basin relocations with new ARS installations, VCP sewer main relocations, blunt force walls,parking meters, complete street furniture including bike racks, benches,trash receptacles, sharrow bike lanes, Gathering Space parklet design including Public Art component, new Smart bus shelters,traffic signing& striping and utility adjustments. Project also included extensive design coordination for major utility mainline and vault relocations by SCE (Rule 20A), Spectrum and AT&T forces, LACFCD permit coordination, relocations of existing LADWP facilities and coordination on new irrigation service installations, various adjustments and relocations of City of Beverly Hills Water facilities. Project also included artist selection, and incorporating public art into the project design, and performing extensive community & business outreach and coordination during design, and construction engineering support services for the 7 stages of construction. 13 KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING General Civil &Water/Sewer/Storm Drain Engineering Client: CITY OF BREA 1 Civic Center Plaza, Brea, CA 92821 Contact: Mr. Michael Ho, Director of Public Works/City Engineer, (714) 990-7657 michaelhaci.brea.ca.us Eagle Hills Tract Water& Street Improvement Project 7467 Project Cost: $3.6 Million Year of Completion: 2021 This project included professional engineering design services for the preparation of preliminary alignment studies, geotechnical corrosivity analysis, pavement recommendations and final construction documents (PS&E) for the replacement of 9,960 lineal feet of old and undersized water mains with new 8" and 10" PVC Class 305 DR14 water mains and appurtenances. Included new DIP fittings, water valves, fire hydrants, air release and blow-off assemblies and replacement of 189, 1" and 2"water meters and services. Project also included the design of a new pressure reducing and regulating station and pavement rehabilitation including cold mill and an ARHM overlay with localized dig-outs and Type II slurry seal of all streets within the Tract. Project also included ADA ramp upgrades, repair of damaged PCC curb and gutter, cross gutter and driveway improvements,traffic signing and striping, detailed traffic control specifications, and extensive coordination with adjacent residents and impacted utilities. We also performed complete bidding and construction engineering support services, such as review of contractor submittals, responses to contractor RFI's, clarifications as needed,weekly construction meeting attendance as requested by City staff and preparation of As-built plans for City's files based on contractor redlines upon completion of construction. Project was completed within budget and on-schedule. Additional City of Brea Project Experience: Project Cost: Year of Completion: Napoli Tract Water& Street Improvement Project 7458 $1.8 Million 2021 Central Avenue& Tamarack Ave. Intersection Improvements $470,900 2017 Residential Streets Resurfacing Project No. 7305 $1.41 Million 2013 Client: CITY OF VILLA PARK 17855 Santiago Boulevard, Villa Park, CA 92861 Contact: Mahrooz Ilkhanipour, P.E., City Engineer, (714) 998-1500, mahrooz(aivillapark.org FY 21-23 Annual Street Rehabilitation Project Project Cost: $2,105,000 Year of Completion: 2023 The City of Villa Park selected Kabbara Engineering to prepare final design and construction plans, specifications and estimates (PS&E) for street and pavement rehabilitation of 11 residential street segments (14,000 l.f.), and repair of damaged PCC curb and gutter, and cross gutter improvements as required to correct existing drainage issues at 17 various locations in the City of Villa Park. The proposed improvements included cold milling, crack sealing and overlay of the existing pavement sections with a new 2" asphalt rubber hot mix (ARHM)pavement, in conformance with the City's pavement management plan (PMP). The project also included 14 KA B BA R A11 Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING NrR'Nr_ General Civil & Water/Sewer/Storm Drain Engineering removal and replacement of localized failed pavement sections (dig-outs) as identified by our visual field inspection, reconstruction of damaged PCC improvements and coordination with the City of Orange for a joint funding agreement for paving, loop replacement and utility adjustments within shared right-of-way that was paved as part of this project.This project also included traffic signing and striping improvements and installation of a new RRFB Pedestrian signal in a school zone. Project was completed within budget and on-schedule. Client: CITY OF UPLAND 1370 N. Benson Avenue, Upland, CA 91786 Contact: Bob Critchfield, P.E., Engineering Manager, (909)291-2946, bcritchfieldc ci.upland.ca.us Alpine Street,Vernon Drive& Palm Avenue Street& Utility Improvement Project Project Cost: $3,945,602 Year of Completion: 2023 The City of Upland selected Kabbara Engineering to prepare improvement plans, specifications and construction cost estimates for the rehabilitation of Alpine Street, Vernon Drive and Palm Avenue from 9th Street to Arrow Highway and west of Palm Avenue (3,150 l.f.). Project included preparation of a geotechnical investigation and report recommendations, full depth reconstruction of the entire pavement section of each street with ARHM/DGAC, correction of surface drainage deficiencies, new PCC curb & gutter, sidewalk, +i CITY OF UPLAND t .V4;: g "sC1CT xa l)0.TO>7 TTA O.wT,04 6 O..l 3].Y driveway, cross gutter, alley `t """ w^^M a.111,'""""""` 1 "�1 .rarnc..—. S ¢`1 �y l•7 L Phi d t intersection, special sidewalkpaving _w �`az: ,�i. �—::..:. tiA= � . and curb ramp construction,the n �"ce' — -- M jr -_ "r FOs; f-i�PCs} 4 ` it L5a sv'" T'z replacement of existing brick , -5 r: x : �! FRS= sewer manholes with new modern `l' +11 M.• �rx^,.w rF .# precast sewer manholes, :" t :'� �Lati j; F �' Ni. r gpri x 4: I E'S rr , . abandonment of the existing water „AT I. facilities, and construction of new '4 '. s �. - 8" CML&C water mains, = � _._ .,.__. ., Vti: ....R,k.. ,.• reconnection and upgrade of N), , �;�� � - s existing services, fire hydrants, ...w `" ``i. ',b:u }>* "' `& laterals and appurtenances, removal - of existing street lights, preparation of a photometric study, and the installation of new concrete street light poles, mast arms, LED luminaires, and a new underground electrical system, including coordination with SCE for pole removal and new SCE power service and meter pedestals. The project also included traffic signing and striping, extensive coordination with Sprint for the relocation of a transcontinental fiber main line to avoid conflict with the new water main, and coordination of permits and specifications for construction work planned within an existing Railroad right-of-way. Project was completed within budget and on-schedule. Additional City of Upland Project Experience: Project Cost: Year of Completion: 3rd Avenue Street& Water Rehabilitation Project $2.72 Million 2019 Foothill Boulevard Streetscape Project $5.21 Million 2013 "C" Street Rehabilitation Project $1.0 Million 2011 15 KAp pA[)A Proposal for on-Call Civil Engineering Professional Consulting Services [�u (� City of Huntington Beach / l_NG I N E E R I NG General Civil &Water/Sewer/Storm Drain Engineering Client: CITY OF CULVER CITY 9770 Culver Blvd., Culver City, CA 90232 Contact: Mr. Yanni Demitri, PE, TE, Director of Public Works, (310)253-500, Yanni.Demitri(a,culvercity.org Huron Avenue Sidewalk& Drainage Improvement Project Project Cost: $130,000 Year of Completion: 2025 The City of Culver City tasked Kabbara Engineering with the preparation of a field topographic survey,preliminary and final design of construction plans, specifications/bid schedule and estimate for bidding and construction of this project which included the rehabilitation and replacement of damaged curb & gutters, sidewalks, driveways and failed roadway sections on Huron Avenue north of Washington Boulevard. The project also included utility adjustments and relocations,tree removals/root pruning/root barriers per City Arborist, and rehabilitation of an existing bio-basin and local depression, as required to improve surface drainage capture during flood events. Project also includes preservation of survey monuments,traffic signing and striping. Project was completed within budget and on-schedule. Additional City of Culver City Project Experience: Project Cost: Year of Completion: Monument Preservation & Re-Setting Survey Services for FY $17,955 2024 22 Pavement Rehabilitation Project PS-005 Client: CITY OF POMONA 505 South Garey Avenue, Pomona, CA 91766 Contact: Mr. Rene Guerrero, P.E., Director of Public Works (now at City of Ontario) (909)408-8941, reneguerrero@,ontarioca.gov Pomona Emergency Shelter Parking Lot Project Project Cost: $1,058,000 Year of Completion: 2023 Kabbara Engineering is prequalified to perform On-Call Professional Engineering Services and was selected by the City of Pomona,Neighborhood Services Department,to prepare the preliminary alignment studies and final PS&E suitable for bidding and construction of a new parking lot to serve the City's recently completed Hope for Home Emergency Shelter, on a 1.2- acre site located at 1390 E. Mission Boulevard. The project included preparation and implementation of a Standard Urban Stormwater Management Plan (SUSMP),which included design of a new underground StormCapture infiltration basin, precise grading and paving plan per the recommendations of the City provided geotechnical report, erosion control plans, horizontal control plans, new curb& gutter, alley gutters, area drains, ADA path of travel, design of 2 new handicap accessible electric vehicle charging stations, new parking lot lighting and electrical service, striping, drought tolerant landscape planting, new irrigation system, installation of a new electronic access gate, access and lighting for new container storage area onsite, and relocation of an existing guard shack. Project was completed within budget and on- schedule. 16 ft• KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING NGINEERING t en ral Civil & Water/Sewer/Storm Drain Engineering Additional City of Pomona Project Experience: Project Cost: Year of Completion: Districts 4 & 5 Street Rehabilitation Project $1.4 Million 2020 Major Street Rehabilitation Garey Avenue Bulbouts - APWA $1.7 Million 2018 2018 BEST PROJECT OF THE YEAR AWARD Client: CITY OF LAGUNA BEACH 505 Forest Avenue, Laguna Beach, CA 92651 Contact: Alpha Santos, Project Manager, (949) 497-0729, ASantos@lagunabeachcity.net Baja Street Retaining Wall Replacement Project Project Cost: $165,300 Year of Completion: 2019 Kabbara Engineering prepared preliminary design exhibits and final design and construction plans, specifications and estimates for the replacement of an existing damaged block retaining wall within the public right-of-way on Baja Street, with 425 s.f. of new Soil Nail wall. This project included analysis of ,- � w various types of retaining I. t . I ti -4 t ;1L walls and structures, a� ,.,m I - topographic survey, - . _= preliminary design exhibits, I . Community outreach/public ° ° � � t 1 '1 meetings, design review ,— �. g g PROPOSED WALL VICINITY MAP coordination, structural i H •" engineering design and details ': -_- based on soils and wall ( � ' 'r== __ � recommendations provided by ,- ! -_---" the City's geotechnical engineer, and final soil nail �` 1 r- , WALL SECTION S wall plans, grading and PLAN VIEW drainage details, __ - a .17; ='; specifications and estimates suitable for bidding and construction of the proposed wall and appurtenances. Kabbara Engineering also provided a preliminary title report for the affected property, and prepared a legal description and exhibit for a permanent easement and for temporary construction access purposes, as required by City staff. Additional City of Laguna Beach Project Experience: Project Cost: Year of Completion: Aliso Beach Parking Lots 1 & 2 Preliminary Engineering & TBD 2025 Landscape Design Alternatives Various Residential (4) Street Improvements $300,000 2017 Park Avenue Storm Drain & Sidewalk Improvements & Park $413,500 2012 Ave/Wendt Terrace Intersection Improvements bl KA B BA R A Proposal for On Call Civil Engineering Professional Consulting Services City of Huntington Beach ENGINEERING General Civil & Water/Sewer/Storm Drain Engineering Client: CITY OF SAN BERNARDINO 201 North E'Street, Suite 200, San Bernardino, CA 92401 Contact: Mr. Azzam Jabsheh, PE, TE, Deputy Public Works Director/City Engineer (909) 384-7251, Jabsheh Az@,sbcitv.org I Pepper Avenue Street Improvement Project Project Cost: $7.656 Million Year of Completion: 2024 The City of San Bernardino, as lead agency jointly funding with the City of Rialto, selected Kabbara Engineering to prepare construction plans, specifications and estimates for the rehabilitation of Pepper Avenue from Mill Street to Baseline Road (2 miles)with FDR-C (Full Depth Reclamation with Portland Cement additive) for a 20-year design life. The KE Team performed the field survey and geotechnical investigation for the project, and evaluated all feasible pavement recommendations and City of San Bernardino, California WW1.MOW_ Public Works/Engineering methodologies for this street and v:- ;;r:err �%') . ,,�_„GYM..,,.,,,,,,,,,,....,.,,,.. STREET IMPROVEMENTS pavement improvement project. w n° - - ,;="4:n141 ,a ON a.aiuru The project limits included Rights- "« .,. , vtK�4101"1.R sFt O.�IAV. 1FY,1',� l.'IXY#:I'lII MAW II\'..ROAD �!C - au.I of-way in both the City of Rialto =: _ >i and City of San Bernardino, ` m ; .;wr ` Caltrans, Burlington Northern Santa ''-"" "'.T:."_."""" = ' __.._. Fe(BNSF) Railroad and Southern f _d,` ,Y -) --u e--- r .f'r _;� '_ r', '. California Regional Rail Authority i »�.�,, far _ T (SCRRA)/Metrolink Railroad. The ;. ►�, " : ..'..- Mr,- general items of work include M:.., ." sawcut, removal and disposal of tr. vrto 'iati,4�+ - '` -`= * y `- ,-,-,-- existing roadway section, ti' , -i;,„,,, 7 ..; dng M • miscellaneous PCC, and excess pulverized material, Dense Graded Asphalt Concrete(DGAC)pavement, Cement Treated pulverized materials, cold milling, Asphalt Concrete (AC) overlay, crack sealing,polymer modified slurry seal lh Type II, utility adjustments, mailbox relocation, construction of new PCC curb and gutter, sidewalk, cross gutter, curb ramps, and driveways,AC berms,AC slot paving,tree and root removals, removal of existing fire hydrants, laterals and water services, new fire hydrants, new water services, meters and boxes, removal of existing pedestrian signal poles and footings/foundations, traffic signing, thermoplastic striping, markings and raised pavement markers, traffic signal modifications at Mill Street& Rialto Avenue, detector loop replacement, new pedestrian push button posts, new pedestrian push buttons, catch basin cleaning,video inspection of existing storm drain pipes, construction of new connector pipe screens (CPS) and utility adjustments. The KE Team prepared and processed the permit applications with SCRRA/Metrolink for the proposed encroachments within Metrolink R/W and with Caltrans for traffic signal modifications and traffic loop replacements within State R/W at Foothill Boulevard. permitting,traffic control and construction phasing, and all appurtenant work and other items required by the Plans and Specifications. Kabbara Engineering also provided construction engineering support to the City throughout the duration of the project construction. 18 (. Proposal for On-Call Civil Engineering Professional Consulting Services ,t KA B B/l R/� City of Huntington Beach E.NG I N E E RING General Civil & Water/Sewer/Storm Drain Engineering Client: CITY OF PICO RIVERA 6615 Passons Boulevard, Pico Rivera, CA 90660 Contact: Mr. Jose Loera, T.E., Assistant City/Traffic Engineer(now at City of South Gate) (323) 563-9578, iloera(a,sogate.org Whittier Boulevard Rehabilitation Project Project Cost: $1.4 Million Year of Completion: 2016 The City of Pico Rivera selected Kabbara Engineering to prepare a traffic study, conceptual median alignments, and preliminary and final civil engineering design for the street, pavement and median improvements for Whittier Boulevard from Paramount Boulevard to \ —m z • •, THE CITY OF PICO RIVERA � • G�� .{+,,, the West City Limits at Van Norman - �.� '"i.•S`u I ,° ��»r •� WHITTIER BOULEVARD � j.�.T ' i Road(2,7001.f.). The project was funded _ t ,T-. REHABILITATION PROJECT41 . with federal STP-L and State Prop C f ! .T , MON.*.xpaniun o.ME..0 w+nro I `{,`V. .sr— I'1111�I P 21246 STPL-5351(029) ON r funds, and Kabbara Engineering prepared, C. ci .=1 ... IM processed and obtained the PES, R/W c '`ivy/_ =�-4''Ili -_ Certification and E-76 form for the ;; mow:' project's authorization to proceed with '-' yy'j'he•'��' `Z manic ., construction in compliance with Caltrans �, � ,. ;s :�f- : ..._. standards and requirements for federally "'" "'�`" ;.r r fix.,a" 1007 SUBMITTAL funded projects. Kabbara Engineering , t 1�f 74 sl _ performed field topographic survey, and ® � ®� 'ate.{ Sj)1WIrFxr- '':":9E111MIABAI prepared base maps, plans and profiles, cross sections, signing, striping &traffic _ control plans, geotechnical report, s ` � deflection testing, and pavement ° i° recommendations, utility coordination, � specifications, cost estimates, and - construction engineering support for this • - _.- -- project. The proposed improvements _r-- included new raised median construction, _ rt - , ARHM pavement overlays, full depth ,,,.A" ----- pavement reconstruction, and repair of ,,..* damaged curb and gutter, cross-gutters, driveways, sidewalks, and curb ramps. Kabbara Engineering also prepared landscape planting and irrigation and street& underpass lighting PS&E for the beautification of the new and existing medians and parkways. Kabbara Engineering also processed and obtained a UPRR encroachment& right-of-entry permit for work within the Railroad R/W, including painting of the underpass walls and bridge abutments. Additional City of Pico Rivera Project Experience: Project Cost: Year of Completion: Shenandoah Neighborhood Street Improvements $344,000 2022 Beverly Boulevard Median & ARRA Rehabilitation Projects $2.2 Million 2015 19 KA B BA R A Proposal for On-Call Civil Engineering Professional Consulting Services City of Huntington Beach E NG I NE[RI NG General Civil & Water/Sewer/Storm Drain Engineering Client: PICO WATER DISTRICT 4843 S. Church Street, Pico Rivera, CA 90660 Contact: Joe Basulto, General Manager, (562) 692-3756, ibasultoapicowaterdistrict.net Beverly Blvd & Rosemead Blvd Intersection Water Main Relocation Project Project Cost: $1.4 Million Year of Completion: 2021 Kabbara Engineering currently serves as District Engineer and provides On-call Professional Civil Engineering services to the Pico Water District, which included preparation of preliminary alignment studies,preliminary budget estimates, final construction drawings, specifications and estimates for the relocation and upgrade of existing 4" CIP and 6"ACP mains with new 12"DIP domestic water mains and appurtenances within a 500' radius of the intersection of Beverly Blvd. and Rosemead Blvd. (former State Route 19) as I : I 1 f 1 �i t 1 .I ! required by the City of Pico '"!riiiemirim n! i! ii!stl! i >wna_ !fir irs ua�r�vrxa: Rivera for their SGVCOG III i�i i1oli liifl III 'II lip 1 iII I�� -' rarrus zi: 4Y 1 �1Fk`t-i-L'Y:... lAl�i1111BE IY=i—=11p��; -<• ,.r ' Truck-Impacted Hot Spots ani misIm ,,. un. „us..E._m:..,�.uI:.,,l;I� � TY`Yl Grant funded widening of this I i�^`I 1111 �I I .I�I I�1 �� �• ! . I if Iz7-2n-- major arterial intersection. i�ii !_ _ilin. Project included relocation and 1 w loweringof the new main lines ROSpAEAD BOULEVARC� l • 4 to avoid the new 3' thick PCC �"` 4.Y pavement section proposed by "` ,.IL.--, -. J the City's project. Project also _ _ 'id included upgrade and •, ^ - �- `^ '11717- v� / e • replacement of all existing ; . VIM -anF,.;rd. -•--�.».. .•""l: S..-» �N ROSEMEAD WIlEYW •r• n. domestic, irrigation and fire '"F.' services, meter,tie-ins, fire hydrants, and valves within the project limits. The KE Team prepared the field topographic survey, plans and profiles, extensive utility coordination, City permit coordination and construction engineering support services. Project was expedited and constructed prior to the City's proposed intersection widening project. Additional Pico Water District Project Experience: Project Cost: Year of Completion: Well#8 and Well#5 PFAS Discharge Line Improvements $300,000 2024 Burma Road Water Main Replacement Project $206,000 2021 Stephens Street Water Main Replacement Project $197,000 2020 Whittier Boulevard Water Main Improvement Project $1.7 Million 2019 Well#11 Site Improvements at 6602 Rosemead Boulevard $158,400 2019 Shenandoah Neighborhood Water Main Replacement Project & San Gabriel Road/UPRR Water Main Undercrossing $530,142 2017 Improvements Lindsey Avenue& Catherine Street Water Improvements $295,765 2016 Durfee Grade Separation Water Main Relocation Project $1.2 Million 2015 20 NMI I References of Work Performed Form (List 5 Local References) ComanyName: KABBARA ENGINEERING 1. Name of Reference: CITY OF COSTA MESA Address: Public Services/Engineering, 77 Fair Drive, 4th Floor, Costa Mesa, CA 92628 Raja Sethuraman,PE,Director of Public Works Phone Number: (714)754-5343 Contact Name: Email: raja.sethuraman@costamesaca.gov Dates of Business: 2023-2026 On-Call 2. Name of Reference: CITY OF LA MIRADA Address: Public Works Department, 15515 Phoebe Avenue, La Mirada, CA 90638 Contact Name: Mark Stowell,PE,Director of Public Works phone Number: (562)902-2371 Email: mstowell@cityoflamirada.org Dates of Business: 2023-2028 On-Call 3. Name of Reference: CITY OF BREA Address: Public Works Department, 1 Civic Center Plaza,Brea,CA 92821 Contact Name: Michael Ho,PE, Director of Public Works phone Number: (714)990-7657 Email: michaelh@ci.brea.ca.us Dates of Business: 2015-2023 On-Call 4. Name of Reference: CITY OF SOUTH PASADENA Address: Public Works Department, 1414 Mission Street, South Pasadena, CA 91030 Contact Name: Ted Gerber,Director of Public Works Phone Number: (626)460-6392 Email: tgerber@southpasadena.gov Dates of Business: 2024-2025 On-Call 5. Name of Reference: CITY OF UPLAND Address: Public Works Department, 1370 N. Benson Avenue, Upland, CA 91786 Contact Name: Bob Critchfield,PE,Engineering Manager Phone Number: (909)291-2946 Email: bcritchfield@ci.upland.ca.us Dates of Business: 2009-2024 r References of Work Performed Form (List 5 Local References) Comany Name: KABBARA ENGINEERING 1. Name of Reference: CITY OF CULVER CITY Address: Public Works Department/Engineering Division, 9770 Culver Boulevard, Culver City, CA 90232 Contact NaIlle: Yanni Demitri,PE,TE,Director of Public Works Phone Number: (310)253-5630 Email: Yanni.Demitri@culvercity.org Dates of Business: 2012-2025 2. Name of Reference: CITY OF ONTARIO Address: 303 E. B Street, Ontario, CA 91764 Rene Guerrero,PE,Public Works Assistant Director Contact Name: Phone Number: (909)408-8941 Email: rene.guerrero@ontarioca.gov Dates of Business: 2010-2024 3. Name of Reference: CITY OF WEST HOLLYWOOD Address: 8300 Santa Monica Boulevard,West Hollywood, CA 90069 Contact Name: John Gilmour, PE, City Engineer Phone Number: (323)848-6383 Email: JGilmour©weho.org Dates of Business: 2018-2025 4, Name of Reference: CITY OF DOWNEY Address: 11111 Brookshire Avenue, Downey, CA 90241 Ed Norris,PE, Deputy Director of Public Works Contact Name: Phone Number: (562)904-7110 Email: enorris@downeyca.org Dates of Business: 2001-2025 5. Name of Reference: PICO WATER DISTRICT Address: 4843 S. Church Street, Pico Rivera, CA 90660 Contact Name: Joe Basulto, General Manager Phone Number: (562) 692-3756 Email: jbasulto@picowaterdistrict.net Dates of Business: 2017-2025 EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 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 h approved rate charged for such time. Such invoices shall be app o d 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. EXHIBIT "B" KAB BA R A 601 N. Parkcenter Drive, Suite 205, Santa Ana, CA 92705 ENGINEERING T. 714-744-9400 www.kabbara.net March 13,2025 City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Attention: Public Works Department Subject: Fee Proposal for On-Call Civil Engineering Professional Consulting Services—General Civil Engineering and Water/Sewer/Storm Drain Engineering Specialties Ladies & Gentlemen: Thank you for allowing us to present our Proposal to the City of Huntington Beach for On-Call Civil Engineering Professional Consulting Services for the General Civil Engineering and Water/Sewer/Storm Drain Engineering Specialties. Our hourly fees/rates shall remain fixed for the first-year duration of this contract. Cost of Living Adjustments(COLA)to our hourly rates may be requested for each of the remaining years of this 3-year minimum term contract as stated in the City of Huntington Beach's RFP dated February 4, 2025. Our hourly fees/rates include all indirect costs associated with providing the subject services to the City of Huntington Beach, as follows: CLASSIFICATION HOURLY RATES ENGINEERING Principal Engineer/Project Manager $220 per hour Project Engineer/Senior Engineer $ 200 per hour Quality Engineer $ 175 per hour Designer/Civil Engineer $ 150 per hour Junior Engineer $ 125 per hour CADD Operator $ 110 per hour SURVEYING Licensed Land Surveyor $ 220 per hour Survey Technician $ 150 per hour CLERICAL Clerical $ 90 per hour mom KABBARA601 N. Parkcenter Drive, Suite 205, Santa Ana, CA 92705 T. 714-744 9400 www.kabbara.net ENGINEERING MISCELLANEOUS EXPENSE CHARGES: Kabbara Engineering considers local travel/mileage,photocopying,first class postage, telephone,facsimile, and mobile communication charges a normal part of doing business and such costs are included in the stated hourly rates. Out-of-pocket expenses including pre-approved travel and lodging, outside exhibit preparation, requested overnight courier or registered and/or certified mail(return receipt requested) charges, and specialty reproduction (unless otherwise specified) are in addition to the contract amount and will be charged at cost plus ten percent(+10%)for administration, coordination, and handling. Mileage is charged at the maximum allowable IRS rate. A finance charge will be computed at the rate of 1.5 percent per month, which is an annual rate of 18 percent and charged on all past due accounts. If legal action is brought on delinquent accounts, the prevailing party shall be entitled to recover its reasonable attorney's fees and other costs of collection. SUBCONTRACTS: Subcontracted services, such as geotechnical,field survey, electrical, structural or environmental engineering services, will be invoiced at cost plus ten percent(+10%). In the event Kabbara Engineering is required to perform any act in relation to litigation arising out of any project with the Client(for example, expert consulting, responding to a complaint, or proceeding with discovery and trial), such services are not part of the contract, nor are they part of our normal fees. If required, these types of services will be invoiced at three times (3x) the regular Principal hourly rates. Also, attached herewith, as requested, is the Hourly Rate Schedule for On-Point Land Surveying Inc. (subconsultant), subject to prevailing wage requirements and yearly increases, as needed. Thank you for this opportunity to be of service. We look forward to working with City staff on this contract. This proposal shall remain valid for a period of 180 days from the date of this letter. Should you have any questions or need additional information, please contact me at the following address: 601 N. Parkcenter Drive, Suite 205, Santa Ana, CA 92705, or by telephone: (714) 744-9400, extension 22, or email at leah@kabbara.net. Sincerely, KABBARA ENGINEERING 14t4°4fr#A Leah Kabbara, PE, QSD Principal Engineer 2 O P INT LAND SURVEYING, INC. 1906 Orange Tree Lane, Suite 240 • Redlands, California 92373 (909)792-2221 •(909) 784-1836 fax office@onpointlandsurveying.com •www.onpointlandsurveying.com RATES EFFECTIVE August, 2024 HOURLY RATE SCHEDULE (NON-PREVAILING WAGE) OFFICE: Research of Records/Drafting/Mapping $150 Survey Calculations and Document Preparation $150 Land Surveyor Review/Professional Services $200 FIELD: Survey Crew (4 hour Minimum) $240 Survey Crew (Outside of normal hours of operation) $320 Travel Time $150 HOURLY RATE SCHEDULE (PREVAILING WAGE) OFFICE: Research of Records/Drafting/Mapping $150 Survey Calculations and Document Preparation $150 Land Surveyor Review/Professional Services $200 FIELD: Survey Crew (4 hour Minimum) $275 Survey Crew (Outside of normal hours of operation) $412 Survey Crew (Project Labor Agreements) $300 Travel Time $150 Global Positioning Systems (GPS) Surveys Estimates upon Request GPS Receiver/Data Collector $150/per Receiver per Day Expert Witness/Testimony (Portal to Portal) $300 per hour Rates Subject to change based on operating costs and/or Prevailing Wage Rate increases Your Project, On Budget, On Time... On Point Land Surveying! lYYYY) A�® CERTIFICATE OF LIABILITY INSURANCE DATE(MMlD5/21/2D25 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(les)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; Sherry Young Risk Strategies Company PHONE r FAX 2040 Main Street, Suite 450 IAIC.No-Extl: 949-242-9237 LNc 1 E-MAIL Irvine, CA 92614sy oung@risk-stratepies.com ADDRESS: SyOUnq I'[T�rISk-strafe IBS.COm INSURER(S)AFFORDING COVERAGE NAIC A www.risk-strategies.com CA DOI License No.0F06675 INSURER A: Citizens Insurance Co.of America 31534 INSURED INSURER B; Hanover American Insurance Co. 36064 Kabbara Engineering 601 N. Parkcenter Dr., Ste 205 INSURER C: Travelers Casualty and Surety Co of America 31194 Santa Ana CA 92705 INSURER 0: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 85431954 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 Or INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTRINS° WVD POLICY NUMBER ,(MMIDOIYYYY),IMMIDO/YYYYI A ✓ COMMERCIAL GENERAL LIABILIPr OB39087287 6/1/2025 6/1/2026 EACHOCCURRENCE S2,000,000 DAMAGE TO RENTED CLAIMS-MADE ✓ OCCUR PREMISES(Ea occurrence) $1,000,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY ✓ Tei LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER' $ A AUTOMOBILE LIABILITY OB39087287 6/1/2025 6/1/2026 (Ea ea,deDI,INGLE LIMIT $2,000,000 ANY AUTO BODILY INJURY(Per person) $ - OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY _ AUTOS -PROPERTY ✓, HIRED AUTOS ONLY ✓ AUTOS ONLY (Per acrid nDAAfAGE $ A ✓ UMBRELLALIAB ,, OCCUR OB39087287 6/1/2025 6/1/2026 EACH OCCURRENCE S2,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $2,000,000 DED ✓ RETENTION$0 $ B WORKERS COMPENSATION WZ39117321 6/1/2025 6/1/2026 ,/ STATUTE EORH AND EMPLOYERS'LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE YINI N!A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? I N (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S i.000.000 It yes,describe under DESCRIPTION Or OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000_ C Professional Liability 108102298 8/3/2024 8/3/2026 Per Claim:$2,000,000 Aggregate:$2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Projects as on file with the insured including but not limited to: APPROVED AS TO FORK! r r.S.yil\ On-Call Engineering and Professional Consulting Services. Professional Liability Retro Date:Full Prior Acts;Deductible:$5,000 per claim. By: MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn:Director of Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main St. Huntington Beach CA 92648 AUTHORIZED REPRESENTATIVE rCL -SlyLw.t_lett. 1 RSC Insurance Brokerage ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 85431954 125-26 GL-HNOA-EL-WC, 24-26 FL I Sherry Young 15/21/2025 2:44:44 PR (PDT) I Page 1 of 1 0#o,c ' TO?� CITY OF ( - Y HUNTINGTON BEACH •N•..•TV••'•'P�`d,' Lisa Lane Barnes I City Clerk July 18, 2025 Kabbara Engineering Attn: Leah Kabbara 601 N. Parkcenter Drive, Suite 205 Santa Ana, CA 92705 Dear Ms. Kabbara: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Kabbara Engineering for On-Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, AKN-K Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714) 536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov �� in City of Huntington Beach Ital INTER-DEPARTMENT COMMMUNICATION HUNTINGTON BEACH TO: Honorable Mayor and City Councilmembers FROM: Chau Vu, Director of Public Works DATE: July 1, 2025 SUBJECT: SUPPLEMENTAL COMMUNICATION FOR ITEM 13, FILE ID 25-396, APPROVE AND AUTHORIZE EXECUTION OF PROFESSIONAL SERVICES CONTRACTS FOR ON-CALL GENERAL CIVIL ENGINEERING AND PROFESSIONAL CONSULTING SERVICES WITH ANCHOR QEA, INC.; ARDURRA GROUP, INC.; AZTEC ENGINEERING GROUP, INC.; BOWMAN CONSULTING GROUP LTD.; CANNON CORPORATION; CWE; EEC ENVIRONMENTAL; GHD INC.; H W LOCHNER; HARRIS & ASSOCIATES, INC.; HDR ENGINEERING, INC.; HR GREEN PACIFIC, INC.; HUITT-ZOLLARS, INC.; KABBARA ENGINEERING; KREUZER CONSULTING GROUP; MICHAEL BAKER INTERNATIONAL, INC.; MICHAEL K. NUNLEY AND ASSOCIATES, INC.; MOFFATT & NICHOL; ONWARD ENGINEERING; PACIFIC ADVANCED CIVIL ENGINEERING, INC.; PROACTIVE ENGINEERING CONSULTANTS, INC.; PSOMAS; GLENN A. RICK ENGINEERING COMPANY; SA ASSOCIATES; STANTEC CONSULTING SERVICES INC.; TAIT & ASSOCIATES, INC.; AND TETRA TECH Please be advised that the attached PowerPoint presentation has been revised and updated, effective July 1, 2025. Should you have any questions or require additional information, please feel free to contact me. Thank you. c: City Clerk TlNG ' . ProfessionalServices iiiiw T •........ ••. Contracts for On-Call c .•'• ,toPoRATF ••• ______ _, •• < General Civil Engineering & ,�;- ''• \ Professional Consulting . c, g �. _ r., s Services =�__ _ _ _ _ _ _ _ , S - : , Department of Public Works _ _ - -:- July , 2025 • 0 _ --- ;I. 0 1 jil •• 8, P*.• ••*•:;' , •••••• AO 61°UN �CTH /,/ �ii�/ Background / Need The Public Works Department (PW) needs civil engineering consultants to help with planning, designing, inspecting, and testing various improvement projects. To find qualified firms, PW issued a Request for Qualifications (RFQ). RFQ Overview • Covers multiple disciplines: bridge, environmental, ocean, storm drain, sewer, street, and water. • City previously had 27 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. ... engine:: s ,.., / �//III _ pak , y t III ' Rr ; t1 ��NT I N G ` • --) I Why/ Benefits CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications, inspections, testing, and regulatory compliance • Task orders are issued in compliance with Municipal Code section 3.03 On-Call Total Task Orders (2021-2025) III ANTINGTo /I ff( �.•,„c,pRPORATF°'•••• <9f % cam; 411 202 2022 2023 2024 2025 • In the last 5 years the City has issued over 100 task orders. ?cF•. 8.;: ..0��ol01 couNTV tPii" Why/ Benefits CIP Project Support • Projects may include up to 25% in on-call consulting support services for design/construction support • In the last 5 years the value of CIP projects is $238 million • This equates to approximately $60 million in fees for professional services Total CIP Budget (2021-2025) Values are in millions $60 $41 $35 is iI N6TD— •AN • 2021 2022 2023 2024 2025 Lj;• — - - -_- • • ?CF' .....::.9:....o/�I CojNf c ,# i Procurement Process EvaLuation • Total of 37 proposals were received in response to the RFQ. • In accordance with federal Brooks Act, CA SB 419, and HBMC, a 3-member panel was convened with City staff from 2 departments. The process was centralized by the Finance Department. • The panel ranked each proposal based on qualifications submitted such as relevant experience and reference checks. NG7-11 ol =G0ONTY \ /I Recommendation i'V:. Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On- Call Civil Engineering & Consulting Services. Anchor QEA, Inc.; Ardurra Group, Inc.; AZTEC Engineering Group, Inc.; Bowman Consulting Group Ltd.; Cannon Corporation; CWE; EEC Environmental; GHD Inc.; H W Lochner; Harris & Associates, Inc.; HDR Engineering, Inc.; HR Green Pacific, Inc.; Huitt-Zollars, Inc.; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International, Inc.; Michael K. Nunley and Associates, Inc.; Moffatt & Nichol; Onward Engineering; Pacific Advanced Civil Engineering, Inc.; Proactive Engineering Consultants, Inc.; Psomas; Rick Engineering Company; SA Associates; Stantec Consulting Services Inc; TAIT & Associates, Inc.; and Tetra /i Tech. oii\.NT I Ng <, � _ I The on-call contract is not a guarantee of work as these services are on an "as-needed" basis. .;Q �� \ • ... C°UNTY ��ii� 's -Pet4Ided I-abor And Fee RryA...alma Y` (its of Huntington Beach t t- Newland But hard Pre oct ProposaL 4. Fee Schedule -_I�h�� Grr val. 17C 0S Qr_. P gr.l_. 3.i..I 933 c w (w 1 t3,tee .rr.q fr 7 vA+ Ta”I Pt..to 1 Fer IWaaC.r 31,eaole Prolrlf span 3avow tagrr 3fappag No -Exa iii le = M M3:- _ _ _ _ p HmWm.t F4 2 V fL6t 3+ 05 t:.Vs1 316I 32 SI 3a l:ii 0 1 1 ■...: saa_� J 72 Sla ale En`OP Pl�tLrapad Mmuts P.r10eT5tam'a']1.Gow Field Walk (l;Omer.7'RYo[3C PIeM 4,.,. tIA 4 • 12 SS WO 13 Cstttlttt�� t.IGianill2211.6):i t13l SSdr 6iateIIpieesl 1k61i�a� 3SI 244 2249 15 930PdItIId6 • L.3St • A I 4 • _ 9MIU O)= L.s-E 41.lM us 0-! 03 so so 4,, tI f.M+ IMOM folk astata. r 1 ...-4uni ecau t." 'ri loos ofsd e sumo A�•l. .e.3 4*-ADA :..- anvrnt.uo-aet a.,aac rnn a xettx. S"33- I I • I I • __ --._ _.... __.. _... 5.aiw+m= N IS es se !0 w s27.16' SI s27.33'" 1a203 Prefer.lagettme -I F Rara.. 1e TT T a-.E •iirans I I 24 24 - P_I s3xS i-Ke pi:1. E3lrz 20 60 - 43�1E6 sit an' 3- an 31.1,ac 5 .r c= lr: 12 ao 3' ▪+ _3t.4, ema-aelc,'amanryra xc.Jn.acorn I 13 - 16 sa n. ,a -1-.4-3>esas iatrAcy'3?"ISC a'3 14 ' IA 3u13o 3? FIMPrmAlEr.T aIS-.._ � 31JI; 3i-'L 33 Ra T.yl;tynir^...>Iu1rzP a f 12 33-.III 301: Ls% s6o SntQalh �} ! `1 13.146 316'1: 3I Call ScdR ad%t1Da's Plm...orr.2IA1a:..0: 3 '1$ 1 57351 •1 SLl dE- 312 236 1rI IPe-•5a.31cdr.0 311 lID 511'lR 313 1=33=al S111=13almc arr.sp31131y1) 24 •0 S33•3 3I441r a 13 C1ac'Ti®pR751/':-725 7 _ - 2 4 1 5.15:6 _31.710 31a QAI:C(43.,I.1m3*L l ill l?A Ste.3M. SWOON Man= • 11 111 3111 I)f 231•66 IS)- it 316,439 53.6111 019.154 3S3J96 5.31,13'9 36 346.564 ' 31011.116 11 x.,n.CI:C=1MA 203332. II -_ 53.254 42 Costa sde.<I ISO.!'5o, ) • s SI aI 02.322 43 ri-eatk SceuLCrva-,t rrr.yda3ia11 1 3 SI MO 3435. •- Ca-37Aas lISL:.: ui: -- 32 60 513 u- 45 RIM Pls231043.1 o:: - $3�]II 43.52:: 36 QACC r 10t.0ahmiseT. 12 1 36-22 5aklatrRms. I 12 • It 1.e 61 '' 5.t114+03= * 144.• u.e.0 3.4.13 19323, 31,421 So SoruMm ts'.•^o TarlHa tans ob.Closaisama.. 3 ,wit y0sal 1w x• s.433 1.1! i,I.31a/t d Aisatea dr inv: iw t3fS0 lit. Ms ai•t ••os sms sear 121'J36` IMAM TOI.iL ESTIMATE FEE FOR ENGINEERING WORT:COVERED L"THE RIP 5302.339 +wwr,,eto•. -wane an.3-ray 1 rG11..0 mac•nG^e1,-11 1 ay'1R xtao 2ayani •_1M1 MI IIp9.1h01fl Ala c:atc^a 90",,rn . any r^_I.-..31]11G aw_,�[x-P:ae 1.Te efl0e3lm1.113 tn.uy nax..n1r19srferc. ▪ JLIYV Cm Pat•ac 1311.ar.ar sear%at O.G..a.,arc we aaaa. a 'eY.alpr,e2ur3-2 0Je:31213,•aes 1 ACM PTA9er7 alter 303.maw aaaro.a a-e 11t1e3.1 ,:It t.ra lee W IIerra 6.Us-lea. to 21Cv'-443...Etta: a r'-cl1atc vn Ian:tti.-anal cns,a.,m;+na:en I1.z1e KM,car GI..eerr n-III dr.a yy.r:-y-•..Awna •3,.. x:glxc...cur ly.1Ocl33 c...•owow:ys arlr S Vo'saram,Posed:a,C a091133 on ma•G.. AEA Ramp i.3raeene-ac 3.3 et letr;r_.a 333a 3123a3r3 plans. 13 AC 2.a.a:e rtan-r-n I as a.lrlatal wI".A.A.Sena.2133h chalk.00394 an]IF. INVOICE Ich ra- 17 2025 n vo i c e City olMmtmOvx beach Protect No 1220038007 30061a1n St Imoea hb 8E633 Pit Sow 190 P.eleel Narager Huntington Beach,CA 52440 Total this heroics 65.006,281 Nesalr.&pacl lossovers b professional 5arwcss noel January26 lg25la Fahruary 22,21123 Exam l e Phase 1 Project Management Task 11 Project Management Hours Rate Amount 300 250 52 9a1 35 orals 300 541 Sh Labs,Tour 641,515 Total this Task 1841.60 Task 1: Pray/et Management hleatinyc Hoots Rasa Mount 3 75 374.36 I.102 73 3.00 2130.52 541.55 1 75 170 00 297 50 T.50 13.T9 98B 47 olds 16A0 3,530 22 Labor Total 3,630.27 Total this Task 63.530.22 Total this Phase 64 371.18 Phase 3 P'eil,n na a Proxrterh;l Task 36 GA Signing and 5vi7557 P1a',51351, Hours Race Amount 3.75 170A0 637.30 rotas 3 r5 531 50 Labor Total 037.50 Total this Task 6832.50 fit -.ake...osalliesise lent tt>bl Total tine Phase 663T.60 budtlsl 5u nlnrary Crarent Price To-Date Total @ brigs 500928 000 5.009,28 Budget 3132.339.00 Budget Room sny 297.329.72 Total this Invoice 65.009.20 .1 . ,.„, i , • 4?4.4 k.•ke,„, .,, i s. # --"'._".,..-•,-jt-..., r. P ,, c I _a 4 ,r 1,t.•r• )i•0.s1.I0%,r....1.1 .. ir .. - ...1‘t•' 1 ' . ' 4 CI '1 ,I . • . ......, , ——• ii 11 1 , ...... -- t•',1 i •. ch• Cl) c 1 •_o 4010 Cl) w 3 OP 1 1 ING •.•• �• p p Rq ••.•N �,4/ Professional Services Contracts for On- < '9 Call - - • V General Civil Engineering and _-- - • s Professional Consulting Services Department of Public Works - • + Jul 1, 2025 • .• • f ''• , FB PO •• •• 17 1909 ••• < z •••,e ' ,••• \W #\- 0 C ick,„A O T`( ir ...,, ,r ,41►/ 1642 BACKGROUND/NEED The Public Works Department(PW) needs civil engineering consultants to help with planning,designing,inspecting, and testing various improvement projects. To find qualified firms, PW issued a Request for Qualifications (RFQ). RFQ Overview • Covers multiple disciplines: bridge, environmental, ocean,storm drain,sewer, street, and water. • City previously had 27 on-call firms (2021-2025). • Planning to select 27 firms again through this RFQ. \. i -. �/ TING t 1f 1 / i i f� t`' •� �; f �� � I c _a; *s:01 I ' ; L°LINTY t rir 1643 WHY / BENEFITS CIP Engineering Support • Includes diverse infrastructure projects needing civil engineering • External design reports or specialized studies for projects • Assists with grant applications , inspections , testing, and regulatory compliance r On-Call Total Purchase Orders t , (2021-2025) 28 26 -w-. 22 .•... < \) INGTO 10 "i O`. .••NtoRP0RArE'a....• ��; .• y x - • �) : allIiiGl �, %z .ems' 2021 2022 2023 2024 2025 . _ •• In the last 5 years the City has issued over 100 professional servi '••.Fe. ,, ,yoy,;°:••<cO� contracts . F'O IT N O'N" 1644 WHY / BENEFITS CIP Project Support *Projects may include up to 25% in on-call consulting support services for design/construction support 'In the last 5 years the value of CIP projects is $238 million •This equates to approximately $60 million in fees for professional --, . -- -, Total CIP Budget (2021- 2025 ) ( Values are in millions as3.64/I6 . .o .. . $...6,,,.,3..,l4 • ll, $35 ey A*,/ .*..°..11.71.?."..4..7 70' ' " * r 1 0 T l I -. . / 2022 2023 2024 2025 --. . ,, . ' t I 4iiiihriaibia.1 C) \ S : - -_-:-_ --- %,-v3 % -e--4- • :ie-e</.:4::_ . / lik 17 e• ---.--E-- -..-77: 1-:7-, .•„,_- i ‘ ,.•:.. f.e.9------t,5.0 • 4%S°UNP( 1° ii 'mt.totowdorAr-if 1645 \\ .\ X I \-Z -11 —1*i L- i RECOMMENDATION 1,.-'.\s„. `11 _ )", 1.i.4s ' 1, .�� `,-,& Recommended Action: Authorize the Mayor and City Clerk to execute a not-to-exceed $2M contract with 27 firms for On-Call Civil Engineering & Consulting Services . Anchor QEA, Inc . ; Ardurra Group, Inc . ; AZTEC Engineering Group, Inc . ; Bowman Consulting Group Ltd. ; Cannon Corporation; CWE; EEC Environmental ; GHD Inc . ; H W Lochner; Harris & Associates , Inc . ; HDR Engineering, Inc . ; HR Green Pacific, Inc . ; Huitt-Zollars , Inc . ; Kabbara Engineering; Kreuzer Consulting Group; Michael Baker International , Inc . ; Michael K. Nunley and Associates , #i'Afj".4��'— Inc . ; Moffatt & Nichol ; Onward Engineering; Pacific Advanced Civi.0<,N`.NT••••G...4/ ' Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R `• .;-=- --_-.__.••.(.9\ Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAI �1 rl-a •i= Associates , Inc . ; and Tetra Tech. o s .110111111 . , • The on-call contract is not a guarantee of work as these services are'w C0(/NTY GPI/# ` on ?r ,ii 1646 Qu e s tions . ?1,‘,,,,....,,.4 . , • , „.„ ... ,II, , 1 i 1 , (. 1 .1.4 ' 'Lf.ifi#' ipmllifi;:,.10,:41,11.9-imia. - , , 4,:-. .,1 . ' . . '., . ,t.:.,.. .-- .. ., -. t ;r [ - .Y. 1 •r 4' � M til Ti 'y .• * "' 'sir s.-t"t# , • r� "�ir����f1 1c,A