Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
AGA Engineers, Inc. - 2026-02-17
((- 11INGTpy 2000 Main Street, `J1.5,7;',;;;t�q ea Huntington Beach,CA 92648 City of Huntington Beach APPROVED 6-0-1 (GRUEL-ABSENT) File#: 26-013 MEETING DATE: 2/17/2026 REQUEST FOR CITY COUNCIL ACTION SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Travis Hopkins, City Manager VIA: Chau Vu, Director of Public Works PREPARED BY: William Janusz, Principal Civil Engineer Subject: Approve and Authorize the execution of Professional Service Contracts for On-Call Transportation Engineering Consulting Services with Advantec Consulting Engineers, Inc., AGA Engineers, Inc., Fehr & Peers, FPL and Associates, Ind., H.W. Lochner, Inc., and LG2WB Engineers, Inc. dba Linscott, Law& Greenspan, Engineers Statement of Issue: The Public Works Department requires on-call transportation engineering consulting services for as needed support to assist with the design and construction of capital improvement projects, which are identified in the annual Capital Improvement Program (CIP) and other traffic engineering services. Financial Impact: The City's adopted Fiscal Year (FY) 2025/2026 Capital Improvement Program Budget totals $63.6 million for approved projects citywide. Each approved CIP'project has a budget containing sufficient funding for design, environmental, engineering, construction, project management and other required costs. The six (6) recommended engineering contracts, totaling $6.0 million, will be funded within each project's individual CIP budget as needed or as included in other budgeted operational tasks. As such, no additional funding is needed by this action. Recommended Action: .* A) Approve and authorize the Mayor and City Clerk to execute a $1,000,000 "Professional Services Contract Between the City of Huntington Beach and Advantec Consulting Engineers, Inc. for On-Call Transportation Engineering Services",`and, B) Approve and authorize the Mayor and City Clerk to execute a $1,000,000 "Professional Services Contract Between the City of Huntington Beach and AGA Engineers, Inc. for On-Call Transportation Engineering Services", and, C) Approve and authorize the Mayor and City Clerk to execute a $1,000,000 "Professional Services Contract Between the City of Huntington Beach and Fehr & Peers for On-Call Transportation City of Huntington Beach Page 1 of 3 Printed on 2/11/2026 -' .4 Y powered by LegistarTMflO) File #: 26-013 MEETING DATE: 2/17/2026 Engineering Services", and, D) Approve and authorize the Mayor and City Clerk to execute a $1,000,000 "Professional Services Contract Between the City of Huntington Beach and FPL and Associates, Inc. for On-Call Transportation Engineering Services", and, E) Approve and authorize the Mayor and City Clerk to execute a $1,000,000 "Professional Services Contract Between the City of Huntington Beach and H.W. Lochner, Inc. for On-Call Transportation Engineering Services", and, 3: F) Approve and authorize the Mayor and City Clerk to execute a $1,000,000 "Professional Services Contract Between the City of Huntington Beach and LG2WB Engineers, Inc. dba Linscott, Law & Greenspan, Engineers for On-Call Transportation Engineering Services". Alternative Action(s): V Do not authorize the contracts and direct staff accordingly. Budgeted capital improvement projects could be delayed until new contracts are approved. Analysis: On October 9, 2025, the City advertised a Request for Qualifications (RFQ) for On-Call Transportation Engineering Services. Statements of Qualifications (SOQ) were requested and submitted in compliance with Chapter 3.03 of the Huntington Beach Municipal Code. Twenty (20) Statements of Qualifications were received for transportation engineering services. In accordance with qualifications-based selection procurement, per the City of Huntington Beach Municipal Code, Section 3.03, "Professional Services", the Public Works Department established a review board. Statements of qualifications were then evaluated and ranked by the review board. The top six (6) firms were selected. The six (6) contracts recommended are for design services for capital improvement projects. These services have historically been used to supplement City staff to meet annual Capital Improvement Program (CIP) goals, act as an extension of City staff and provide the required expertise for unique projects. Each project is evaluated on a case-by-case basis to determine if these as-needed contract services are necessary. • Typical tasks for on-call transportation engineering consultants include the design of traffic signals, street lighting, geometric roadway design, signing and striping plans. They may also be assigned speed zone surveys, traffic safetystud ies, traffic signal coordinationplan preparation and other p Y � 9 p p specialized traffic engineering studies. The proposed contract amounts are a not-to-exceed amount for a three-year term with no guarantee of work or expenditure of the entire amount. Funding for any and all of these contract services is only through City Council authorization in the budget approval process. Environmental Status: Pursuant to CEQA Guidelines Section 15378(b)(5), administrative activities of governments that will not result in direct or indirect physical changes in the environment do not constitute a project. City of Huntington Beach Page 2 of 3 Printed on 2/11/2026 powered by LegistarTM File #: 26-013 MEETING DATE: 2/17/2026 Strategic Plan Goal: Non Applicable - Administrative Item PP For details, visit www.huntingtonbeachca.gov/strategicplan. Attachment(s): 1. Advantec Consulting Engineers, Inc. Contract 2. AGA Engineers, Inc. Contract 3. Fehr & Peers Contract 4. FPL &Associates, Inc. Contract 5. H.W. Lochner, Inc. Contract 6. LG2WB Engineers, Inc. Contract 7. RCA Contract Agreement Summary 8: PowerPoint Presentation • • • City of Huntington Beach Page 3 of 3 Printed on 2/11/2026 powered by LegistarTM PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND AGA ENGINEERS, INC. FOR ON-CALL TRANSPORTATION ENGINEERING 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 AGA ENGINEERS, INC.,hereinafter referred to as "CONSULTANT." WHEREAS, CITY desires to engage the services of a consultant to provide on-call transportation engineering 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 Chalap K. Sadam 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. 26-17569/401831 1 of 11 - 3. TERM;TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of CONSULTANT are to commence on cthn.iit 11)" , 2014 (the "Commencement Date"). This Agreement shall automatically terminate three (3) years from the Commencement Date, unless extended or II sooner terminated as provided herein. All tasks specified in Exhibit "A" shall be completed no Iaer than from the Commencement Date. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule may be amended to benefit the PROJECT if mutually agreed to in writing by CITY and CONSULTANT. In the event the Commencement Date precedes the Effective Date, CONSULTANT shall be bound by all terms and conditions as provided herein. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT on a time and materials basis at the rates specified in Exhibit "B," which is attached hereto and incorporated by reference into this Agreement, a fee, including all costs and expenses, not to exceed One Million Dollars($1,000,000.00). 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." 26-17569/401831 2 of I 1 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 Iimits 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: 26-17569/401831 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 Iimited 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 26-17569/401831 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 26-17569/401831 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 Iicenses, 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 26-17569/401831 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: 26-17569/401831 7 of 11 TO CITY: TO CONSULTANT: City of Huntington Beach AGA Engineers,Inc. ATTN: Director of Public Works ATTN: Chalap K. Sadam 2000 Main Street 211 Imperial Highway, Suite 208 Huntington Beach, CA 92648 Fullerton, CA 92835 17. CONSENT When CITY's consent/approval is required under this Agreement, its ctio or event shall not be deemed to be a consent/approval to any for one transaction n pp 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 26-17569/401831 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. 26-17569/0011131 9 of 11 24. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the nonprevailing party. 25. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive or termination to ination of this Agreement,the expirationg > 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, g p � 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 26-17569/401831 10 of 11 Agreement. This Agreement, and the attached exhibits, contain the entire agreement between the parties respecting the subject matter of this Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. 29. EFFECTIVE DATE This Agreement shall be effective on the date of its approval by the City Council. This Agreement shall expire when terminated as provided herein. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. CONSULTANT, CITY OF HUNTINGTON BEACH, a AGA ENGINEERS, INC. municipal corporation of the State of California By: /2-vB6nv ayor print name ITS: (circle one)Chairman/President/ ice President City Clerk AND � � By: �����/ 111 INITIATED AND APPROVED: C 4 R FOP • 5 Pt-b.IVA .rint name Director of Public Works ITS: (circle one hief Financial Officer/Asst. Secretary-Treasurer REVIEWED AND APPROVED: City Manager APPROVED AS TO FORM: frcity Attorney 26-17569/401831 11 of 11 EXHIBIT "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide On-Call Transportation Engineering Services B. CONSULTANTS DUTIES AND RESPONSIBILITIES: 1. Prepare Plans, Specifications and Estimate (PS&E) for new or modified traffic signals. 2. Prepare PS&E for signing&striping modifications. 3. Prepare PS&E for street lighting including photometric calculations. 4. Prepare traffic studies. Studies may include, but are not limited to; Traffic impact analysis, geometric and alignment studies,parking studies, sight distance analysis,bicycle studies and pedestrian studies. 5. Prepare traffic signal timing analysis utilizing SYNCHRO. Prepare local intersection timing sheets. 6. Prepare PS&E for traffic signal interconnect and communication projects. Projects include the use of fiber optic and twisted pair cable. Projects may include closed circuit television(CCTV) and dynamic message signs. Integration with the City's existing communication infrastructure and Traffic Management Center will be required. 7. Prepare traffic control and staging plans. �. Review of plans prepared by others. 9. Collect traffic data, including but not limited to, turning movement counts,machine counts, pedestrian volume and speed, and vehicle classification studies. 10. Provide construction engineering support. 11. Assist with grant preparation and administration 12. Prepare PS&E for other transportation/traffic related facilities including bicycle and pedestrian facilities and traffic calming measures. 13. Provide transportation development review and assist in the drafting of conditions of improvements. 14. Provide staff augmentation services to the Transportation Division. C. CITY'S DUTIES AND RESPONSIBILITIES: • Furnish a task order or scope of work request and provide general direction as needed for each project assigned. • Furnish available record drawings of existing facilities within the City's jurisdiction. • Furnish templates of construction plans and specifications acceptable to the City. D. WORK PROGRAM/PROJECT SCHEDULE: 1 EXHIBIT"B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 2 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. • EXHIBIT B Engineers, Inc. Schedule of Hourly Rates Effective January 1, 2026 Our rates are all inclusive fee for services rendered.All direct and indirect costs (i.e.,mileage,equipment, materials,reproduction and printing,etc.)are included in our fees. President/Executive Vice President $ 320 Vice President $ 300 Director of Project Development $ 280 Principal Transportation Engineer/Principal Engineer $ 280 Senior Design Engineer/Senior Transportation Engineer II $ 260 Senior Transportation Engineer I $ 245 Senior Project Engineer&Project Manager $ 240 Senior Project Engineer/Senior Associate $ 230 Transportation Engineer ill/Advanced System integrator $ 230 Transportation Engineer li $ 220 Transportation Engineer I/Senior System Integrator $ 210 Senior Signal Systems Specialist/Construction Inspector $ 205 Design Engineer/Signal Systems Specialist Ill $ 185 Associate Transportation Engineer III/Systems Engineer II $ 185 Associate Transportation Engineer II/Signal System Specialist II $ 175 Signal System Specialist I/Project Coordinator $ 165 Associate Transportation Engineer I/Associate Engineer II/Systems Engineer I $ 165 Associate Engineer i/Signal Technician Il $ 155 Assistant Engineer/Assistant Project Coordinator $ 145 Signal Technician I $ 135 Transportation Engineering Assistant $ 125 Engineering Aide Ill $ 110 Traffic Enumerator/Engineering Aide li $ 95 Engineering Aide I $ 75 Council/Commission Meetings,Hearings,etc. (Billing Rate+$50 Surcharge) $ 1,000 Subconsultants will be billed at cost plus 20% Conditions of Usage: The above rates are typically effective for a 12-month period, but AGA maintains the right to change the billing rates at ony time for convenience of record keeping. Therefore, all billings will always be at the then current billing rates. This will not affect any agreed upon total or not-to-exceed fees. AGA Engineers, inc. 211 Imperial Highway,Suite 208, Fullerton,CA 92835 (71.4)992-4592 Email:aga@agaengineersinc.com • • . •• .Acc0R0- - - • • - ..- • CERTIFICATE OF-LIABILITY INSURANCE p;NTE(oloppeoy). ..••• •••THIS CERTIFICATE IS ISSUED AS A.MATTER OF.INFORMATION ONLY AND 'CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDEk.THIS, •CERTIFICATE DOES NOT AFFIRMATIVELY pikrIsigOATIVpiAr 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),.AtifHoRt*ED. • RtFROssi4TAtORFF361,166i,AND THE CERTIFICATE.HOLDER. . . • .. . : IMPORTANT If the certifteate.holder le an'.ADDITIONAt.INSURED,the pcilicy(ies)must have,ADDITIONAI 'iN.sugso.p,rovIslons orbe'endereod.. ... „ .. . . . ., . . . . . It,SUBROGATION IS WAIVED,:subject to‘the'terms'and conditions of.the-policy,certain:polieles may,require an endorsement. kstatement on this-certificate.xiees.ncit venter rights to,the,certificate'holderin Ileu of such endorsement(S).. •' . PRODUCER •CONTAST NAME:• Betty Tran IOA.Insurance.Services PHONE ;,_. . .. . , 130 VthhtiS;Suite-250: (NC Ha.Ex11. 949-2075962 (A/c,NO): -949-29M060. • E;MAIL •- .Aliso Viejo, CA".02656 ADDRESS: betty.tianAleausa:com . .... . • - INSURER(S)AFFORDINGCOVERAGE .... NAICA WWW.10SUSECOTH. CA License#0E67768 iiisintenA..: .kisliiautinCe CorriPariV-: 13056 , INSURED . itiauktais.:.RSUI:IndeiiiiiitY-ConiPariy. • 2231.4 AOA Erigirieers,lop. 211 E Impede'fii&iy.,b.uite.208 INSURiliC:.Continental Casualty CclinOatiY. 20443 FLIIIBIltbil QA-92.035 . INSURER 0: • • INSURER E INSURER F: ,..COVERAGES CERTIFICATE NUMBER.: 86274456: . 'REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF.INSURANCE LISTED BELOW HAVE BEEN issuEino•THE INSURED,NAMEDABOVE..FORTHETOLICy PERIOD INDICATED. NOTWITHSTANDINCANYI*QUIHEI4NT,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,* EkCLLISIONS•AND.-CONDITIONSOFSUCH POLICIES:LIMITS SHOWN NiAy-fim.kstui..13EptibEp BY PAID CLAIMS. INSR ,ADDL Sim POLICY EFF• POLICY EXP.- LTR TYPE OF INSUFIANCE. INSD WVO FoLicYfkiMask. IMMIDONYYY1 (MM/DDIYYYY1 LIMITS A ' j COMMERCIAL GENERAL 1-1Y ti V PSBO008919. 7/1.12025 .7/11.2020 EACHOCCURRENCE S1;000,000' • •.....:.... CLAIMS7MAOE :V OCCUR. Blanket Al and . DAMAGETO RENTED. PREMISEE(Ea occurrence) S1,000,000 . . Prim/Nencon Endt — • • 1. Primary/Non,bonidioUtory #PPB3040212;.BlanketWvr MED EXP.(Any one persen) . $10,000. .. ,1 'Waiver Of:Subrogation. Of Su4eplot.tispoasmiaS , iseaseHALS-AntiiiiduRi- $1 000;000'. :GENt AGGREGATE LIMIT APPLIES PER: Firati*RitiOlgr#*0 'GENERAL Adokeekrt ' S•2;000000' PoLidi, .V*1 !ita::- J. ldo- performed 6y the Insured PRODUCTS-COMP/op AGG:! S2,000006 are Excluded; •i •- / OTHER:.FortnVPPB3161113, Deductible -0 A AiJTOMORILE'LlABILITY / j. PSA0002920 '7/11202E . 7.4/2020 FECaMaBelciNdEXINGLE LIMIT $1,000,000 it ANY AUTO PfDT.ii .At,Orim/NonCon . aciiiLy iN4uHy<piiipprSon) $. —•OWNES. '---z'SCHEDULED and Blanket V.V.vr of iihr . Bow/INJURY(.P.ir eIedderil) S. AUTOS ONLY .:AUTOS. incitided On pg 2.d.IF ., ... . .? .IXTESsoNLY 1 IsAll1r0rOri fiPPA3000313 - PROPERTY DAMAGE - (Per accIdent) $• ✓ PrimfforiCon V.Mr Of SUbr" . . . . Deductible $0 . B . IPPOMCPIA14'9: V OCCUR NHA6O7I24 7/1/2025 7/1/2026, . EAckloccuerisi,ics . S2,000000‘ V. excess UAG ,CLAIMS‘MADE Follow,Form;Eitel'Prof . AGGREGATE. S 2,000,000 Liability ' DEO ./* •FtefeHtioni sO . t A.'WORKERS COMPENSATION ,V. PSW0004954 7/1/2025 7/1/2026. ,'!.',STAITUTE ERN ,Deductible-'to, . AND EMPLOYERS•LIABILITY . yi N USL&HInokided; ANYPROPRIETOR/PARTNERIEZEOJTIVE ... EL EACH ACCIDENT slobo;o6O OFFICERIMEMSEREXCLUDEDi ' IA Blanket Waiver of •(Men.datoty In NH) - " SLibregatien.Endi .L.DISEASE-EA EMPLOYEE $1I•JfKia:000 • .It yei,describe Under',. . _, . DESCRIPTION OrOPERATIONS below MC0403060464 . . .. .: EL.13ISEASE-POLICY LIMIT' $1,000,600 p',-Professional Liability '• MCN50104071:1- 7/1/2025 • ,7/1/202,6, $3,000,000.Egch.Clahn Claims Made -'"-- -"- $3,060;000Annuefmgregete 'M,000 tedb.Olaini'Deduatible DESCRIPTION OFOPERATIONS i LOCATIONS'?VEHICLES(AcORD;91;Additional RiieberkS SChedideoedy be etteebed 11'iilere iltece,Ierecluli.ed), , . . . .. Any,person.ororganization that Insured agrees in,a,confract or agreement requiring insurance to Include,is an Additional.Insured with re ect)to General Liability(GL)ardAuternobjle"pabilit*bUt only to the extent provided within'the-EriderseMents noted above and eitedhe&..Q i des Separation of Insureds and Contractual:Liability per limitations in the BusinesSOwitere-Coverage form A Workers Cn sri tg4NavJb Included for any person or organization that insUredls'iseuired-to waive rights of recovery against in:a•written,pankpROWDeRstrit,N3dt o t e extent provilded,Withinthe Endorsement rioted.above.and ettached. COverage is.subject to.all.peliCy term§,-Cdnditioris,tithitatiOns and e u ons:. L *53W- ----.-- - k WitCSAE .I.'--V1GUP. .t , CERTIFICATE HOLDER. CANCELLATION CITY ATTORNEY. .••• cl' . 'Tx.oF:HouTINGToN lahAV-1 . . All Traffid Engineering SeNioeS'of the Insured . ..•• • •. ... ., . . •SHOULD ANY ur EABOVEDESCRIBEDPOLICIES BE CANCELLED BEFORE CitNtOr.HuritingtotkbeaCh THE .EXPIRATION DATE -THEREOF, .NOTICE WILL BE -DELIVERED, IN .•• • 2000:MaiOStreet. . ACCORDANCE WITH THE POLICY pOrOkifiS,:. . . 1-1iintirigtoh•BeaOh;.CA 0648 . : . AUTHORIZED REPRESENTATIVE . - ,. . ,. g . ' ' e.et,l......"'''' ,' ' :•'''7'/:: 7'.4'i, k4i;' ^''"") ' (AVCIAlicliK.igram - ••-. . •" - - ' '' .-v" • • I . . . - . 00'196872015.ACORD CORPORATION. An rights resered,! .••• ACORD 25(2016/03) 'The ACORD.tianiei,and'logo.a re registered inarks.of ACORD I . .A,67.7,4,458 I 7/25-26'GL/A0TO/E.XCESSAIC/PL liralket.pndts,I ,Pauline':Hiri§114m I 7/1'7/20,25 I):a1:27 AIC,(PD17 I: Page I.'of 19' 1 - , AGENCY CUSTOMER ID: LOC#: AR ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED {OA Insurance Services AGA Engineers Inc. 211 E.Imperial'pap Suite 208 POLICY NUMBER Fullerton CA 92835 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE:Certificate of Liability Insurance(03/16) HOLDER:City of Huntington Beach ADDRESS:2000 Main Street Huntington Beach CA 92648 Description of Operations Continued: 30 Day Notice of Cancellation / 10 Days for Non- Payment in accordance with policy provisions. ACORD 101(2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ATTACHMENT 86274458 17/25-26 cL/AUTO/EY.CESS/4:C/PL Blanket Endts I Pauline Bingham 17/17/2025 11:21:27 AM (PDT) I Page 2 of 19 '`ff ...� ��cT0 ' CITY OF 1 O.• r"•�ue�••••'NB� { .fir.: N.•.,F _ =- _, HUNTINGTON BEACH •...: 1 C°LINTY 0;i01'l Lisa Lane Barnes I City Clerk February 25, 2026 AGA Engineers, Inc. Attn: Chalap K. Sadam 211 Imperial Highway, Suite 208 Fullerton, CA 92835 Dear Mr. Sadam: Attached for your records is a duplicate original Professional Services Contract between the City of Huntington Beach and AGA Engineers, Inc. for On-Call Transportation Engineering Services, approved by the Huntington Beach City Council on February 17, 2026. Sincerely, Lisa Lane Barnes Elected City Clerk LLB:ds Enclosure Office: (714) 536—5227 I 2000 Main Street, Huntington Beach, CA 92648 I www.huntingtonbeachca.gov �NTING� �� ��� CITY OF HUNTINGTON BEACH I C*i. 4P,dj?F; RCA Contract Agreement Summary wFyo :,;�' GENERAL INFORMATION DATE PRESENTED REQUESTING DEPARTMENT 2/17/2026 Public Works Engineering INSURANCE STATUS STAFF CONTACT(S) Approved William Janusz CONTRACT INFORMATION TOTAL COMPENSATION TERM OF CONTRACT/AGREEMENT Not to Exceed $1,000,000 per firm 3 years VENDOR NAME+TYPE OF SERVICE Advantec, AGA, Fehr & Peers, FPL, H.W. Lochner, and LG2WB will serve as on-call professionals for transportation engineering and planning and will serve as a designer of public works improvements. TYPE OF AGREEMENT(Professional Services,Service Agreement) On-Call Professional Services Agreement (Transportation Engineering Services) PROCUREMENT Request for Qualifications issued via Planet Bids per Municipal Code 3.02 on October 9, 2025. A review board was established by Public Works. Submittals were evaluated. Top 6 firms were selected. SCOPE OF WORK On-call transportation engineering services for various budgeted projects. Scope of work is clearly defined in each request for proposal submitted to the consultants. OTHER:Bonds,Special Contract Terms,Emergency Consultants serve on an as-needed basis with limits to contract duration and not to exceed amounts as specified in the purchase order for each task. B HUNTINGTON BEACH .1.40404.4.4„,„„. 1,,,/' "T' IN ...... GTD 4, ,, Professional ,,....... •.. ••• 4P0RA •• ` Services o ntracts -------:_-_7 ::--7. ---7_:- •46 .17 for On -Call -- - -- % c - 1•, , ___-- -- (,,, ,,,,,,p,,,,,,,,,, ,,,, c., , - \ ' ' =,), - : STransportation ��• _ . ____ _,----_, _ ___. _ -- 4, Engineering . _ . ___ .- 4k... 0 , ____. . �••. '`F__,---___:.... _ Po;•• City Council Meeting e* ' / 7, 19091 .. o \, or COHmTv February 17, 2026 mow P 4i ..►:/,/./ Background • The Public Works Department requires on-call transportation engineering consulting services for as- needed support to assist with the design and construction of Capital Improvement Program (CIP) projects. • In October 2025 , the City advertised a Request for Qualifications (RFQ) for on-call Transportation Engineering Services. • Twenty submittals received . ��,�N�.NGro'L �• �ORPORAT • Review board ranked the submittals and is / '.� recommending the award of six on-call contracts . V.:•1-'4---f..;-?rr--feil.• B , -=9.P .-•�:o�� cOrNTV �p� Contracts • The Public Works Department is recommending entering into on-call contracts with six engineering firms . • Each contract is proposed for a not-to-exceed amount of $ 1 million . Public Works will issue a request-for- proposal for each task, review proposals for scope and fee, and issue a purchase order for the negotiated amount. All tasks will be funded within each project's individual CIP budget or other budgeted services . ,,'< :UNqPo ST°�, - - • Each contract duration will be three ears . je� k. ��� • The City does not guarantee any amount of work. W.A-7: 414 Recommendation • Approve and authorize the execution of on-call Professional Services contracts with the following firms; Advantec Consulting Engineers, Inc. , AGA Engineers , Inc. , Fehr & Peers , Inc. , FPL and Associates , Inc. , HW Lochner, Inc. , and LG2WB Engineers, Inc. , dba Linscott, Law and Greenspan Engineers O •..•\N�ORPORgTEo•.• ' • 1 \\ 9 - Co(J . c�;,'� r,..., • Questions ? . , . . , ....,. it ,, r , t1 ,,. ez, rr - ' 11,,, a pi,, iv t IL-cm (U �ff-•fy+. }.,z.. - 7r�� , ` t i ` r�yim . P . \ „ - 9 s • ,. * :, ..,. ,�? t :-,!—xar, 4+` �Ln�'.7�.7�I,,` . ( '.� R� N �ti.y.ar \. (aa `. ,: we r.c.Py H - MS i '4 r _ 1. O � ' fig..' 'n � S , , F,i m, ' - • Im i 5n. ti �� Y t .O •y fff yis.. tih ry. %'y,•"' �rt"r-.•';,tea ^'�' �.«.. 4..L4*r4"., 2Z'2, {fit"