Loading...
HomeMy WebLinkAboutAnchor QEA, Inc. - 2025-07-01 r�n1 pGT 2000 Main Street, ...... ,.�? Huntington Beach, CA U , 92648 City of Huntington Beach APPROVED 7-0 se) J CUU ‘o File #: 25-396 MEETING DATE: 7/1/2025 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis � City 9 Hopkins, Manager P 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 Contract between the City of Huntington Beach and Bowman Consulting Group Ltd for On-Call Civil Engineering and Professional Consulting Services"; and • E) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services Contract between the City of Huntington Beach and Cannon Corporation for On-Call Civil Engineering and Professional Consulting Services"; and * 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 �E 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 9K 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 * K) Approve and authorize the Mayor and City Clerk to execute $2,000,000 "Professional Services 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 �L powered by LegistarTM )0Gpe4/1 Gt) fig ) 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 le 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 * 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 >0 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 • 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 Legistarn" 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 LegistarTM 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 LegistarTM 99 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND ANCHOR QEA, INC. FQR QN-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 ANCHOR QEA, INC., a California Corporation hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide On-Call Civil Engineering & Professional Consulting Services; and Pursuant to documentation on file in the office of the City Clerk, the provisions of the Huntington Beach Municipal Code, Chapter 3.03, relating to procurement of professional service contracts have been complied with; and CONSULTANT has been selected to perform these services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows: 1. SCOPE OF SERVICES CONSULTANT shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "PROJECT." CONSULTANT hereby designates Michael Whelan 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. 25-16466/378619 1 of 11 3. TERM; TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on J A,k J 1 cr , 20 2 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." 25-16466/378619 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: 25-16466/378619 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 25-16466/378619 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 25-16466/378619 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 25-16466/378619 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: 25-16466/378619 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach Anchor QEA, Inc. ATTN: Director of Public Works Attn: Michael Whelan 2000 Main Street 301 East Ocean Blvd., Suite 1860 Huntington Beach, CA 92648 Long Beach, CA 90802 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 25-16466/378619 8 of 11 neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement 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. 25-16466/378619 9 of 11 24. ATTORNEYS 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 25-16466/378619 1 Q 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, ANCHOR QEA, INC. CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California By: Mayor M,C-,'t ► ADA.4't print name ITS: (circle one)Chairman/PresidentNice President City Clerk Pryap4EyLtrouear& S1,,0.4- ,0au- AND INITIATED AND APPROVED: By: X� `?/� 2rG7G«- a �e ��'p'"IS Director of Public Works print name ITS: (circle one 41M Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: City Attorney COUNTERPART 25-16466/378619 11 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, ANCHOR QEA, INC. CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California By: ayor print name w,`t ITS: (circle one)Chairman/PresidentNice President City Clerk AND INITIATED AND AP ED: By: Director of Public Works print name ITS: (circle one)Secretary/Chief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: (�•�City Attorney COUNTERPART 25-16466/378619 1 1 of 1 1 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 301 East Ocean Boulevard,Suite 1860 ANCHOR Long Beach,California 90802 657.227.7430 March 13, 2025 A. COVER LETTER City of Huntington Beach, Buyer Attn: Public Works Department 2000 Main Street Huntington Beach,California 92648 Re: Statement of Qualifications On-Call Civil Engineering Professional Consulting Services- Category C:Ocean Engineering On behalf of Anchor QEA,we are pleased to submit to the City the attached Statement of Qualifications (SOQ)for on-call civil engineering and professional consulting services.We would like to submit our qualifications for Item C.Ocean Engineering,and the proposal price will be valid for a period of at least 180 days. Anchor QEA has been working with the City's Public Works Department under ocean engineering on-call contracts since 2015,and we are excited about the opportunity to continue providing professional consulting services to assist the Public Works Department.With our local experts, innovative and cost-effective solutions,and immediate response times,our staff have become a trusted resource for shoreline engineering services to the City. Trusted Local Resource for the City Anchor QEA is an internationally recognized environmental and waterfront engineering consulting firm with expertise in marine structure assessment and design, coastal and geotechnical engineering,and beach erosion and replenishment processes.We are currently performing similar services for several coastal cities throughout Orange and Los Angeles Counties. Our local waterfront engineers are supported by a team of dredging, sediment quality,wetlands and habitat restoration, regulatory compliance and permitting,and construction management professionals.Anchor QEA's Long Beach office—located less than 15 minutes from the City's offices—will be our lead office for this contract. Locally Experienced Project Management Fred Massabki, a senior engineer in our Long Beach office, has Fred Massabki,Project Manager more than 15 years of experience working in Huntington Local Office:301 East Ocean Blvd.,Suite 1860 Harbour and with Huntington Beach projects. He will be the Long Beach,CA 90802 project manager and single point of contact with the City and Direct:657 227 7457 Cell:310 903 9184 our team members.Adam Gale,a principal planner and Email:fmassabkiftanchorgea.com Anchor QEA shareholder, has more than 20 years of local coastal project experience and will be our team's principal-in- charge.They will be supported by more than 20 in-house, regional engineers, planners,and biologists. •£,ANCHOR City of Huntington Beach On-Call Engineering and Professional Services I 1 V—,QEA" : March 13,2025 Page 2 Relevant Similar Local Experience Our SOQ presents only a small portion of the more than 20 years of engineering, modeling,and permitting services we have provided to the Cities of Huntington Beach, Newport Beach,and Long Beach;the Counties of Orange and Los Angeles;and the Ports of Long Beach and Los Angeles.The selected examples in our SOQ are high-profile projects that we feel best represent the types of projects for which we anticipate the City may require our assistance. In addition,we have supported dozens of small businesses, marinas,and private homeowners with similar services at a smaller scale, highlighting our ability to handle a wide range of project needs. Innovative Project Solutions Our staff are frequently contacted to develop innovative and cost-effective solutions where others have failed. For example, after 20 years of researching potential remedies for its unique coastal erosion needs,the City of Long Beach retained Anchor QEA to find the best option,which we did at a cost that will save them considerable funds. Similarly,the County of Orange has just retained Anchor QEA to help develop a means and methodology for long-term beach protection needs at Capistrano Beach. Both are high-profile projects where clients sought out Anchor QEA staff for their capabilities to develop unique solutions. We have reviewed the general requirements outlined in the City's 50Q request.We can provide the required certificate of insurance and have no exceptions to the City's Standard Form of Agreement,and our business license with the City, No.A291404, is current.We have received and reviewed Addendum 1,dated February 26, 2025.Thank you for the opportunity to submit this qualifications package. Please contact us if you have any questions. Sincerely, Aa4416/9"11 Michael Whelan, PE Fred Massabki, PE Principal Engineer(CA No. C69833) Senior Managing Engineer(CA No.C70423), Project Manager mwhelan@anchorqea.com fmassabki@anchorqea.com ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 2 QEA REQUEST FOR PROPOSAL VENDOR APPLICATION FORM TYPE OF APPLICANT: ❑ NEW E CURRENT VENDOR Legal Contractual Name of Corporation: Anchor QEA, Inc. Contact Person for Agreement: Michael Whelan, PE Corporate Mailing Address: 301 East Ocean Boulevard, Suite 1860 City, State and Zip Code: Long Beach, CA 90802 E-Mail Address: mwhelan@anchorgea.com Phone: 303-952-4850 Fax: N/A Contact Person for Proposals: Fred Massabki, PE Title: Project Manager E-Mail Address: fmassabki@anchorgea.com Business Telephone: 657-227-7457 Business Fax: N/A Year Business was Established: 1997 Is your business: (check one) ❑ NON PROFIT CORPORATION 0 FOR PROFIT CORPORATION Is your business: (check one) n CORPORATION ❑ LIMITED LIABILITY PARTNERSHIP I INDIVIDUAL ❑ SOLE PROPRIETORSHIP PARTNERSHIP ❑ UNINCORPORATED ASSOCIATION 1 of 2 Names & Titles of Corporate Board Members (Also list Names & Titles of persons with written authorization/resolution to sign contracts) Names Title Phone Po Chen CEO 206-287-9130 Rob Howell COO 251 -626-8149 Tom wang Shareholder/Corporate Board Member 206-287-9130 Susan Hill, John Cowdery, Linda Larson Corporate Board Member 206-287-9130 Federal Tax Identification Number: 91 -1851322 A291404 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: 01/31/2026 2 of 2 Disciplines of Civil Engineering Services Application Form *Circle all that apply* Civil Engineering Service Area Bidding? Y/N (circle) • Water/Sewer/Storm Water Engineering Yes ✓ No • General Civil Engineering Yes ✓ No • Ocean Engineering ✓ Yes No • Environmental/Water Quality Yes 7 No B. BACKGROUND AND PROJECT SUMMARY SECTION Understanding of the City With its premier Orange County coastline, popular public beaches and recreational harbor, landmark pier, and large areas of protected coastal wetlands,the City has a definite need for strong technical support with its coastal engineering projects.Anchor QEA understands the importance of protecting the City's high-profile and valuable coastal resources in both the short and long term,and based on our current work with the City,we understand the critical issues and concerns pertaining to the City's engineering needs, which include the following: • City-owned and maintained bulkheads, seawalls,and groins • Bridge and overpass upgrades and repairs adjacent to harbor waters • Sediment transfer and beach replenishment • Public-use marine structures, such as the Huntington Beach Pier • Public safety marine structures, such as the Marine Safety Division's docks at the Warner Avenue Fire Station • Studies and planning to identify and address long-term preservation of the City's coastline and its waterfront assets • Coastal wetland restoration and protection • Beach and bluff erosion and protection • Near-and long-term impacts and adaptation from predicted sea level rise • Other shoreline protection measures Understanding and Objectives of Ocean Engineering This section provides some examples of potential project needs that we can help the City fulfill,along with examples of similar project work we have performed. Marine Structures City marine structures include coastline facilities,such as the Huntington Beach Pier,and in-harbor facilities, such as the French Park dock,Warner Avenue Fire Station Marine Safety dock, bulkheads, seawalls, groins, and bridge overpasses and abutments. Examples of our experience include inspection of and improvements to bulkheads and seawalls throughout Huntington Harbour for the City and homeowners' associations (HOAs).We evaluated deterioration hotspots and presented cost-effective solutions to stabilize the pile-supported bulkheads and extend their useful design lives.This innovative design approach is similar to other recent projects completed by Anchor QEA, such as the Scorpion Pier Replacement on Santa Cruz Island,the Anacapa Island Wharf Replacement,the design of pedestrian and vehicular bridges as part of the Colorado Lagoon Restoration project,and a bulkhead integrity flood-risk study for the City of Newport Beach.We are currently designing improvements to the City-owned bulkheads on Sunset Island. 4, ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 3 EA Coastal Engineering Managing coastal protection issues is one of the most critical needs for any coastal city in Southern California.Constant threats from storm and king tide events require that City staff constantly evaluate potential structural weaknesses and are prepared to make emergency repairs if needed.Anchor QEA routinely performs these services within Huntington Beach,as well as in Newport Beach and Long Beach and throughout California. Recent examples include our work at Peninsula Beach in Long Beach,where we are addressing beach protection and boardwalk repair issues, as well as our work at Colorado Lagoon,where we are implementing a large coastal restoration project that requires addressing shoreline protection and sea level rise concerns. Permit Compliance Permit compliance for coastal and ocean engineering projects requires a unique skill set and deep familiarity with local,state,and federal agencies; local coastal regulations;and agency staff member concerns.Our coastal permitting work is led by Adam Gale and Dr.Jack Malone. Adam has more than 20 years of permitting experience, including design and construction work. His experience includes supporting permitting for waterfront property owners in Huntington Harbour(e.g., Portofino HOA), maintaining an on-call marine engineering contract with the City of Newport Beach for more than 15 years,and working extensively along the California coast and nationally.Jack is a former regulator for U.S.Army Corps of Engineers (USACE),where he led coastal permitting projects for the Long Beach and Huntington Beach areas. Both,with the support of Marine Vie, have prepared permitting documents for HOA clients in Huntington Harbour. Anchor QEA has become a leader in developing coastal projects, and we are the only firm to have successfully implemented innovative approaches such as the use of in-harbor confined aquatic disposal sites for dredge materials.We are currently managing the regional dredging permits for the Cities of Newport Beach and Long Beach and the Port of Long Beach. Geotechnical Engineering Because of California's typical sandy shoreline geology, local coastal engineering projects rely heavily on geotechnical engineering to provide stability and protection from seismic events.Anchor QEA's civil and geotechnical engineers have considerable experience with local conditions and have been designing shoreline structures such as seawalls and various pile-supported structures for more than 40 years. Recent project examples include the Rhine Channel Contaminated Sediment Cleanup for the City of Newport Beach and the Scorpion Pier Replacement on Santa Cruz Island for the National Park Service. Currently,we are working with the City of Newport Beach on a geotechnical investigation and report as part of our design effort on the Balboa Yacht Basin marina replacement project. ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 4 QEA C. METHODOLOGY SECTION 1 . Implementation Plan Project Management Approach Our general methodology for on-call tasks follows a proven sequence of procedures.The project implementation process begins when our project manager, Fred Massabki, PE, receives a specific task assignment from the City. He will assess the scope of work and develop a budget and schedule,which will be continuously monitored during the project.The task scope,fee,and schedule will be reviewed with the City's representative to ensure alignment before work begins. Fred will select the appropriate key personnel from our team based on their qualifications and experience relative to the technical and regulatory requirements of the task. He will serve as the primary point of contact with the City and our team members. For each task assignment,an internal kickoff meeting will be held with assigned team members to review the scope of work, schedule,and the City's goals. Internal team meetings will be conducted as needed to monitor progress against the budget and schedule. Fred or Daniel Shishino,our deputy project manager,will meet with City staff during the project to communicate status updates and resolve challenges as they arise. To maximize the effectiveness of project meetings,we will prepare meeting agendas and timely meeting minutes to document discussions,action items,responsible parties,and deadlines.Our experience has shown that regularly scheduled meetings and open dialogues encourage creativity and result in successful projects. Review Milestones for Internal and External Stakeholders At the start of the project,Anchor QEA will coordinate with the City's project manager to establish a communication plan and review schedule.We will identify key documents requiring City input and incorporate them into the baseline schedule. Anchor QEA will collaborate with City staff to engage external stakeholders,ensuring meeting agendas are prepared and shared in advance. Stakeholder feedback will be documented in meeting minutes and provided to City staff for review. Project Management Strategies/Techniques Fred is supported not only by the technical staff at Anchor QEA but also by administrative staff who monitor project budgets and schedules, providing updates to him and other project managers on project status. We utilize Microsoft Project,Workday,and BST to manage schedules, resources,and budgets throughout the project lifecycle. To maintain alignment with project goals,we will prepare a project charter memorandum outlining objectives, potential challenges, mitigation measures, and opportunities.With City approval,this document will guide risk management and scope adjustments. ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 5 QEA`'`'" As part of the monthly invoice,Anchor QEA will submit a cover letter and financial summary detailing the updated project schedule,cost summary, expenditures,work performed during the previous month,and any pending or outstanding items. 2. Client Satisfaction and Compliance with Scope of Work Fred and Daniel,with Adam's support,will review the project charter memorandum and task order scope of work(SOW) to confirm alignment with the City's project expectations and ensure efforts remain within the defined SOW. Any changes to project goals will be documented in a revised project charter memorandum and submitted to the City's project manager for review and approval. Anchor QEA follows a well-established Quality Management System to maintain quality across all project deliverables. At project initiation,we will prepare a brief quality plan outlining deliverables,due dates, and assigned reviewers. Each deliverable undergoes a detailed check and technical review by independent reviewers, including technical experts and editors.Anchor QEA's Quality Assurance Manager conducts regular audits to ensure compliance with Quality Management System procedures throughout the project. 3. Project Schedule As part of a project SOW proposal, Anchor QEA will define the overall project duration and, if required, provide task-specific durations along with a bar chart schedule. Upon task order issuance,and as required by the SOW,we will develop a work breakdown structure in Microsoft Project,assigning durations and interdependencies to establish the baseline schedule.This schedule will include milestones, key completion dates,City and stakeholder meetings,and review periods. Fred and his project management team will conduct as-needed schedule reviews to monitor project progress and keep work on track. 4. Roles and Responsibilities Firm's Responsibilities As part of a project SOW proposal, Anchor QEA outlines the scope of work, including tasks to be performed, exclusions,and key assumptions used in preparing the SOW. The Anchor QEA team and organizational chart are detailed in Section D: Staffing,with key personnel selected for their local expertise in disciplines relevant to the Ocean Engineering scope of services. For each task order, Fred and Daniel will coordinate with key personnel to define Anchor QEA's SOW and allocate necessary resources. City Staff Responsibilities For condition assessment and design projects,the City is typically responsible for providing available record documents and notifying residents and businesses about any potential impacts. For design projects,we also ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 6 QEA request the City's front-end specifications, including contract terms and general conditions,to incorporate into the project specifications. While Anchor QEA can submit permit applications and coordinate with regulatory agencies,City staff must review,sign applications,and approve responses to agency comments.The City would also issue public notifications for comment periods and meetings,while Anchor QEA would provide agendas and meeting minutes. Anchor QEA will develop project-specific coordination and communication plans to ensure effective collaboration. D. STAFFING All ocean engineering tasks awarded to Anchor QEA will be led by Fred,from our Long Beach office.With 20 years of experience, including 17 years in Orange and Los Angeles Counties, Fred has managed condition assessments, marina repairs, and seawall stabilization projects throughout Huntington Harbour. He is currently overseeing City-owned bulkhead retrofits at Sunset Island and Sunset Beach. Fred will be supported by Adam,a firm partner and principal-in-charge,who ensures project objectives are met,allocates resources,and serves as a local backup contact. Based in Irvine, Adam has 21 years of waterfront development experience, including on-call contracts with Newport Beach and Long Beach. For scientific studies and sea ,'��NT";r��ro level rise assessments,Adam has contract execution 4,5( authority,while Michael ��o�,�' Whelan, PE, holds this authority ,'� for engineering assessment and PROJECT MANAGEMENT PRINCIPAL-IN-CHARGE design contracts. Fred Massabki,PE,PMP Adam Gale Daniel,a structural engineer Project Manager with 8 years of experience,will Daniel Shishino TECHNICAL ADVISOR serve as deputy project Deputy Project Manager manager, supporting Fred in Randy Mason,PE overseeing project tasks. Fred, Adam,and Daniel have MARINE STRUCTURES COASTAL ENGINEERING Fred Massabki, PE, PMP Megan Collins, PE held these same roles under the City's current on-call ocean GEOTECHNICAL ENGINEERING PERMIT COMPLIANCE Michael Whelan, PE Jack Malone, PhD engineering contract and will Marine Vie be supported by the section LANDSCAPE ARCHITECTURE leads outlined in the Anna Spooner organizational chart. ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 7 QEA. Anchor QEA Key Staffing (Resumes are included in Appendix A) Key Staff,Education,and License Role and Function r"i `" Fred Massabki,PE,PMPI 20 Years • Project Manager/Marine Structures,overseeing task order � Education:MS,Civil Engineering;Coastal scope,schedule,and budget while serving as the primary Engineering Certificate client contact and engineer of record v., Licenses:Professional Civil Engineer,CA(C70423); • Expertise in marine structures,ensuring technical PMP,Project Management Institute(1936952) i excellence,efficient execution,and client-focused project j delivery 11.!,' Daniel Shishino 18 years • Deputy Project Manager,assisting in task order Education:BS,Structural En ineerin management and leading structural investigations and '�ter` g g design • Experienced in marine infrastructure,inspections, permitting,and design Adam Gale 121 years • Principal-in-Charge,providing leadership,oversight,and ' Education:BS,Ecology and Systematic Biology contract compliance for project execution and success • Supports permit compliance and dredging operations, ensuring regulatory adherence and delivery f' S ` A .141 Randy Mason, PE 153 years • Technical Advisor,conducting structural design review and k " Education:BS,Civil Engineering ensuring integrity,compliance,and long-term resilience ' 4 s " License:Professional Civil Engineer,CA(C30661) • Decades of experience in Huntington Harbour,providing in-depth knowledge of bulkheads,docks,and coastal i ° , I infrastructure ¢F1 Michael Whelan,PE 135 years • Geotechnical Engineer,providing expert input and Education:MS,Geotechnical Engineering and leading investigations to support stable,resilient,and Environmental Engineering cost-effective project solutions 41 License:Professional Civil Engineer,CA • Extensive experience in soil analysis and foundation (C69833) design,ensuring engineering integrity and effective risk mitigation Megan Collins,PE I 18 years • Coastal Engineer,conducting hydraulic modeling to Education:MS,Civil and Environmental assess erosion,environmental loads,and shoreline "k Engineering;Coastal Engineering Certificate dynamics for resilient coastal solution License:Professional Civil Engineer,CA(C78997) • Expert in beach restoration and dredging design, ensuring effective erosion control and sustainable coastal management �: Jack Malone,PhD I 30 years • Permit Compliance Lead,managing regulatory * Education:PhD,Biology applications and ensuring projects meet federal,state, , and local permitting requirements * • Strong agency coordination experience,facilitating €i efficient approvals and regulatory compliance for seamless project execution 9 Anna Spooner 117 years • Landscape Architect,designing shoreline improvements • !A , ' Education:MLA,Landscape Architecture with sustainable,resilient,and aesthetically integrated solutions. • Expert in plant selection and bioengineered options, enhancing habitat restoration and coastal resilience ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 8 QEA` ' E. QUALIFICATIONS Firm Qualifications Anchor QEA is an environmental and waterfront engineering consulting firm that specializes in aquatic,shoreline,and OCEAN ENGINEERING EXPERIENCE water resource projects.As a firm,we have 28 years of IN CALIFORNIA engineering design and environmental support experience, 24 including 24 years in California,and have assisted local cities, counties,and ports with harbor maintenance,capital Years providing ocean engineering improvement projects, permit entitlements, and marine services to public entities,including infrastructure.With more than 550 employees and 27 offices the Cities of Huntington Beach, nationwide, we have the bench strength to provide additional Long Beach,and Newport Beach; resources as needed to support this on-call contract.Our local Counties of Orange and Los team can meet all of the City's coastal engineering needs, Angeles;and Ports of Los Angeles, including study of coastal processes;design of shoreline Long Beach,and Hueneme protection and beach nourishment projects;development of concept plans and preparation of construction documents for repair and/or construction of new waterfront structures including piers,seawalls, bulkheads,and floating docks;design and permitting support for dredging and sediment management;and construction support. We understand current coastal and harbor issues and actively contribute to the industry as leaders by serving on the boards of directors of the Marina Recreation Association and Western Dredging Association and participating in the California Marine Affairs and Navigation Conference and the local chapter of the American Society of Civil Engineers'(ASCE's) Ports and Harbors Group.We have exceptional relationships with local regulators from USACE, Regional Water Quality Control Board (RWQCB),California Coastal Commission,and the resource agencies, built on years of trust earned through our continued pursuit of sound scientific approaches in order to find novel solutions that meet everyone's objectives. ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 9 QEA` Similar Project Experience and Public Agency Client References In this section we have provided some of our more recent and relevant projects that highlight our experience and technical approach for solving our clients' ocean engineering needs.These include examples with the City as well as its neighboring coastal cities. r ; Sunset Island Bulkhead Cap Retrofit,City of Huntington Beach (January2025 to Present) Agency Contact:Joe Fuentes,PE;jfuentes@surfcity-hb.org;714-536-5259 Key Staff.Fred Massabki(Project Manager),Daniel Shishino, Randy Mason Anchor QEA is designing a retrofit of the City-owned bulkheads and caps at Sunset Island and along Pacific Coast Highway in Sunset Beach.The project is the result of our previous bulkhead study effort that assessed the general condition of all City-owned bulkheads in Huntington Harbour.The scope of work involves providing an updated assessment of the Sunset Island bulkheads and preparing construction documents for the replacement and extension of the existing bulkhead caps to address their condition as well as sea level rise. Retrofit of the bulkhead sheets with new tiebacks is also under evaluation.The work is being performed under Anchor QEA's professional ocean engineering services on-call contract. 444 4,'4.1 Seagate Seawall Undermining Improvements,Westchester Bay HOA and Seagate Lagoons Association (February2016 to April 2023) Client Contact:Joshua Freeman;joshua.freeman@seabreezemgmt.com;714-846-8177 Key Staff.Fred Massabki(Project Manager),Randy Mason,Adam Gale,Daniel Shishino "are. Anchor QEA performed a topside and an underwater"swim-by" survey of approximately 5,000 feet of privately owned seawall at Westchester Bay HOA and Seagate Lagoons Association in Huntington Harbour.Typical seawalls in the Harbour are L-shaped retaining walls founded on timber piles.The project identified undermining and voids along the seawall that required retrofit with pile repairs, grout fill,and toe protection.Anchor QEA prepared construction drawings and regulatory agency permit applications. Phase 1 work was completed in 2023 with future phases pending HOA funding initiatives. Colorado Lagoon Restoration,City of Long Beach (January 2015 to Present) ti Agency Contact:Eric Lopez,eric.lopez@longbeach.com,562-570-5690 Key Staff:Jack Malone(Project Manager),Fred Massabki,Randy Mason,Michael Whelan,Anna Spooner Anchor QEA is leading the development of a large remediation and restoration project at Colorado Lagoon and Marina Vista Park that will create a 25-acre habitat bank. Features include shoreline stabilization and development, park space, sports fields, roads, bridges, utilities,and landscaping.The main feature is the replacement of a box culvert with a new open channel connecting Colorado Lagoon with Alamitos Bay.Total construction costs are estimated at $30 million.Anchor QEA prepared the planning, permitting,and design and is supporting the ongoing ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 10 QEA. construction effort for this high-profile project.A previous phase of the project included dredging and sediment capping in the lagoon, habitat restoration,and reconstruction of pedestrian bridge. Peninsula Beach Boardwalk Study,City of Long Beach (March 2020 to April 2021) Agency Contact:Cory Forrester,cory.forrester@longbeach.gov,562-570-8918 Key Staff:Randy Mason (Project Manager),Fred Massabki 7` ""` 1' Anchor QEA prepared an assessment of a 3,500-foot-long timber boardwalk and timber plank wave deflection wall fronting residential structures that are facing beach sand and open ocean waters.The site is subject to impacts from storm- generated wave action,flooding,and high tides.The report addressed the City of Long Beach's concerns regarding the integrity of the wave deflection wall and the internal connections of the framing system supporting the timber walking deck. Anchor QEA's role included management of test pit excavation to inspect structural components,field inspection and structural assessment,technical report preparation, cost estimation,and development of retrofit recommendations. , Y El Dorado Park Duck Pond Rehabilitation,City of Long Beach (January 2019 to November 2024) --.- Agency Contact:Eric Lopez,eric.lopez@longbeach.com,562-570-5690 Key Staff.Fred Massabki(Project Manager),Daniel Shishino,Jack Malone —= � This project involved the rehabilitation of pond components and water quality improvements through ecological and water circulation restoration. Anchor QEA initially reviewed the design documents prepared by others. City comments were addressed,and design of new project elements was added, including ADA-compatible parking stalls and access, pump house building upgrades,and a recycled water line to the adjacent golf course.Anchor QEA provided construction support services for the completed $5 million project. Balboa Yacht Basin Redevelopment,City of Newport Beach (November2024 to Present) Agency Contact:Chris Miller,cmiller@newportbeachca.gov,949-644-3043 Key Staff:Adam Gale(Project Manager),Fred Massabki,Daniel Shishino,Randy Mason,Michael Whelan Anchor QEA is preparing the design for the replacement of the City of Newport Beach's 170-slip Balboa Yacht Basin marina.The concrete floating dock systems are 40 years old and have reached the end of useful life. Our work effort involves developing concept designs that maintain the general slip mix,add hand launch uses in an unused water space,and minimize replacement costs for this premier facility. Anchor QEA will support the City with securing regulatory agency permits for the preferred concept layout and will prepare complete construction documents for bid procurement. ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 11 QEA Structural Integrity Assessment of Balboa Island Bulkheads,City of Newport Beach (August 2022 to October 2024) 4. Agency Contact:Jim Houlihan,jhoulihan@newportbeachca.gov, 949-644-3319 s : E' Key Staff:Fred Massabki(Project Manager),Daniel Shishino,Randy Mason Anchor QEA performed a condition assessment of 2.5 miles of existing bulkheads around Balboa and Little Balboa islands in Newport Beach.Work involved identification of areas at high risk for deterioration and overtopping from king tide events and sea level rise given the age of the structures (90 years old), development of design alternatives for the replacement of the bulkheads,and preparation of rough-order estimates of construction costs.The assessment and concepts were presented in a technical report. San Diego Creek Trash Interceptor, City of Newport Beach (October2017 to Present) Agency Contact:Bob Stein,rstein@newportbeachca.gov, 949-644-3322 �ex ' Key Staff:Fred Massabki(Project Manager),Daniel Shishino,Randy Mason This project involved the design and construction of a fixed pier and floating pontoon to capture up to 80%of the trash flowing down San Diego Creek and reduce the pollution impact on Upper Newport Bay and Newport Harbor. Anchor QEA was a part of the team that evaluated options and prepared the concept design for the trash interceptor modeled after an installation in Baltimore. Subsequently,we joined the team preparing the construction documents and engineered the pile-supported pier structure for rail-car mounted trash bins as well as the guide piles for the pontoon and floating booms.The structure is fully constructed,with the grand opening held in March 2025. Final testing and programming is underway. Lower Newport Bay Dredging,City of Newport Beach (January2010 to Present) Agency Contact:Chris Miller, cmiller@newportbeachca.gov, 949-644-3043 Key Staff:Adam Gale - Anchor QEA has been leading design, permitting,and construction oversight for a series of large maintenance dredging efforts in Lower Newport Bay since 2010. Included in this work was a 1.5-million-cubic-yard (cy) dredging effort in 2010 and a current program to dredge an additional 1.2 million cy of clean and contaminated sediment.Anchor QEA also has led more than 20 smaller dredging efforts in the harbor and currently manages the City of Newport Beach's regional dredging permit and eelgrass management program. ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 12 QEA East San Pedro Bay Ecosystem Restoration,City of Long Beach (January2018 to b . ,• Present) Agency Contact:Joshua Hickman,Joshua.Hickman@longbeach.gov,562-570-5714 Key Staff::Jack Malone,Randy Mason Anchor QEA is supporting the City of Long Beach and USACE on a habitat restoration program that includes constructing coastal structures such as nearshore reefs and islands and underwater rockpiles and stabilizing the shoreline throughout east Long Beach.Anchor QEA conducted wave and hydrodynamic flow modeling and engineering cost estimates to support the project. ° � � Peninsula Beach Sand Management, Port of Long Beach (January2016 to Present) ` Agency Contact:Elvira Hallinan,elvira.hallinan@longbeach.gov,562-570-3215 Key Staff:Randy Mason,Jack Malone Anchor QEA is working to develop a shoreline protection program for the City of -.,._. Long Beach that includes a unique approach for back-passing beach sand using a hydraulic pump. A feasibility study was conducted that led to a full-scale field pilot program to test the approach using a large Toyo-style pump and a mile of pipe. ANCHOR City of Huntington Beach On-Call Civil Engineering Professional Consulting Services I 13 QEA` : References of Work Performed Form (List 5 Local References) Comany Name:Anchor QEA, Inc. City of Huntington Beach 1. Name of Reference: 2000 Main Street, Huntington Beach, CA 92648 Address: Tom Herbel, PE Phone Number: 714-375-5077 Contact Name: torn.herbel@surfcity-hb.org Email: Dates of Business: 10/2018 present City of Newport Beach 2. Name of Reference: 100 Civic Center Drive, Newport Beach, CA 92660 Address: Chris Miller Phone Number: 949-644-3043 Contact Name: Email: cmiller@newportbeachca.gov Dates of Business: 11/2024 to present 3. Name of Reference: City of Newport Beach 100 Civic Center Drive, Newport Beach, CA 92660 Address: Bob Stein 949-644-3322 Contact Name: --- Phone Number: Email: rstein@newportbeachca.gov Dates of Business: 10/2017 to present City of Newport Beach 4. Name of Reference: 100 Civic Center Drive, Newport Beach, CA 92660 Address: Contact Name: Jim Houlihan Phone Number: 949-644-3319 Email: jhoulihan@newportbeachca.gov Dates of Business: 08/2022-present 5. Name of Reference: City of Long Beach 411 West Ocean Boulevard, Long Beach, CA 90802 Address: Contact Name: Eric Lopez Phone Number: 562 570 5690 Email: eric.lopez@longbeach.com 01/2019 present Dates of Business: - •i .,^ it- ' . . . . 4 s. .- , . s . - , • •. „ft/4'4 •, • . .0 t' . '". '"it •••• .4 '10.' ' ' *0...4. • Z. 4 , 4 IP,- .+A ,,,,-,, orr., .• • 4.4, usoldsun uo uatply avw ifq owqd • • . , •_ _ , . ..- • •. . • - • - - . . , ... . , ,,, • •. . ._ ..• • -. ., . _ ., -__ _ - • . . . _ .... • • ... • • • __ • . . ... • .. . •. . ... o. . ,,:„.,...,.,_, ... _. .•..... . ...:__": _,m,....1.....-.....„.... :„.7: , 4.......:_. _. ......,,...., ..._, . ,L . , ,.,...i t :"..., '- ....-5 ...'.• ''.:1......::-.• 4 7:..i.-:•„..rr'..l...::........li:r.:1:7:- 'S.•.-.: '•-•-';`.---''.. --•-•4,it'F,..r.•.44‘ -370.r'' '-'7'--.:- ' ' J.-..-..-.,'.' . -: . . ' .. ' , '., ..-- .::.;-:.--,'-'''' ."-....•- --::4-q..-^'-.":. ...i'i- - ; . ;•••-•44.i f'- '- ....I. ' ' • a. t. . _ .- . . e. • ^ r ...,...6 i...,....-7..._ ,1.....11111=Id 1 . .' .\ •..." . , .OA A -.... ....- . ol' . • 1 ,, M . _, ...., . 1, ••• `t • •••••. i -.Iv ‘ . ,f. ,i; . I. ,. ..-:‘,,,.i•J't_z_._— 5_. --...-...—.... • V4' . ... . , _ __—— ..--._. . .. , .as... oi :_ - e,4 L )1(lik , ‘—. •i: iiiiii I.LA. ,fr,.. ,:el: * 7., ;isepe. f .- . - - ; 1 , • . , MI- e'-''''' V ,I;;//44 • , - • %`,. -4---, '. '' '''" ,.s''''s- A"''.ir: , ••• .. •...r ••• ji# \oar _, , , • .. -. .• 1 -- — • . . --••• .'s • . - 'll l • ••4-7s'' j' . tco , . ---- 14 - -- faftsiesair.. „... ...... .Yr am——_•___e_,.$ -- .. t Pr ' , ' ' ' - e.. ,. . ...___..„ , . . IN, _ . , I . 1111 .. do .. .. - -1. 1\ -‘ h. •i.- -it, .1. , , ; , . w . . .,. .. . .„,,,,, , , .er411181 i _ ( -4 -.,. ,'I\Ity•`q..1,••• , • . .1 'f1/4 dik: ,.,4 1 . , •' • 441 ' ' - 4is-' i ...4 41 •i-. V` ....I.4 . • . - „,„ • 1 1,;.4: • - • - - \ . It4?'' '' L 4,,t. 1/4 2. 04, , . .,.. . , \• , . - i „. ... - . - . . . ., .. . .. . . . . , s . . . ,. - ,- .... ^ ..• ' •. .H• - •r : '• ' 1 , I . ., • s3wns.311 •v xiaN3ddv . Fred Massabki, PE, PMP Project Manager/Marine Structures Fred is a managing engineer with more than 20 years of experience Education supporting public agencies in waterfront facility design and MS,Civil Engineering, University infrastructure. He has worked on two Huntington Beach projects of California, Los Angeles,2004 under Anchor QEA's on-call ocean engineering contract and has led Licenses/Certifications more than 18 projects for Long Beach, Newport Beach,and Los Professional Civil Engineer, Angeles Harbor. His expertise includes piers,docks,bulkheads, California, No.C70423 shoreline stabilization,and ADA compliance. He serves as project manager and principal engineer, overseeing inspections,design, PMP, Project Management permitting,and construction services for coastal and waterfront Institute, No. 1936952 projects. Relevant Project Experience City of Huntington Beach,Huntington Harbour Bulkhead Study(California) Fred managed the scope,schedule,and budget for a condition assessment of 2,927 linear feet of City-owned bulkheads in Huntington Harbour,overseeing above-water and topside Level 1 inspections of reinforced concrete bulkheads, bridge abutments,and a beachfront gravity wall. He developed conceptual cost estimates for repairs and replacements, prepared a detailed assessment report,and led a feasibility analysis of the City's sea level rise vulnerability assessment. His work included developing bulkhead extension alternatives and estimating concrete costs to address future sea level rise impacts. Lakeview Drive Slope Stabilization,City of Huntington Beach(California) Fred served as project manager and principal engineer,overseeing the scope,schedule,and budget for the restoration of an eroding 600-foot lakefront shoreline. He assessed site conditions, identified risks to critical infrastructure,and collaborated with a landscape architect to develop stormwater infrastructure repairs and a bioengineered shoreline solution. He provided engineering design for stabilizing a high-voltage duct bank,sidewalk,and degraded stormwater outfall, ultimately guiding the City in selecting a rock stabilization method to ensure long-term shoreline protection. City of Coronado,Glorietta Marina Dock C Replacement and Launch Ramp Improvements (California) Fred served as project manager,overseeing the scope,schedule,and budget for the rebuild of an existing marina and the redevelopment of a public launch ramp.The boat launch improvements included new precast concrete panels,a wider ADA-compliant gangway,a public dock with a low-freeboard section and accessible kayak launch,and a retrofitted gangway abutment and boat wash area.Additional upgrades included parking lot, utility,and storm drain outfall improvements,all designed in compliance with Division of Boating and Waterways guidelines and grant funding requirements. Marina del Rey Harbor Public Safety Dock Replacement,County of Los Angeles(California) Fred managed the scope, schedule,and design development as the lead marine engineer for the replacement of undersized waterside facilities. He established minimum design requirements for domestic water,fire protection, sewage pump-out,and fuel dispensing systems,ensuring the new facilities met operational needs. He also prepared technical specifications and conducted QA/QC reviews for the design-build plans, supporting the integration of floating docks,on-dock buildings,and berthing for 14 vessels.Construction phase services are pending. Daniel Shishino Deputy Project Manager Daniel is a structural engineer with 8 years of experience Education specializing in marine and waterfront projects. His expertise BS,Structural Engineering, includes floating docks, piers,wharves,seawalls, bulkheads,and Purdue University,2017 bridges in both steel and concrete. He performs structural analysis and design for guide piles, support piles,and fendering systems. His experience also includes on-site inspections,condition assessments, and preparing reports with recommendations,service life estimates, and cost estimates. Relevant Project Experience Trinidad Island Homeowners Association,Boardwalk Replacement(California) Daniel is providing engineering oversight and site observations during the demolition and replacement of a 3,400-foot-long concrete boardwalk fronting waterfront homes. He assisted in investigating concrete distress, identifying design flaws that required full replacement. His fieldwork includes observing and documenting the epoxy injection process used to fill voids in the existing seawall and retaining wall. He ensures construction follows design intent and is executed under a phased schedule to minimize disruption to homeowners and boardwalk users. City of Martinez,Seawall Replacement Program(California) Daniel serves as the project engineer for the replacement of a deteriorated seawall, leading structural analyses for soil stability,wind and wave forces,and seismic resistance using Shoring Suite and RISA 3D. He developed replacement options and is now preparing design documents for the selected Type D seawall with interlocking steel sheet panels. He is also responsible for developing demolition plans for dilapidated marina docks and assisting with project permitting,ensuring compliance with regulatory requirements. City of Newport Beach,San Diego Creek Trash Interceptor(California) Daniel is the lead engineer supporting the design and installation of a new trash interceptor system in Upper Newport Harbor. He conducted structural analyses for the dumpster cart rail framing,gangway connection support, maintenance walkway, pipe piles,cart winch foundation,and site light post foundation. He developed project calculations using RISA 3D and Enercalc,ensuring compliance with California Building Code and ASCE design guidelines to support safe and efficient system operation. BRIA Property Management,Waves MDR Marina Inspection(California) Daniel is the lead engineer for the condition assessment of a 224-slip marina,evaluating floating timber docks, pontoon floats,guide piles,gangways,gates,and dock amenities.He conducts on-site visual n utilities,and safetyfeatures. His responsibilities include preparing inspections of structural components, p a detailed assessment report with photos,field observations,and recommendations for the repair or replacement of floats,timber dock framing,and pile guide components to ensure continued safe operation and extend the marina's service life. Adam Gale Principal-in-Charge Adam is a principal environmental planner with 21 years of Education experience in environmental planning, permitting,design,and BS, Ecology and Systematic construction. He has worked on private marina developments and Biology,California Polytechnic large-scale transportation projects,specializing in NEPA,CEQA,the State University,San Luis Coastal Act,and federal environmental regulations. For more than Obispo,2004 8 years, he has supported the City of Newport Beach,serving as the primary contact for Anchor QEA's on-call marine engineering contract,overseeing task orders and advising on seawall rehabilitation alternatives and beach nourishment permitting. Relevant Project Experience Pacific Marina Development,Marina del Rey Hotel Marina Expansion and Replacement(California) Adam was project manager for the replacement of an existing marina,overseeing regulatory approvals from USACE Los Angeles and RWQCB and securing Section 408 approval for work within the Federal Navigation Channel. He managed the development of the NEPA environmental assessment,including the biological assessment,working closely with USACE's Planning Division to address comments.He also coordinated pre- construction compliance,including eelgrass and Caulerpa surveys and reporting requirements,ensuring all regulatory conditions were met before construction. City of Newport Beach,On-Call Environmental Services and Regional General Permit 54 Reauthorization (California) Adam has managed this effort since 2012, serving as an extension of the City of Newport Beach to oversee Regional General Permit 54,which streamlines maintenance dredging approvals for the City and private property owners. He led sediment sampling in 2013 and 2017, secured regulatory permits,and obtained approval for an innovative bay-wide eelgrass mitigation plan developed in coordination with USACE,California Coastal Commission, RWQCB,and NMFS. He also led permit reauthorization in 2020 and continues to support the City. City of Newport Beach,Marina Park(California) Adam served as environmental compliance manager throughout all construction phases of the Marina Park project,including marina basin and maintenance dredging.He was responsible for negotiating and ensuring regulatory compliance with agencies before,during,and after construction,ensuring all environmental requirements were met. Terra Vista Management,Back Bay Landing Marina Development Plan(California) Adam serves as project manager and team lead,overseeing marine engineering, regulatory permit strategy,technical analysis,and project scheduling. He manages the development of preliminary design alternatives,evaluates coastal hazards and sea level rise impacts,and assesses mitigation measures to address anticipated California Coastal Commission conditions. City of Huntington Beach,Lakeview Drive Slope Stabilization(California) Adam researched regulatory classifications to determine whether the lake qualified as waters of the United States,waters of the state,or a wetland. He provided permitting insights, identified potential regulatory hurdles,and evaluated mitigation measures to support the permit approval process. Randy Mason, PE Technical Advisor Randy is a technical advisor with more than 53 years of experience, Education specializing in marine structures, shoreline protection,and BS,Civil Engineering,California waterfront infrastructure.With more than 36 years of work on local State University, Fullerton, 1972 waterfront projects, he has provided expert guidance to Orange License/Certification and Los Angeles counties and cities including Huntington Beach, Professional Engineer,California, Newport Beach, Long Beach,and Los Angeles. He has advised on No.C030661 bulkhead assessments, marina rebuilds,and erosion mitigation, including more than 50 projects in Huntington Harbour. Randy frequently consults HOAs, property owners,and public agencies on bulkhead repairs and waterfront design standards. Relevant Project Experience City of Huntington Beach,Huntington Harbour Bulkhead Study(California) Randy served as the technical advisor for condition assessments of City-owned bulkheads in Huntington Harbour, overseeing above-water and topside inspections of standard and augmented bulkheads, bridge abutments,and a beachfront gravity wall. He contributed to the feasibility analysis of the City's sea level rise vulnerability assessment, reviewed conceptual cost estimates for repairs and replacements, and provided QA/QC on the final technical assessment report for City use. City of Long Beach,Peninsula Beach Boardwalk Study(California) Randy served as project manager for the assessment of a 3,500-foot-long timber boardwalk and wave deflection wall in Long Beach,evaluating its structural integrity against storm waves and high tides. He oversaw field inspections,excavation of inspection pits,structural assessments,and cost estimating, leading the development of retrofit recommendations. Randy also managed the technical report preparation and coordinated with City staff to discuss findings and alternative solutions for maintaining the structure's stability and longevity. City of Long Beach,Colorado Lagoon Restoration—Open Channel(California) Randy serves as the technical lead for creating an open channel connection between Colorado Lagoon and Long Beach Marine Stadium,coordinating engineering design and installation of two new box bridges,the channel,and retaining walls.He manages project phasing and provides technical guidance during structure design,ensuring alignment with project goals and site conditions. City of Newport Beach,Balboa Island Seawall Rehabilitation(California) Randy served as project manager,leading engineering efforts to develop rehabilitation measures for aging bulkheads on Balboa Island to mitigate overtopping and flooding from storms, high tides,and sea level rise. He used findings from a structural integrity and sea level rise study to evaluate rehabilitation options, with the preferred solution involving interlocking steel sheet piles and boardwalk elevation and widening. He managed the development of construction documents,cost estimates,and presentations to City staff, officials,and the public. Michael Whelan, PE Geotechnical Engineer Michael is a civil,environmental,and geotechnical engineer with Education 35 years of experience leading capital improvement projects in MS,Geotechnical Engineering, Southern California. He specializes in dredging design,coastal MIT, 1995 remediation, restoration,and shoreline stabilization. His expertise in MS, Environmental Engineering, geotechnical and environmental engineering supports Georgia Institute of Technology, cost-effective,constructible solutions for beach nourishment, 1992 waterfront cleanup, berth deepening, habitat improvement,and material containment.Michael has managed design, Licenses/Certifications implementation,and oversight for sediment and nearshore projects Professional Civil Engineer, across the United States. California, No.C69833 Relevant Project Experience City of Long Beach,Colorado Lagoon Restoration(California) Michael was the engineer of record for the initial project phase that removed chemically affected sediments, regraded in-water areas to create suitable shallow-water habitat for eelgrass,recontoured shoreline areas,extended an existing over-water footbridge,and created improved park amenities and public access features. Michael also led Anchor QEA's team of field engineers during construction. For the current phase, Michael is the engineer of record to create an open channel to connect the lagoon with open waters of the adjacent Long Beach Marine Stadium. His responsibilities include formulation of plans,specifications,and cost estimates through development of contractor requirements to manage environmental impacts by segregating different excavated soil types,as well as development of best management practices to comply with environmental requirements. City of Newport Beach,Rhine Channel Contaminated Sediment Cleanup(California) Michael was the engineer for engineering evaluations, preparation of construction bid documents, development of conceptual cost estimates,and review of structural conditions of existing waterside improvements (seawalls and docks). He co-managed daily oversight of all contractor operations including dredging,dock and gangway removals and replacements,and new guide pile installations. This project was completed ahead of schedule and under budget. City of Santa Barbara,Andree Clark Bird Refuge Improvement Project(California) Michael was the lead civil and geotechnical engineer for the restoration of the Andree Clark Bird Refuge. He developed conceptual grading and dredging plans incorporating site topographic and bathymetric data and accounting for habitat restoration goals and anticipated water quality improvements. He also led geotechnical investigations for regrading and worked closely with project biologists and restoration experts to ensure that the evaluation met City objectives for the project. City and County of San Francisco,India Basin Shoreline Redevelopment(California) Michael is the engineer of record for a shoreline redevelopment project south of downtown San Francisco. He is leading engineers and scientists to determine excavation depths and extents,sand cover material types and thicknesses for environmental confinement,and methods of protecting historic structures from excavation work.Michael's team has prepared design drawings and specifications. Megan Collins, PE Coastal Engineer Megan is a coastal engineer with 18 years of experience specializing Education in dredging and beneficial reuse for public and private clients.She MS,Civil and Environmental has expertise in design document preparation,cost estimation, Engineering,Stanford University, field investigations,impact modeling,and permitting coordination 2007 for maritime and inland waterway projects. Megan's role includes Coastal Engineering Certificate assessing stakeholder needs, leading alternative analyses, Program,Old Dominion coordinating with regulatory agencies,and integrating engineering University,2015 with ecological considerations.She focuses on value engineering solutions to manage costs while ensuring sustainable and resilient Licenses/Certifications coastal and dredging projects. Professional Civil Engineer, California, No.C78997 Relevant Project Experience East Bay Regional Park District,Hayward Marsh Wetland Restoration(California) This project included preliminary restoration alternatives analysis to restore the brackish Hayward Marsh to its original design. Megan was the project engineer,coordinating site topographic and hydrographic surveys,developing dredging and levee restoration material volumes,and determining equipment access locations and equipment type to work in soft sediments.She conducted the preliminary design alternatives analysis including cost estimates. Megan presented and discussed the alternatives with stakeholders to select a preferred project. USACE San Francisco District,Noyo Harbor and Petaluma River Dredged Material Management Plan Preliminary Assessments(California) Megan managed the engineering design,agency coordination,and stakeholder engagement. She performed a desktop shoaling analysis to project 30 years of dredging volumes and dredging frequency. She coordinated with non-federal sponsors, regulatory agencies,and local stakeholders;summarized dredging material sediment quality analysis and suitability determinations for upland, in-bay/nearshore, and ocean disposal sites;estimated future disposal site availability and impediments to the navigation projects, including shallow-draft dredging equipment restraints and cost feasibility;and managed proposal efforts,contract negotiations,the project team,client communications,and invoicing. California State Coastal Conservancy,South Bay Salt Pond Restoration(California) Megan was the deputy project manager and designed a conceptual dredged material offloading and placement system to support CEQA/NEPA impact analysis.She coordinated with multiple Bay Area dredging contractors to enhance the regulatory environment for affordable, permitted beneficial reuse sites. Port of Stockton,Regulatory Permitting and NEPA/CEQA(California) Megan provided technical engineering expertise for the Port-wide maintenance dredging environmental permit application,including upland placement of dredged material at the Port's permitted dredged material placement sites.She led post-construction dredge survey acceptance and supported client discussions with the contractor. f - Jack Malone, PhD Permit Compliance Lead Jack is a project manager and marine scientist with 30 years of Education experience in permitting, regulation,and environmental PhD, Biology, UCLA,2002 documentation for marine development,coastal infrastructure,and BS, Biology/Marine Sciences, habitat restoration. His expertise in Southern California's marine and University of North Carolina, intertidal habitats supports effective communication with agencies, Chapel Hill, 1995 stakeholders,and project proponents.Jack has managed complex coastal projects for Long Beach,Santa Barbara,and Morro Bay. Before joining Anchor QEA, he was a regulatory project manager and marine affairs expert for the USACE Los Angeles District. Relevant Project Experience City of Long Beach,Peninsula Beach San Management(California) Jack supported the City of Long Beach in developing sand management alternatives for Peninsula Beach and implementing a pilot study to transport sand more efficiently along the beach. He assisted in drafting a sand management alternatives analysis for the City and a work plan to implement a pilot study to evaluate one of the alternatives.Jack met with regulatory agency staff and negotiated approvals for accomplishing the pilot study under an expedited schedule. City of Long Beach,East San Pedro Bay Ecosystem Restoration(California) Jack supports the City of Long Beach by providing peer review of technical studies and environmental documents prepared by USACE for this project,a local/federal partnership to restore ecological functions in San Pedro Bay.As part of this support,Jack meets with City and USACE staff and provides recommendations to them based on his technical and regulatory expertise. City of Long Beach,Colorado Lagoon Restoration(California) Jack is supporting restoration of Colorado Lagoon to establish a mitigation bank by leading the permitting process,supporting ecological restoration design,and supporting the City of Long Beach's regulatory and resource agency negotiations for development of the bank enabling instrument.The initial phase entailed dredging,creating intertidal and subtidal habitat, planting eelgrass and native upland vegetation,a bioswale,and a walking trail.The current phase involves creating an open channel to facilitate water exchange with the adjacent Long Beach Marine Stadium.Jack is managing civil and structural engineering, landscape architecture,and ecological restoration services as well as the permit amendment process and supporting the City's community outreach program. City of Long Beach,Leeway Sailing Center(California) Jack supported the City of Long Beach in replacement of the Leeway Sailing Center docks with several critical environmental compliance and regulatory requirements. He managed development of a coastal hazards analysis for the project that was accepted by the California Coastal Commission. He also managed water quality and eelgrass monitoring during construction to comply with permit requirements,attended community and stakeholder meetings,and presented project information to a stakeholder group on behalf of the City. Anna Spooner Landscape Architect Anna has more than 17 years of landscape architecture, restoration Education design,and natural resources experience that includes work in MLA, Landscape Architecture, Southern California.She has worked on water resource projects University of Oregon,2008 that require balancing complex site issues, including ecological Licenses/Certifications process restoration,infrastructure protection,and public use.Anna Professional Landscape Architect, also has experience in natural resource site investigations and Washington, No. 1245 delineations for wetlands,streams,and shorelines. She uses that knowledge to develop site-specific planting designs for marsh, American Society of Landscape dune, riparian,and maritime communities. Architects Relevant Project Experience City of Huntington Beach,Lakeview Drive Shoreline Stabilization(California) Anna was the landscape architect for this project to study and design methods to restore a 600-foot-long stretch of lakefront shoreline impacted by effects of sustained erosion from high lake levels due to ongoing groundwater recharge, surface runoff,and wind-driven waves. Structures included a high-voltage duct bank and adjacent sidewalk,a stormwater outfall,and a degraded overflow weir at risk for failure. She designed a new bioengineered embankment,which included replacing diseased sycamore trees with drought-and beetle-resistant species and incorporating willow trees into the lake shoreline as an erosion mitigation measure. City of Long Beach,Colorado Lagoon Restoration(California) Anna is leading the project's park and open space design, integrating the new open channel and habitat communities within the renovated Marina Vista Park with a multi-use pathway,viewing areas,and interpretive signage.She is also closely coordinating with the team to accommodate the placement of excavated materials within the upland park.The project will replace an undersized culvert with a new open channel and bridges to increase tidal flushing between Colorado Lagoon and Marine Stadium with the goal of improving the lagoon's water quality. National Park Service,Alcatraz Ferry Embarkation(California) Anna supported the alternative analysis processes for the initial sites under consideration.Anna developed conceptual and schematic designs for potential and new embarkation sites from Fort Baker and created visual resource simulations of proposed design concepts that include proposed modifications to buildings and landscapes along San Francisco's Embarcadero,an area with multiple historic designations and sensitivities. Matthews West,Squamish Oceanfront Park(Canada) Anna was the lead landscape architect and project manager during the final design of this new waterfront park in Squamish, British Columbia.She worked closely with stakeholders and the public to ensure the park design met expectations within a defined budget.The design includes extensive shoreline public access with a general-use public beach,a kiteboarding and windsurfing access beach, and a restored intertidal habitat beach.The design includes custom displays with interpretive signage about the site's cultural, historic,and current uses. 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: Professional Title Year 1 Year 2 Year 3 Principal $ 343.00 $353.29 $ 363.89 Senior Managing $ 316.00 $325.48 $ 335.24 Managing $ 294.00 $302.82 $ 311.9Q Senior Staff $ 263.00 $270.89 $ 279.02 Staff 3 $230.00 $236.90 $ 244.01 Staff 2 $205.00 $211.15 $ 217.48 Staff 1 $ 173.00 $178.19 $ 183.54 Senior CAD Designer $ 179.00 $184.37 $ 189.90 CAD Designer $ 152.00 $156.56 $ 161.26 Senior Field Technician $ 164.00 $168.92 $ 173.99 Technician $ 153.00 $157.59 $ 162.32 Senior Technical Editor $ 184.00 $189.52 $ 195.21 Technical Editor $ 153.00 $157.59 $ 162.32 Senior Project Coordinator $ 175.00 $180.25 $ 185.66 Project Coordinator $ 145.00 $149.35 $ 153.83 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 rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. lid ANCHQEA-01 CMCMILLEN ,acoRo CERTIFICATE OF LIABILITY INSURANCE DATE(MM DDfYYYY) 7/2/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(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 License#0C36861 CONTACT Melanie Kelly NAME: Seattle-Alliant Insurance Services,Inc. PHONE FAX 401 Union Street,31st Floor (A/C,No,Ext): I(A/C,No): Seattle,WA 98101 melanie.kelly@alliant.com INSURER(S)AFFORDING COVERAGE NAIC i INSURER A:Travelers Indemnity Company 25658 INSURED INSURER B:Charter Oak Fire Insurance Company 25615 Anchor QEA,Inc. INSURER C Travelers Property Casualty Company of America 25674 1201 3rd Ave.,Suite 2600 INSURER D:Beazley Excess and Surplus Insurance Inc(BESI) 17520 Seattle,WA 98101 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE. INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVDIMMIDDIYYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE _5 1,000,000 CLAIMS-MADE X J OCCUR6804R022572 10/10/2024 10/10/2025 DAMAGE TO RENTED 1,000,000 � x PREMISESjEaouwrrence) $ X All Other States MED EXP(Any one person) s 10,000 PERSONAL S ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X Pft� X LOC PRODUCTS-COMP/OP AGG $ 2,000,000 X OTHER:CA#6804R022246 COMBINED SINGLE LIMIT 1,000,000 B AUTOMOBILE LIABILITY (Ea accident) X ANY AUTO BAOR118959 10/10/2024 10/10/2025 BODILYINJURY(Perperson) $ OWNED SCHEDULED AUTOSRE ONLY AUTOS p BODILY INJURY(Per accident) $ AUTOS ONLY __ AUTOS ONLY I P dd Rer accia triAGE C X UMBRELLA DAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LIAB 11 CLAIMS-MADE CUP4R044287 10/10/2024 10/10/2025 AGGREGATE $ 1,000,000 DED X RETENTIONS 10,000 $ A WORKERS COMPENSATION X PER OTH AND EMPLOYERS'LIABILITYER Y N UB4R041906 10/10/2024 10/10/2025 1,000,000 OFFICER/MEMBERFANY R EXCLUDED?ECUTIVE N N/A E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1'000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ D Prof/Pollution Liab D11053241501 10/10/2024 10/10/2025 Each Claim 5,000,000 D Prof Liab/Ded 510k D11053241501 10/10/2024 10/10/2025 Aggregate 5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) City of Huntington Beach is included as Additional Insured with respects to the General Liability per form(s)attached.30 Days Notice of Gar 4llation applies per form(s)attached. APPROVED AS TO FORM By: MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 9 ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach,CA 92648 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Miliant Certificate Disclaimer Alliant Insurance has recently updated their Certificate of Liability procedures to minimize unnecessary errors and to help clients and certificate holders understand the limitations and provisions outlined in their insurance policies.We will do so by adhering to the recommendations found in the recent Acord form manual and by staying compliant with state statute WAC 284-30-355 and (0RS)744.074(1)(e). Alliant aims to ensure clarity and accuracy in coverage interpretation while also protecting the interests of its clients and certificate holders. While we can still add specific details such as job numbers,contract names, event dates, or specific locations on certificates, it's crucial to note that Alliant cannot bind our insurers to anything beyond what is specified in the endorsement. If the Additional Insured box is checked, individuals can refer to the Additional Insured endorsement attached to their certificate for detailed coverage information. Ultimately,coverage is determined by the policy, its terms, and individual endorsements, and as established by the contract between the Named Insured and the Additional Insured. If there are any further inquiries or requests for clarification, please do not hesitate to reach out to us for further assistance. Alliant Insurance Services,Inc. 818 W Riverside Ave Ste 800 Spokane,WA 99201 Policy Numbers:680-4R022572&680-4R022246 COMMERCIAL GENERAL LIABILITY Policy Term: 10-10-24 to 10-10-25 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II -WHO IS h. This insurance does not apply to "bodily AN INSURED: injury" or"property damage" caused by "your Any person or organization that you agree in a work" and included in the "products- "written contract requiring insurance"to include as completed operations hazard" unless the an additional insured on this Coverage Part, but: "written contract requiring insurance" specifically requires you to provide such a. Only with respect to liability for"bodily injury", coverage for that additional insured, and then "property damage"or"personal injury": and the insurance provided to the additional b. If, and only to the extent that, the injury or insured applies only to such "bodily injury" or damage is caused by acts or omissions of "property damage" that occurs before the end you or your subcontractor in the performance of the period of time for which the "written of "your work" to which the "written contract contract requiring insurance" requires you to requiring insurance" applies, or in connection provide such coverage or the end of the with premises owned by or rented to you. policy period,whichever is earlier. The person or organization does not qualify as an 2. The following is added to Paragraph 4.a. of additional insured: SECTION IV - COMMERCIAL GENERAL c. With respect to the independent acts or LIABILITY CONDITIONS: omissions of such person or organization: or The insurance provided to the additional insured d. For "bodily injury", "property damage" or is excess over any valid and collectible other "personal injury" for which such person or insurance,whether primary, excess, contingent or organization has assumed liability in a on any\ other basis, that is available to the contract or agreement. additional insured for a loss we cover. However, if you specifically agree in the "written contract The insurance provided to such additional insured requiring insurance" that this insurance provided is limited as follows: to the additional insured under this Coverage Part e. This insurance does not apply on any basis to to must apply on a primary basis or a primary and organization fort which non-contributory basis, this insurance is primary anyperson or to other insurance available to the additional coverage as an additional insured specifically is added by another endorsement to this insured which covers that person or organizations Coverage Part. as a named insured for such loss, and we will not share with the other insurance, provided that: f. This insurance does not apply to the (1) The "bodily injury" or "property damage" for rendering of or failure to render any which coverage is sought occurs: and "professional services". g. In the event that the Limits of Insurance of the (2) The "personal injury" for which coverage is sought arises out of an offense committed: Coverage Part shown in the Declarations exceed the limits of liability required by the after you have signed that "written contract "written contract requiring insurance", the requiring insurance". But this insurance provided insurance provided to the additional insured to the additional insured still is excess over valid shall be limited to the limits of liability required and collectible other insurance, whether primary, by that "written contract requiring insurance". excess, contingent or on any other basis, that is This endorsement does not increase the available to the additional insured when that limits of insurance described in Section III - person or organization is an additional insured Limits Of Insurance. under any other insurance. CG D3 81 0915 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 2 Includes the copyrighted material of Insurance Services Office,Inc.,with Its permission COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 8., Transfer 4. The following definition is added to the Of Rights Of Recovery Against Others To Us, DEFINITIONS Section: of SECTION IV - COMMERCIAL GENERAL °Written contract requiring insurance"means that LIABILITY CONDITIONS: part of any written contract under which you are We waive any right of recovery we may have required to include a person or organization as an against any person or organization because of additional insured on this Coverage Part, payments we make for "bodily Injury", "property provided that the "bodily injury" and "property damage" or "personal injury" arising out of "your damage" occurs and the "personal injury" is work" performed by you, or on your behalf, done caused by an offensecommitted: under a "written contract requiring insurance with that person or organization. We waive this right a. After you have signed that written contract; only where you have agreed to do so as part of b. While that part of the written contract is in the "written contract requiring insurance" with effect;and such person or organization signed by you before, and in effect when, the "bodily injury" or c. Before the end of the policy period. "property damage"occurs, or the "personal injury" offense Is committed. Page 2 of 2 ©2015 The Travelers Indemnity Company.All rights reserved. CG D3 81 0915 Includes the copyrighted material of Insurance Services Office,Inc.,with its permission POLICY NUMBER: 680-4R022246 ISSUE DATE: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION OR NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 WHEN WE DO NOT RENEW(Nonrenewal): Number of Days Notice: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZ- ATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. PROVISIONS B. If we do not renew this policy for any legally A. If we cancel this policy for any legally permitted permitted reason other than nonpayment of reason other than nonpayment of premium, and a premium, and a number of days is shown for number of days is shown for Cancellation in the When We Do Not Renew (Nonrenewal) in the Schedule above, we will mail notice of Schedule above, we will mail notice of cancellation to the person or organization shown nonrenewal to the person or organization shown in such Schedule. We will mail such notice to the in such Schedule. We will mail such notice to the address shown in the Schedule above at least the address shown in the Schedule above at least the number of days shown for Cancellation in such number of days shown for When We Do Not Schedule before the effective date of cancellation. Renew(Nonrenewal) in such Schedule before the effective date of nonrenewal. IL T4 00 05 19 ©2019 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 .����p1TINg�� CITY OF ( - ) HUNTINGTON BEACH \:0co�^� °.-11° Lisa Lane Barnes I City Clerk August 5, 2025 Anchor QEA, Inc. Attn: Michael Whelan 301 East Ocean Blvd:, Suite 1860 Long Beach, CA 90802 Dear Mr. Whelan: Attached for your records is an executed copy of the Professional Services Contract between the City of Huntington Beach and Anchor QEA, Inc. for On-Call Civil Engineering & Professional Consulting Services, approved by the Huntington Beach City Council on July 1, 2025. Sincerely, Lisa Lane Barnes City Clerk LLB:ds Enclosure Office: (714)536—5405 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov '2. City Huntington Huntin ton Beach .43 INTER-DEPARTMENT COMMMUNICATION HUNTINGTON BEACH TO: Honorable Mayor and CityCo uncilmembers 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 A„,,,,........„,.... I NG01 . ProfessionalServices i'‘c\\\‘• ......... •. Contracts for On-Call C ,.• �,caRPORArFo••.. \ ;• -- % General Civil Engineering & -- -- - •'• \ Professional ConsuLting - ILI, _ _ A __ _ _ : = Services _ _ . N _ • , Department of Public Works • _ i , July 1 , 2025 ... A,--- - \), • •• 4 7 OS •• /7, 1909 , •.• . ‘<ic 0 F • ••••.....•• 61(20N #CT�f 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. 1 -�..+n+ r ,e .., „ w y ' * ma O //"III— INNGT ..., 41 tir '' • �NcpRPORgTf •0 O16. a. oglir- I I' --4\ c-75! "jiimiiiiiiiitikb, lc‘ "oUNTY 0\iiI 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) 28 26 22 19 dill NTINGT � 2021 2022 2023 2024 2025 1 CJ O' In the last 5 years the City has issued over 100 task orders. .?c ..••�o AFC•''' �� P �UNTY Ci 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 �# NTINGT ' O` .•'�NGORPORgT .t �c 2021 2022 2023 2024 2025 , /7, .COUNTY C"\\,/#1 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. 0' ANTINGT 0 O • 61OUNT`1 c //o I_\ \i, I, 4. .a, ......._ ,., ,,,,,_ Recommendation - -_ , . 4 47, ,, „,,, _.,„, . .,‘,1 . _ , . -,, ,,,,,,,, 1, ,,„, ), _ ,,,, \}„. ., 4 - , , ,,, ik„,, 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. /�<<r''��NTI.NGTD/k The on-call contract is not a guarantee of work as these services are on ; '; , s c 1 an "as-needed" basis. 4,o .Y-a---,_-Y-,,,- , CoLNTY ii" Ya11NafQa 'a� -I)elailed I..al3o1'and Fee Srealuloltn City of Hulltulgton Beach �`f ss Newland Bus Lard Project `,e`xr1,--,n Fee Schedule Propo s a l _41.a1gn Iona Sue ean3u112311 KC 5 .p ►hyttt Proper hnl c.r t nwnr lone.,c ir.re'_.... To1:11 Ps..je:1 Fes fa�apr alasa}� .rgarrsa� lafm t't•P"i _ INI E T� a _r _G BRdarl}isa ►a. 1A+e 9d Y3 iG 00 11011 S1e139 11 I 1 amer J 411 Ole $24'O Pa t 3daaaseses> 49_ Pa Mea:z'.l1.Cam 3ir3d n'2z Mama I L)C.Io ran 11 rya�grwas Mi4 3t I+) 4 t1 seam La Ca®r:OsamcLlMams ha fare. 13 Protest SaY�1'L"XLaiieE f'16 _lv ---._- __._. an 4TaEo _.... _,6 s4 Pram,' s L3 34 L S Aalectlapserns ... I a?.414 54b144441(5)= L,330 31.3N $w n'e 14 10 SO a. t 1:a(n Zia sa' Task 2 "" !1 Savevir.9.Fain 541 dms u1 fi.3 a al_aa 756rADA .._ anwra.$alamt it zs^_1Pr n.anma. 'S•' U o • I I • _ Subtotal t514 !A S• $ >a f0 �--- 527.63' 39 S27.Si' I4193 Pretinwny Eapaeero€ wwls _ 3_ (-4 3-: _-- --._.._....__.__._......._........................_.....__.... ____--- a " ! �,__. 8 ?0 24 5210S Z11320 3 i But6�sz I�_Femmes} _____. . � � - 3 q - S19.525 3- .111Y 5.144V1L1.515-2]13t2 "LI334 11 40 - _ 5r)� 3 n :dry 3.mlmvea...m1lt-3nrc art.mum_onto l I2 16 14 ssu Ti----•i'aT.T.a 4941 —Ms"y.Li:7i ___._...__. 33 Ui 522-5w1 33 tat F•1142 13:-.3142p 4 a 13 S11? LIt I 4 A, .,(A..f:1l1•..S33=3.ti' :10 4 59.119 li n 9 i 3 to l Ca exams ae 111445sla 44 I 15352 aunt, li 40 00 14199. 3 1 L Cai 3iilpmsa'd5aapue Plase t40.51iaaYp Ii 46 60 - -52L.36' 3 12 M ?tans Lar",5.moirrty7 5.11.590 511.'t43 313 l acbs'al•1300311canalx 0o' S313331c13 34 d0 Liao., 113Gad TN— c.me£z'efie`;R7`:mi -- i S 5....2514. 93.749 312 Q C<.57`.Ssl4az131.. ss 3 111.171 S2'312 5>bta[>i Ifaas5= 1 .11 10 111 301 11 L Sd•Md IS)- N 51 159 15.610 119.191 163359 5931159 10 4d9.294 5190535 rased . +-aa- , on_naoo4 r^•rr!n f 1 _-..__)._..._._.._, I __ $3.4:4 4 2 _.- �t.,.'...e' a 51.091 33 322" 41 T- ..,1- 1).'r 3abu'0t311 a 1 SI OW 1aW$ 44 -" .1G.' ssi: 12 32 60 513.1d" d 5 ARM Plass tn. ,Cola:s1; S)52.1 33.522 4 5 QA(2S!:SO..91924299.439 L 6 16.-31 Sabtatel Boma- 0 32 a la66 64 t ............__ Subtotal 9S)=. S• 1d,3a9 ...__.S!1y1 fdi 193130 S SO S6,3ae 53E m 950 TatslLp bt CLaariaYtr- I If so I* 401 df1 — CMIFf 74491 fl)b5 Clalsikaf000 3,512 22,461 11930 ?AM fi,.b14 At fs d sartTae Al voted lib543 8M 12aa M-1:5 f1M • TOTAL ES'MIA IE 1:LE FOR ENGI\EERL'tG WORK COVERLDLN IRE RIP 3301.139 r-.:,.,,..I.o.,- 'a -y as agee atoa r^so m$W a Ia awn.e'1•wts a9 ey29 � r ll€.. ix'roeC ,^ a. nx rr'e .Yty 00W.213703 AN.n.23-13.4 a^a 133.33,11.3.111123%elnay maae.earloe roust-.ale ▪ J01$Ccnpan ac cs1i aac40 for rC xa:orc.•an1 era 54204e. a 5 J!IOr 1 e3ure9 we D charges 1 310 3f Apr; after WS*war,ap4c,4 ale e434994 is as ltxd III to Firers& 13,, 17 40-013'G'-.e3/3.3.1ua:•3.a ar(Gpne: -en-IA'e,513141,3,..3.311P.e 1 3F'+31$1.3d'.'0 ar3S!MOO=(440e*30$C*rrb3M11Q0erng"33 r1Oa0U3Me arogrxa , .49$rwwo nlosarga cell • V Cb o aana Co0r111 st Ca0N nap,naasaa. , A]A Ramp irtproane'm aal:be leer;.T<:a 4a559 e16133111 plane. ..1 43 lereace—at*er;-n I ea a.l'l 6991.121'wa.9r1 Ma i'.I1w11 a1W tax 03333:rI m. INVOICE EMIll March 17.2025 i-i vo c e City of Huntington BeachProtect No 2i0058CJi 2000 Mien 51 Invorc-a Iva: 8fi643 PO BOx 100 Prsieel Meneper Huntington Beach,CA 02048 Total Ibis Invoice 35.009.281 PLc1eetrona1 Serelea£from J2nuary26,J023 to February 27,212,23 Exa m ple Pnase 1 11 Project Management Tasty Project Management How Rate Amount 3.00 780 57 541 50 Totals 303 sat.55 Labor Total 641.50 Total this Task 9041.64 Task 1.7 Proioet Management Mooting* Hours Rata Amount 3.75 374,218 1402.73 3.00 280.52 841.56 1 75 170 00 797 50 11 T.50 131.79 988.43 Olals 15.00 3,530.22 Labor Total 3,8.30.22 Total this Task 23,530.22 Total this Phase $4.371.14 Phase 3 Preliminary Engineering Task 36 co.11. Signing one 5lripliq Plan 135%, Heart Rate Amount 3.75 170_00 037_00 Totals 3.75 537.50 Labor Total 437.110 Total this Task M7,E0 'T iiline _ bentminer/i tt II Total this Phasc $637.50 Budget Sunrnrary Current Pow Tu-talc Total P knvs 5,009 78 11.17 5.009 28 Budget 302,339,00 BuJyet Re•nalrrny 297,320.72 Total this mice $5.000.20 Nr'...„, Questions? 1', ::-; I i Tri:"•1461.-0.-.., , t-_,111j..6 -Ittl.: .,.....,-7.7,:__:,_: ,..,..—r....;,. ii, ,..........._,...rs _.,....„.,. _ t ` , -. .,.- �k, ae ". :—.A.". - 4.4,4.,. . „,. a T.,,,,,,„„,,,,,--:,;',1:Z:v24-„3/?,- ,e1,,,,lv, - —e 4 ' • "'•'ik . k —, f w r •a 0 w _,�IrMiji— 1; a a -w irk% M " ^ '4 a� Y IN G ..•• �R P 0 RA ••• •� Professional Services Contracts for On- •.T ' \< Call General Civil Engineering and � _ _ "t • s Professional Consulting Services - - -` Department of Public Works = - �� • July 1, 2025 _ ,Ack. ••...• ` O° NTN ) .411 •O• � 0ii4// 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. .._ W \ ; `fir ' / TINGN . � •••. .✓////y• n\ • F �t, , Ait a a � ---- ; r! � � ' . : ' \ i -_-=-. -_-_7. ... _i:';-."`.;--'---,_ i N ' ifiH/ ' ems. '•� i LINTY \// 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 On-Call Total Purchase Orders 11 Y. rT (2021-2025) �K } ; _L 4 P aill�NT I G T 4 ,........,• 4% fah 10 / _____ ':111O�...'\NCORPORAIFD'•.��V��\. { 2021 2022 2023 2024 202S 4. In the last 5 years the City has issued over 100 professional servi ` �, .6.8.::::: ...��� , 00 contracts . °OUNTY CP/l/ 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 xv Total CIP Budget (2021- 2025 ) Values are in millions $60 $63; y .r1 S 4 /�/ " �— <' 0 _ -1 '0 0` •'�•OPPORgr'•••�� \\ �. N t d 2021 2022 2023 2024 2025 , , c ; 4iikitratlib, • ,, IMIX011 • =0OUNT' 1645 \ X RE COMMENDAT I ON = :, 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 , ,ifAr"'�� gi \NT I N G Inc . ; T Inc . ; Moffatt & Nichol ; Onward Engineering; Pacific Advanced Civil ............. P0RATE�4...<53 \ Engineering, Inc . ; Proactive Engineering Consultants , Inc . ; Psomas ; R '�� - -__ -_ ..___••.F9�� Engineering Company; SA Associates ; Stantec Consulting Services Inc ; TAI r; tit samelatikb._•s ; Associates , Inc . ; and Tetra Tech . IQ The on call contract is not a guarantee of work as these services are_ COUNTY on 1646 , ..., . e''''''' • • , Questions • ,..7,,•• •, ,. . , . ...,. • ,u4. , ,...,...i. 0.:.., 1 , ...• . _ • •• "iii I!!'I eititilfet . .- ;' rIlif t .... . • :,,,i - 4 ".- 111,411,,t, iiErgarwleSiF,TI ii e- . . 4 AW,..t... . skr-°‘ " •. i 'It/ . 7---.. --••••• .s....-_1_ .? ,)°,104.,,,-, .- ' •f ..,•.tl ifer.:i. ,,' t t , 4 ' ......-.....- '...7..- 0,:::, 'r —, ,,•:,• , .-4, iid r:;-:,4;:r.''-'1P7 ' k - . - ---- - - .. - t --.....r.—.d. r.;,.'. .,;;--.‘,, ..• .... .,.- . .'•,-,.4.. --'-'r-- --'----2h,:-, .- '". . - . , ' it 3'•-•'ilt' •.3,:ii- r' . . . • . L.\;, ....-"--'"---'.4.--..,..... ' :',. '', . ,:,:':,', -.'- .;..,;,!..C,',..,.. .. . ' -.'n.,V .. •-tt..-tVii.1 '' - . '- ..' . • . . % :„.."•._-,:--._„:-.11.-0',- ' --t,,I, .. ' . . • ..,,..,..: . . . ). • t-, '' ... .-•.-:. : - • '.-.. 4`.7,i-1:'-",,-,. .;-'''''4'.' .‘7t-t. ' 4111:' - . ii• -..:, s- -•-i..,r- ..- ---- .----,,-: '--"- i- -,1'11 •:: 1 p . -4 ..• r-''...i":'.':[*1'''' ;1;0,..,-f•q ., ,i -^ iv-v -•._.. . !,..„..,..-.V. 4: '•... '0'if '.7 . ' ''^', ..,......'., 7:4.,,, , • •. ,......i..e.".:„_.. .-:-.- ,-.4 „.fr.'' - 1' '_?.... .-'' ,.......:".:...vt.„...---F-• • . ••. 1 r• ...',:-.', • ..-..... , ;.,,, ,pige..--":„.40r?_„-:--- - 4.,r.4••••V16 -•-...,.„ ',we"' --. '. ... 4.-• - '-' r....:4: ''.--.- . '"4"--,,;•-,,,,,,—_,..— .,-.. . .... . — _ -- "::r .,. , ' ' '•'.."4,.**-- '''' ' --" • 41. '--Tr:-. . ' 1:.oriL.EI •'' • ; e'lallpg-qi •':dc ). •• "43 ;--..•-• frii ' ' •,-1111.. T.1. ;::;.4.:.f.,:,...7..,4:44.4-...1--... .;-..-,...,2,..t.,_., , , ,._— : - . •