Loading...
HomeMy WebLinkAbout24P379 - Albert A. Webb AssociatesCONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Professional Services Agreement Albert A. Webb Associates Dilesh Sheth dilesh.sheth@webbassociates.com On-Call Civil Engineering Services NTE $5,000,000 3 years (with 2 one year options) On file Dilesh Sheth, dilesh.sheth@webbassociates.com Todd Smith, todd.smith@webbassociates.com Engineering Services Joel Montalvo / Anthony Acosta X8740 November 21, 2024, Item 1MM 24P379 N/A Yes Yes Yes Department N/A No Agreement and Insurance are attached. N/A 12/02/2024 Vonda Teed Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 1 of 18 CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT 24P379 ON-CALL CIVIL ENGINEERING SERVICES THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter “Agreement”) is made and entered into, to be effective this 1st day of December, 2024, by and between the City of Palm Springs, a California charter city and municipal corporation, (hereinafter referred to as “City”) and Albert A. Webb Associates, (hereinafter referred to as “Consultant”). City and Consultant are sometimes hereinafter individually referred to as “Party” and are hereinafter collectively referred to as the “Parties.” RECITALS A.City has determined that there is a need for As-Needed, “On-Call” Civil Engineering Services for a variety of future civil engineering projects, (hereinafter the “Project”). B.Consultant has submitted to City a proposal to provide As-Needed, “On-Call” Civil Engineering Services for a variety of future civil engineering projects to City pursuant to the terms of this Agreement. C.Consultant is qualified by virtue of its experience, training, education, reputation, and expertise to provide these services and has agreed to provide such services as provided herein. D.City desires to retain Consultant to provide such professional services. NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1.0 SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Consultant agrees to perform the professional services set forth in the Scope of Services described in Exhibit “A,” which is attached hereto and is incorporated herein by reference (hereinafter referred to as the “Services” or “Work”). The Services shall be more particularly described in the individual Task Order issued by the City. As a material inducement to the City entering into this Agreement, Consultant acknowledges that this Agreement requires specialized skills and abilities and is consistent with this understanding, Consultant is a provider of professional services and that Consultant is experienced in performing the Work contemplated herein and, in light of such status and experience, Consultant covenants that it shall perform the Work in a competent, professional, and satisfactory manner consistent with the level of care and skill ordinarily exercised by experienced and well qualified members of the profession currently practicing under similar conditions. 1.2 Contract Documents. The Agreement between the Parties shall consist of the following: (1) this Agreement; (2) the Scope of Services; (3) the City’s Request for Proposals (4) the Consultant’s signed, original proposal submitted to the City (“Consultant’s Proposal”); (5) Fee Schedule; and (5) the Task Order (as defined herein) (collectively referred to as the “Contract Documents”). The City’s Request Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 2 of 18 for Proposals and the Consultant’s Proposal, which are attached as Exhibits “B” and “C” respectively, are incorporated by reference and are made a part of this Agreement. The Scope of Services shall include the Consultant’s Proposal. All provisions of the Scope of Services, Task Order, the City’s Request for Proposals and the Consultant’s Proposal shall be binding on the Parties. Should any conflict or inconsistency exist in the Contract Documents, the conflict or inconsistency shall be resolved by applying the provisions in the highest priority document, which shall be determined in the following order of priority: (1st) the terms of this Agreement; (2nd) the provisions of the Task Order; (3rd) Scope of Services (Exhibit “A”), as may be amended from time to time; (4th) the provisions of the City’s Request for Qualifications (Exhibit “B”); and (5th) the provisions of the Consultant’s Proposal. 1.3 Compliance with Law. Consultant warrants that all Services rendered hereunder shall be performed in accordance with all applicable federal, state, and local laws, statutes, and ordinances and all lawful orders, rules, and regulations promulgated thereunder, including without limitation all applicable Cal/OSHA requirements. Consultant shall be liable for all violations of such laws and regulations in connection with the Services and this Agreement. 1.4 Licenses, Permits, Fees and Assessments. Consultant represents and warrants to City that it has obtained all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work required by this Agreement. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, qualification, or approval that is legally required for Consultant to perform the Work under this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant's performance of the Work required by this Agreement, and shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Agreement, Consultant affirms that Consultant (a) has investigated and considered the Scope of Services to be performed, (b) has carefully considered how the Services should be performed, and (c) understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. If the Services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be acquainted with the conditions there existing, prior to commencement of any Services hereunder. Should the Consultant discover any latent or unknown conditions that will materially affect the performance of the Services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant's risk until written instructions are received from the City. 1.6 Care of Work. Consultant shall adopt reasonable methods during the term of the Agreement to furnish continuous protection to the Work and the equipment, materials, papers, documents, plans, studies, and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Work by the City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both Parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both Parties agree to act in good faith to execute all instruments, prepare all documents, and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 3 of 18 1.8 Performance of Services. City Manager or Director of Engineering/City Engineer, as provided in Section 2.1 of this Agreement, shall have the right at any time during the term of this Agreement to order the performance of services as generally described in the Scope of Services to perform extra or additional work beyond that specified in the Scope of Services or make changes by altering, adding to, or deducting from such Work. No Work may be undertaken unless a written order is first given by the City Manager or the Director of Engineering/City Engineer to the Consultant, incorporating therein the identification and description of the Work to be performed, a maximum or not to exceed amount for such Work, and the time to perform the Work. 1.9 Unauthorized Aliens. Consultant hereby represents and warrants that it will comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C.A. §§1101, et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of any Work under this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to reimburse City for any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, or penalties which arise out of or are related to such employment, together with any and all costs, including attorneys' fees, incurred by City. 2.0 COMPENSATION 2.1 Maximum Contract Amount. City and Consultant hereby acknowledge and agree that the Services required by this Agreement will vary dependent upon the number, type, and extent of the Services the Consultant shall provide; and no guarantee of the extent or the type of Services required of Consultant under the terms of this Agreement is made by the City. The annual level of services required by this Agreement is unknown and may significantly increase or decrease from year to year. In acknowledgement of the fact that the number and type of projects requiring the Consultant’s Services has not been identified for this Agreement, City and Consultant hereby acknowledge and agree that a specific “Maximum Contract Amount” shall be imposed on each separate project that the City may assign Consultant as provided in Section 1.8 and in this Section 2.1. Each such separate project shall be identified as a Task Order authorized by the Director of Engineering/City Engineer or the City Manager as provided in this Section 2.1. Consultant shall be compensated and reimbursed for the services rendered under this Agreement in accordance with the fee schedule set forth in Exhibit “D”. The total amount of Compensation for the duration of the term of this agreement, as defined in Section 3.4, shall not exceed $5,000,000. The method of compensation for each separate City authorized Task Order may include: (i) a lump sum payment upon completion, (ii) payment for time and materials based upon the Consultant's Schedule of Hourly Billing Rates (Fee Schedule) as shown on Exhibit “D”, or (iii) such other methods as may be specified in the Schedule of Compensation. Compensation shall include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense, and all other necessary expenditures required to perform the professional services under this Agreement. Compensation shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City; Consultant shall not be entitled to any additional compensation for attending said meetings. Consultant hereby acknowledges that it accepts the Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 4 of 18 risk that the Services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates, and that Consultant shall not be entitled to additional compensation, therefore. It is expressly agreed that the maximum contract amount of this Agreement is undefined and is subject to the number and type of projects requiring the Consultant’s Services throughout the duration of the term of this Agreement, if any. Consultant’s compensation shall be limited to the Maximum Contract Amount identified on each separate, individually authorized Task Order corresponding to a project requiring the services of the Consultant. By approval of this Agreement, the City Council hereby authorizes the subsequent approval of individual Task Orders (Purchase Orders) in those amounts sufficient to cover the cost of required Services necessary for the projects. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation (Exhibit “D”), in any month in which Consultant wishes to receive payment, no later than the tenth (10) working day of such month, Consultant shall submit to the City, in a form approved by the City’s Finance Director, an invoice for Services rendered prior to the date of the invoice. Such requests shall be based upon the amount and value of the Services performed by Consultant and accompanied by such reporting data including an itemized breakdown of all costs incurred and tasks performed during the period covered by the invoice, as may be required by the City. City shall use reasonable efforts to make payments to Consultant within forty-five (45) days after receipt of the invoice or a soon thereafter as is reasonably practical. There shall be a maximum of one payment per month. 2.3 Changes in Scope. In the event any change or changes in the Scope of Services is requested by the City, the Parties shall execute a written amendment to this Agreement, setting forth with particularity all terms of such amendment, including, but not limited to, any additional professional fees. An amendment may be entered into: (a) to provide for revisions or modifications to documents or other work product or work when documents or other work product or work is required by the enactment or revision of law subsequent to the preparation of any documents, other work product, or work; and/or (b) to provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Consultant’s profession. 2.4 Appropriations. This Agreement is subject to and contingent upon funds being appropriated therefore by the Palm Springs City Council for each fiscal year covered by the Agreement. If such appropriations are not made, the City Manager may terminate this Agreement as provided in Section 8.3 of this Agreement; otherwise, there shall be no funding for any Services and Consultant shall not be entitled to payment for any Services that Consultant may provide. 3. SCHEDULE OF PERFORMANCE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the Services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the Work of this Agreement according to the agreed upon Schedule of Performance for each Task Order. Neither Party shall be accountable for delays in performance caused by any condition beyond the reasonable control and without the fault or negligence of the non-performing Party. Delays shall not entitle Consultant to any additional compensation regardless of the Party responsible for the delay. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 5 of 18 3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this Agreement upon receipt of a written Task Order and shall perform all Services within the time period(s) established in the Schedule of Performance. When requested by Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer, but such extensions shall not exceed one hundred eighty (180) days cumulatively; however, the City shall not be obligated to grant such an extension. 3.3 Force Majeure. The time for performance of Services to be rendered under each Task Order may be extended because of any delays due to a Force Majeure Event, if Consultant notifies the Contract Officer within ten (10) days of the commencement of the Force Majeure Event. A Force Majeure Event shall mean an event that materially affects the Consultant’s performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the Work); and (4) pandemics, epidemics or quarantine restrictions. For purposes of this section, “orders of governmental authorities,” includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the City in its capacity as a municipal authority. After Consultant notification, the Contract Officer shall investigate the facts and the extent of any necessary delay and extend the time for performing the Services for the period of the enforced delay when and if, in the Contract Officer’s judgment, such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the Parties to this Agreement. The Consultant will not receive an adjustment to the contract price or any other compensation. Notwithstanding the foregoing, the City may still terminate this Agreement in accordance with the termination provisions of this Agreement. 3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement shall commence on December 1, 2024 and continue in full force and effect for three (3) years. At the sole discretion of the City Manager, upon written notice to Consultant and mutual agreement, the term of this Agreement may be extended for two (2) additional one (1) year terms. 4. COORDINATION OF WORK 4.1 Representative of Consultant. The following principal of Consultant is hereby designated as being the principal and representative of Consultant authorized to act in its behalf with respect to the Services to be performed under this Agreement and make all decisions in connection therewith: Dilesh Sheth, PE, TE, Senior Vice President. It is expressly understood that the experience, knowledge, education, capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Consultant without prior written approval of the Contract Officer. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City and is subject to change by the City Manager. It shall be the Consultant's responsibility to ensure that the Contract Officer is kept fully informed of the progress of the performance of the Services, and the Consultant shall refer any decisions which must be made by City to the Contract Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 6 of 18 Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignments. The experience, knowledge, education, capability, and reputation of Consultant, its principals and employees, were a substantial inducement for City to enter into this Agreement. Consultant shall not contract with any other individual or entity to perform any Services required under this Agreement without the City's express written approval. In addition, neither this Agreement nor any interest may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement including without limitation the insurance and indemnification requirements. If Consultant is permitted to subcontract any part of this Agreement by City, Consultant shall be responsible to City for the acts and omissions of its subconsultant(s) in the same manner as it is for persons directly employed. Nothing contained in this Agreement shall create any contractual relationships between any subconsultant and City. All persons engaged in the Work will be considered employees of Consultant. City will deal directly with and will make all payments to Consultant. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written consent of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release Consultant or any surety of Consultant from any liability hereunder without the express written consent of City. 4.4 Independent Consultant. A. The legal relationship between the Parties is that of an independent Consultant, and nothing herein shall be deemed to make Consultant a City employee. During the performance of this Agreement, Consultant and its officers, employees, and agents shall act in an independent capacity and shall not act as City officers or employees. The personnel performing the Services under this Agreement on behalf of Consultant shall at all times be under Consultant’s exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of its officers, employees, or agents, except as set forth in this Agreement. Consultant, its officers, employees, or agents shall not maintain an office or any other type of fixed business location at City’s offices. City shall have no voice in the selection, discharge, supervision, or control of Consultant’s employees, servants, representatives, or agents, or in fixing their number, compensation, or hours of service. Consultant shall pay all wages, salaries, and other amounts due its employees in connection with this Agreement and shall be responsible for all reports and obligations respecting them, including but not limited to social security income tax withholding, unemployment compensation, workers’ compensation, and other similar matters. City shall not in any way or for any purpose be deemed to be a partner of Consultant in its business or otherwise a joint ventures or a member of any joint enterprise with Consultant. B. Consultant shall not incur or have the power to incur any debt, obligation, or liability against City, or bind City in any manner. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 7 of 18 C. No City benefits shall be available to Consultant, its officers, employees, or agents in connection with any performance under this Agreement. Except for professional fees paid to Consultant as provided for in this Agreement, City shall not pay salaries, wages, or other compensation to Consultant for the performance of Services under this Agreement. City shall not be liable for compensation or indemnification to Consultant, its officers, employees, or agents, for injury or sickness arising out of performing Services hereunder. If for any reason any court or governmental agency determines that the City has financial obligations, other than pursuant to Section 2 and Subsection 1.8 herein, of any nature relating to salary, taxes, or benefits of Consultant’s officers, employees, servants, representatives, subconsultants, or agents, Consultant shall indemnify City for all such financial obligations. 4.5 California Labor Code Requirements. A. Consultant is aware of the requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates and the performance of other requirements on certain “public works” and “maintenance” projects (“Prevailing Wage Laws”). If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, Consultant agrees to fully comply with such Prevailing Wage Laws. Consultant shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and all subcontractors to comply with all California Labor Code provisions, which include but are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors (Labor Code Section 1777.1). B. If the Services are being performed as part of an applicable “public works” or “maintenance” project and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all subcontractors performing such Services must be registered with the Department of Industrial Relations. Consultant shall maintain registration for the duration of the Project and require the same of any subcontractors, as applicable. This Agreement may also be subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be Consultant’s sole responsibility to comply with all applicable registration and labor compliance requirements. 5. INSURANCE 5.1 Types of Insurance. Consultant shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, the insurance described herein for the duration of this Agreement, including any extension thereof, or as otherwise specified herein, against claims which may arise from or in connection with the performance of the Work hereunder by Consultant, its agents, representatives, or employees. In the event the City Manager determines that the Work or Services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City Manager or his designee. Consultant shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified herein. Except as otherwise authorized below Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 8 of 18 for professional liability (errors and omissions) insurance, all insurance provided pursuant to this Agreement shall be on an occurrence basis. The minimum amount of insurance required hereunder shall be as follows: A. Errors and Omissions Insurance. Consultant shall obtain and maintain in full force and effect throughout the term of this Agreement, standard industry form professional liability (errors and omissions) insurance coverage in an amount of not less than one million dollars ($1,000,000.00) per occurrence and two-million dollars ($2,000,000.00) annual aggregate, in accordance with the provisions of this section. (1) Consultant shall either: (a) acknowledge in writing to the City that Consultant is unaware of any professional liability claims made against Consultant and is unaware of any facts which may lead to such a claim against Consultant; or (b) if Consultant does not provide the certification pursuant to (a), Consultant shall procure from the professional liability insurer an endorsement providing that the required limits of the policy shall apply separately to claims arising from errors and omissions in the rendition of services pursuant to this Agreement. (2) If the policy of insurance is written on a “claims made” basis, the policy shall be continued in full force and effect at all times during the term of this Agreement, and for a period of three (3) years from the date of the completion of the Services provided hereunder. In the event of termination of the policy during this period, Consultant shall obtain continuing insurance coverage for the prior acts or omissions of Consultant during the course of performing Services under the terms of this Agreement. The coverage shall be evidenced by either a new policy evidencing no gap in coverage, or by obtaining separate extended “tail” coverage with the present or new carrier or other insurance arrangements providing for complete coverage, either of which shall be subject to the written approval by the City Manager. (3) In the event the policy of insurance is written on an “occurrence” basis, the policy shall be continued in full force and effect during the term of this Agreement, or until completion of the Services provided for in this Agreement, whichever is later. In the event of termination of the policy during this period, new coverage shall immediately be obtained to ensure coverage during the entire course of performing the Services under the terms of this Agreement. B. Workers’ Compensation Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, workers’ compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Consultant agrees to waive and obtain endorsements from its workers’ compensation insurer waiving subrogation rights under its workers’ compensation insurance policy against the City and to require each of its subconsultants, if any, to do likewise under their workers’ compensation insurance policies. If Consultant has no employees, Consultant shall complete the City’s Request for Waiver of Workers’ Compensation Insurance Requirement form. C. Commercial General Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least one million dollars ($1,000,000.00) and two million dollars ($2,000,000.00) general aggregate for bodily injury and property form property damage, products and completed operations. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 9 of 18 D. Business Automobile Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of one million dollars ($1,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non- owned, leased, and hired cars. E. Employer Liability Insurance. Consultant shall obtain and maintain, in full force and effect throughout the term of this Agreement, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least one million dollars ($1,000,000.00) for bodily injury or disease. 5.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City Manager prior to commencing any work or services under this Agreement. Consultant guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of $10,000, and the City Manager may require evidence of pending claims and claims history as well as evidence of Consultant’s ability to pay claims for all deductible amounts and self-insured retentions proposed in excess of $10,000. 5.3 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Consultant pursuant to this Agreement: A. For any claims related to this Agreement, Consultant’s coverage shall be primary insurance as respects City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Consultant’s insurance and shall not contribute with it. B. Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. C. All insurance coverage and limits provided by Consultant and available or applicable to this Agreement are intended to apply to each insured, including additional insureds, against whom a claim is made, or suit is brought to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City, or its operations shall limit the application of such insurance coverage. D. None of the insurance coverages required herein will be in compliance with these requirements if they include any limiting endorsement which substantially impairs the coverages set forth herein (e.g., elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. E. Consultant agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 10 of 18 endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Consultant’s obligation to ensure timely compliance with all insurance submittal requirements as provided herein. F. Consultant agrees to ensure that subconsultants, and any other parties involved with the Project who are brought onto or involved in the Project by Consultant, provide the same minimum insurance coverage required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with subconsultants and others engaged in the Project will be submitted to the City for review. G. Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights hereunder in this or any other regard. H. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Agreement applicable to the renewing or new coverage shall be provided to City no later than ten (10) days prior to expiration of the lapsing coverage. I. Requirements of specific insurance coverage features, or limits contained in this section are not intended as limitations on coverage, limits, or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. J. The requirements in this section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this section. K. Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the Work performed under this Agreement and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Agreement. City assumes no obligation or liability by such notice but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. L. Consultant agrees that the provisions of this section shall not be construed as limiting in any way the extent to which the Consultant may be held responsible for the payment of damages resulting from the Consultant’s activities or the activities of any person or person for which the Consultant is otherwise responsible. 5.4 Sufficiency of Insurers. Insurance required herein shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best’s Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 11 of 18 5.5 Verification of Coverage. Consultant shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Agreement. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Consultant’s insurers to provide complete, certified copies of all required insurance policies at any time. Additional insured endorsements are not required for Errors and Omissions and Workers’ Compensation policies. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: A. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured…” ("as respects City of Palm Springs Contract No.___" or "for any and all work performed with the City" may be included in this statement). B. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No.___" or "for any and all work performed with the City" may be included in this statement). C. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, “endeavor to” mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. D. Both the Workers’ Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shall not waive the Consultant’s obligation to provide them. 6. INDEMNIFICATION 6.1 To the fullest extent permitted by law, Consultant shall defend (at Consultant’s sole cost and expense), indemnify, protect, and hold harmless City, its elected officials, officers, employees, agents, and volunteers (collectively the “Indemnified Parties”), from and against any and all liabilities, actions, suits, claims, demands, losses, costs, judgments, arbitration awards, settlements, damages, demands, orders, penalties, and expenses including legal costs and reasonable attorney fees (collectively “Claims”), including but not limited to Claims arising from injuries to or death of persons (Consultant’s employees included), for damage to property, including property owned by City, for any violation of any applicable Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 12 of 18 federal, state, or local law or ordinance or to the extent arising out of, pertaining to, or relating to any acts, errors or omissions, or willful misconduct committed by Consultant, its officers, employees, representatives, and agents, that arise out of or relate to Consultant’s performance of Services or this Agreement. This indemnification clause excludes Claims arising from the sole or active negligence or willful misconduct of the Indemnified Parties. Under no circumstances shall the insurance requirements and limits set forth in this Agreement be construed to limit Consultant’s indemnification obligation or other liability under this Agreement. Consultant’s indemnification obligation shall survive the expiration or earlier termination of this Agreement until all actions against the Indemnified Parties for such matters indemnified are fully and finally barred by the applicable statute of limitations or, if an action is timely filed, until such action is final. 6.2 If Consultant’s obligation to defend, indemnify, and/or hold harmless arises out of Consultant’s performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code section 2782.8, which is fully incorporated herein, Consultant’s indemnification obligation shall be limited to the extent which the Claims arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant in the performance of the Services or this Agreement, and, upon Consultant obtaining a final adjudication by a court of competent jurisdiction, Consultant’s liability for such claim, including the cost to defend, shall not exceed the Consultant’s proportionate percentage of fault. 7. REPORTS AND RECORDS 7.1 Accounting Records. Consultant shall keep complete, accurate, and detailed accounts of all time, costs, expenses, and expenditures pertaining in any way to this Agreement. Consultant shall keep such books and records as shall be necessary to properly perform the Services required by this Agreement and to enable the Contract Officer to evaluate the performance of such Services. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the Services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of the Work to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Work contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of such fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.3 Ownership of Documents. All drawings, specifications, reports, records, documents, memoranda, correspondence, computations, and other materials prepared by Consultant, its employees, subconsultants, and agents in the performance of this Agreement shall be the property of City and shall be promptly delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of incomplete documents without Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 13 of 18 specific written authorization by the Consultant will be at the City's sole risk and without liability to Consultant, and the City shall indemnify the Consultant for all damages resulting therefrom. Consultant may retain copies of such documents for its own use. Consultant shall have an unrestricted right to use the concepts embodied therein. Consultant shall ensure that all its subconsultants shall provide for assignment to City of any documents or materials prepared by them, and in the event, Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. 7.4 Release of Documents. All drawings, specifications, reports, records, documents, and other materials prepared by Consultant in the performance of Services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. All information gained by Consultant in the performance of this Agreement shall be considered confidential and shall not be released by Consultant without City’s prior written authorization. 7.5 Audit and Inspection of Records. After receipt of reasonable notice and during the regular business hours of City, Consultant shall provide City, or other agents of City, such access to Consultant’s books, records, payroll documents, and facilities as City deems necessary to examine, copy, audit, and inspect all accounting books, records, work data, documents, and activities directly related to Consultant’s performance under this Agreement. Consultant shall maintain such books, records, data, and documents in accordance with generally accepted accounting principles and shall clearly identify and make such items readily accessible to such parties during the term of this Agreement and for a period of three (3) years from the date of final payment by City hereunder. 8. ENFORCEMENT OF AGREEMENT 8.1 California Law and Venue. This Agreement shall be construed and interpreted both as to validity and as to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such County, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Interpretation. This Agreement shall be construed as a whole according to its fair language and common meaning to achieve the objectives and purposes of the Parties. The terms of this Agreement are contractual and the result of negotiation between the Parties. Accordingly, any rule of construction of contracts (including, without limitation, California Civil Code Section 1654) that ambiguities are to be construed against the drafting party, shall not be employed in the interpretation of this Agreement. The caption headings of the various sections and paragraphs of this Agreement are for convenience and identification purposes only and shall not be deemed to limit, expand, or define the contents of the respective sections or paragraphs. 8.3 Termination. City may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Consultant. Where termination is due to the fault of Consultant and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon receipt of the notice of termination, Consultant shall immediately cease all Services except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer after such notice. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Consultant shall Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 14 of 18 not be entitled to payment for unperformed Services and shall not be entitled to damages or compensation for termination of Work. Consultant may not terminate this Agreement except for cause, upon thirty (30) days written notice to City. 8.4 Default of Consultant. A. Consultant’s failure to comply with any provision of this Agreement shall constitute a default. B. If the City Manager, or his designee, determines that Consultant is in default in the performance of any of the terms or conditions of this Agreement, he/she shall notify Consultant in writing of such default. Consultant shall have ten (10) days, or such longer period as City may designate, to cure the default by rendering satisfactory performance. In the event Consultant fails to cure its default within such period of time, City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice of any remedy to which City may be entitled at law, in equity, or under this Agreement. Consultant shall be liable for any and all reasonable costs incurred by City as a result of such default. Compliance with the provisions of this section shall not constitute a waiver of any City right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City’s right to terminate this Agreement without cause pursuant to Section 8.3. C. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.B, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the Maximum Contract Amount (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. The withholding or failure to withhold payments to Consultant shall not limit Consultant’s liability for completion of the Services as provided herein. 8.5 Waiver. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative of the Party against whom enforcement of a waiver is sought. Any waiver by the Parties of any default or breach of any covenant, condition, or term contained in this Agreement, shall not be construed to be a waiver of any subsequent or other default or breach, nor shall failure by the Parties to require exact, full, and complete compliance with any of the covenants, conditions, or terms contained in this Agreement be construed as changing the terms of this Agreement in any manner or preventing the Parties from enforcing the full provisions hereof. 8.6 Rights and Remedies Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 8.7 Legal Action. In addition to any other rights or remedies, either Party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 15 of 18 compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.8 Attorney Fees. In the event any dispute between the Parties with respect to this Agreement results in litigation or any non-judicial proceeding, the prevailing Party shall be entitled, in addition to such other relief as may be granted, to recover from the non-prevailing Party all reasonable costs and expenses, including but not limited to reasonable attorney fees, expert consultant fees, court costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in such proceeding. 9. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 9.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor-in-interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Consultant acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement, nor shall Consultant enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Consultant warrants that Consultant has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a “prohibited basis”). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City’s lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 10. MISCELLANEOUS PROVISIONS 10.1 Patent and Copyright Infringement. A. To the fullest extent permissible under law, and in lieu of any other warranty by City or Consultant against patent or copyright infringement, statutory or otherwise, it is agreed that Consultant shall defend at its expense any claim or suit against City on account of any allegation that any Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 16 of 18 item furnished under this Agreement, or the normal use or sale thereof arising out of the performance of this Agreement, infringes upon any presently existing U.S. letters patent or copyright and Consultant shall pay all costs and damages finally awarded in any such suit or claim, provided that Consultant is promptly notified in writing of the suit or claim and given authority, information and assistance at Consultant’s expense for the defense of same, and provided such suit or claim arises out of, pertains to, or is related to the negligence, recklessness or willful misconduct of Consultant. However, Consultant will not indemnify City if the suit or claim results from: (1) City's alteration of a deliverable, such that City’s alteration of such deliverable created the infringement upon any presently existing U.S. letters patent or copyright; or (2) the use of a deliverable in combination with other material not provided by Consultant when it is such use in combination which infringes upon an existing U.S. letters patent or copyright. B. Consultant shall have sole control of the defense of any such claim or suit and all negotiations for settlement thereof, Consultant shall not be obligated to indemnify City under any settlement made without Consultant’s consent or in the event City fails to cooperate in the defense of any suit or claim, provided, however, that such defense shall be at Consultant’s expense. If the use or sale of such item is enjoined as a result of the suit or claim, Consultant, at no expense to City, shall obtain for City the right to use and sell the item, or shall substitute an equivalent item acceptable to City and extend this patent and copyright indemnity thereto. 10.2 Notices. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered, sent by pre-paid First Class U.S. Mail, registered or certified mail, postage prepaid, return receipt requested, or delivered or sent by facsimile with attached evidence of completed transmission, and shall be deemed received upon the earlier of (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) five (5) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by facsimile. Any notice, request, demand, direction, or other communication sent by facsimile must be confirmed within forty-eight (48) hours by letter mailed or delivered. Other forms of electronic transmission such as e-mails, text messages, instant messages are not acceptable manners of notice required hereunder. Notices or other communications shall be addressed as follows: To City: City of Palm Springs Attention: City Manager 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Telephone: (760) 323-8204 To Consultant: Albert A. Webb and Associates Attention: Dilesh Sheth, PE, TE, Senior Vice President 3788 McCray Street Riverside, CA 92506 Telephone: (951) 686-1070 10.3 Entire Agreement. This Agreement constitutes the entire understanding between the Parties and supersedes and cancels all prior negotiations, arrangements, agreements, representations, and understandings, if any, made by or among the Parties with respect to the subject matter hereof. No amendments or other modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or their respective successors, assigns, or grantees. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 17 of 18 10.4 Severability. Whenever possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be determined to be invalid by a final judgment or decree of a court of competent jurisdiction, such provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the reminder of that provision, or the remaining provisions of this Agreement unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 10.5 Successors in Interest. This Agreement shall be binding upon and inure to the benefit of the Parties’ successors and assignees. 10.6 Third Party Beneficiary. Except as may be expressly provided for herein, nothing contained in this Agreement is intended to confer, nor shall this Agreement be construed as conferring, any rights, including, without limitation, any rights as a third-party beneficiary or otherwise, upon any entity or person not a party hereto. 10.7 Recitals. The above-referenced Recitals are hereby incorporated into the Agreement as though fully set forth herein and each Party acknowledges and agrees that such Party is bound, for purposes of this Agreement, by the same. 10.8. Corporate Authority. Each of the undersigned represents and warrants that (i) the Party for which he or she is executing this Agreement is duly authorized and existing, (ii) he or she is duly authorized to execute and deliver this Agreement on behalf of the Party for which he or she is signing, (iii) by so executing this Agreement, the Party for which he or she is signing is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which the Party for which he or she is signing is bound. 10.9 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 10.10 Compliance with Economic Sanctions in Response to Russia's Actions in Ukraine. When funding for the services is provided, in whole or in part, by an agency controlled of the State of California, Consultant shall fully and adequately comply with California Executive Order N-6-22 (“Russian Sanctions Program”). As part of this compliance process, Consultant shall also certify compliance with the Russian Sanctions Program by completing the form located in Exhibit “E” (Russian Sanctions Certification), attached hereto and incorporated herein by reference. Consultant shall also require any subconsultants to comply with the Russian Sanctions Program and certify compliance pursuant to this Section. [SIGNATURES ON FOLLOWING PAGE] Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Page 18 of 18 SIGNATURE PAGE TO AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND ALBERT A. WEBB ASSOCIATES IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. CONSULTANT: By: _______________________________________ By: _________________________________________ Signature Signature (2nd signature required for Corporations) Date: : Date: CITY OF PALM SPRINGS: APPROVED BY CITY COUNCIL: Date: 11/21/2024 Item No. 1MM APPROVED AS TO FORM: ATTEST: By: ___________________________ By: _______________________________ City Attorney City Clerk APPROVED: By: _______________________________ Date: City Manager – over $50,000 Deputy/Assistant City Manager – up to $50,000 Director – up to $25,000 Manager – up to $5,000 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 12/2/2024 12/3/2024 12/4/2024 EXHIBIT “A” SCOPE OF SERVICES Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 2 SCOPE OF SERVICES Background: This work will be provided on an on-call as-needed basis and no amount of work is guaranteed. The contract value is based on an estimate only and not reflective of the actual amount of work that may or may not be performed. The City will issue Task Orders to the Consultant to provide the requested services associated with each project, as the need occurs for such services. Work will be performed on either a lump sum or cost-plus fixed fee basis as defined in each task order. All services shall be performed in compliance with industry and professional standards and all applicable federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), Greenbook, Caltrans, (or most applicable or current edition at the time of assigned project), and the rules and ordinances of the County of Riverside and the City of Palm Springs. Scope: It will be the responsibility of the Consultant to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated workspace or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. The City may assign projects at its sole discretion. Responsibilities may include, but are not limited to, the following: A. Roadway design and reconstruction. B. Grading and drainage plans. C. Stormwater management and compliance with NPDES regulations. D. Utility coordination and design. E. Act as the City of Palm Springs representative on contract document interpretation and related contract matters during construction of projects. F. Prepare or examine engineering plans, specifications, designs, cost estimates, bid proposals, and legal descriptions. G. Represent the City in meetings with contractors, developers, other agencies, utility companies, and/or Caltrans. H. Review/evaluate complex plans and studies prepared by developers, consultants, utilities, and others. I. Perform contract administration functions, negotiations on behalf of the City, and recommend change orders when applicable. J. Create or update City standards as it relates to City civil engineering standards. K. Provide support during bidding, construction, and project closeout. L. Prepare and submit necessary documents, and coordinate with various regional, county, state, federal, and utility companies. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 3 M. Assist with bidding procedures, prepare bid summaries, and make recommendations for consideration to award contracts for planning, design, and/or construction. N. Prepare correspondence, reports, studies, and memoranda necessary to administer various City capital improvement projects. O. Assist the City in tasks necessary to expedite project delivery such as “trouble shooting” and resolving issues with Caltrans, jurisdictions, regulatory parties, and other affected agencies that may hamper project delivery schedules. P. Attend project development team meetings and other stakeholder and community meetings for the projects. Q. Employ project administration, contract administration, and project control techniques to ensure projects are delivered within approved scope, schedule, and budget. R. Other duties as requested by the City Engineer Schedule: Work will commence on issuance of individual task orders and the task orders will define the schedule for the work. Compensation: Work will be authorized under individual task orders and will be compensated on either a lump sum or cost-plus fixed fee basis utilizing the hourly rates, approved overhead and fee/profit included in the contract. Contract pricing in each task order shall include all labor, expenses, and incidentals to complete the work outlined in the contract scope. The Consultant may request monthly payments based on the percentage of work completed for the previous month as long as a detailed progress report is provided to support the amount requested. No additional compensation will be due by the City unless the contract is modified for additional work requested by the City. There is no specific amount of work guaranteed as this is an on-call contract. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D EXHIBIT “B” REQUEST FOR QUALIFICATIONS Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D CITY OF PALM SPRINGS, CA ENGINEERING SERVICES DEPARTMENT REQUEST FOR QUALIFICATIONS CE RFQ 20-24 ON CALL CIVIL ENGINEERING SERVICES ISSUED: SEPTEMBER 19, 2024 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D TABLE OF CONTENTS SECTION 1 – NOTICE OF REQUEST FOR QUALIFICATIONS PAGE NUMBER 1.1 Request for Request for Qualifications 3 1.2 Funding 3 1.3 Term 3 1.4 Schedule 3 1.5 RFQ Documents Location 3 1.6 Evaluation of Qualifications and Award of Contract 3 SECTION 2 – INSTRUCTIONS TO RESPONDERS 2.1 Obtaining RFQ Documents and Addenda 4 2.2 Responder’s Minimum Requirements 4 2.3 Submission of Request for Qualifications 4 2.4 Protest Procedures 4 SECTION 3 – CONDITIONS GOVERNING THE PROCUREMENT 3.1 Request for Clarifications/Questions 6 3.2 Responders Ethical Behavior 6 3.3 Request for Qualifications to Remain Open 6 3.4 Right to Accept or Reject Request for Qualifications 6 3.5 Responsibility of Responder 6 3.6 Insurance 6 3.7 Public Record 6 3.8 Cost Related to Request for Qualifications Preparation: 7 3.9 Compliance with Law 7 3.10 Licenses, Permits, Fees and Assessments 7 3.11 Investigations 7 3.12 Non-Collusion 8 3.13 Signed Request for Qualifications and Exceptions 8 3.14 Award of Contract 8 3.15 Form of Agreement 8 SECTION 4 – SCOPE OF WORK 4.1 Background 10 4.2 Scope 10 4.3 Schedule 11 4.4 Compensation 11 SECTION 5 – REQUEST FOR QUALIFICATIONS FORMAT AND ORGANIZATION 5.1 Request for Qualifications Requirements 12 5.2 Electronic Submittal Package Format 12 5.3 Submission of Request for Qualifications 14 SECTION 6 – REQUEST FOR QUALIFICATIONS EVALUATION 6.1 Evaluation of Request for Qualifications 15 6.2 Selection Process and Award of Contract 15 SECTION 7– ATTACHMENTS TO INCLUDE WITH RFQ SUBMITTAL PACKAGE 16 SECTION 8 – SAMPLE AGREEMENT 29 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 3 SECTION 1 – NOTICE OF REQUEST FOR QUALIFICATIONS 1.1 Request for Request for Qualifications The City of Palm Springs is a Charter City in eastern Riverside County, CA with a population of over 48,000. The City is seeking proposals from qualified professional Civil Engineering firms to establish a list of on-call firms to work on a variety of capital projects within the City boundaries. The City anticipates that projects will range from civil engineering items such as street improvements, parking lot design, grading, drainage improvements, utility coordination, preliminary planning and cost estimating for existing and future projects, etc. The selected consultant(s) shall be required to demonstrate successful experience and capacity to provide civil engineering services to a municipal government agency for the types of projects named above. The City may assign projects at its sole discretion. There is no promise or guarantee of work, made or implied, by the City and all work that may be assigned is subject to approval and funding of each project. 1.2 Funding The resulting contract will be an on-call contract and the estimated not to exceed value of the contract will be $5M over the full term of the contract or approximately $1M annually. Note that projects with Federal or State grant funds may be excluded from this contract pursuant to the applicable terms and conditions of the grant requirements. 1.3 Term The Responder shall guarantee that all contents of their submittal shall be valid for a period of 120 calendar days from the due date of submittals. The term of this contract will be for five years. 1.4 Schedule The following is the schedule for this procurement. Activity Due/Time Request for Qualifications Issued September 19, 2024 Request for Clarifications from Responders due October 7, 2024, 12:00 pm PST Request for Qualifications due October 16, 2024, 12:00 pm PST Interviews if desired by City October 24, 2024 Contract awarded by City Council on November 14, 2024 1.5 RFQ Documents Location https://pbsystem.planetbids.com/portal/47688/portal-home (See CE RFQ 2024.) 1.6 Evaluation of Qualifications and Award of Contract This solicitation has been developed in the Request for Qualifications (RFQ) format for the acquisition of Professional Services on the basis of demonstrated competence and qualifications for the type of services required consistent with the provisions of CA Government Code 4525/4526 and Municipal Code 7.04.050. Accordingly, firms should take note that multiple factors as identified in the RFQ will be considered by the Evaluation Committee. Price is evaluated as part of the evaluation criteria. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council. The selected firm will be required to comply with all insurance and license requirements of the City. END SECTION Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 4 SECTION 2 – INSTRUCTIONS TO RESPONDERS 2.1 Obtaining RFQ Documents and Addenda: RFQ documents can be found on PlanetBids at: https://pbsystem.planetbids.com/portal/47688/portal-home Responders will need to log in and locate this RFQ for all related documents. It is the Responder’s responsibility to check the PlanetBids site regularly to stay current on the documents that are available as this is the primary communication site for this RFQ. 2.2 Responder’s Minimum Requirements – evaluated on a pass/fail basis: A. Experience: The Responder must have at least 15 years’ experience providing civil engineering services for public works projects and a minimum of 25 years providing civil engineering services (inclusive of public/private CE work) as a business. Responders shall outline this experience in Section A of the request for qualifications. B. Related Projects: The Responder must list three (3) projects completed within the last five (5) years’ showing civil engineering related work for a public agency. The firms’ contract price for these projects must be equal to or greater than $150,000 each (design/support costs, not total construction costs). Responders shall outline this experience in Section A of the request for qualifications. C. Business License: The selected firm will be required to be licensed in accordance with the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40 through 3.96, entitled “Business Tax”. Responders may obtain the license after award but must do so promptly as the license will be routed with the contract for final signature. 2.3 Submission of Request for Qualifications: Requests for Qualifications will be electronically received through the Planet Bids electronic platform as provided in this RFQ until the time specified in the schedule. The receiving time date stamp in the electronic PlanetBids system will be the governing time for acceptability of Request for Qualifications. Paper Request for Qualifications, or Request for Qualifications sent by any other means will not be accepted. Failure to register as a Responder to this RFQ process per the instructions in the Request for Qualifications (under “Obtaining RFQ Documents”) may result in not receiving Addenda or other important information pertaining to this process. Failure to acknowledge Addenda may render a Request for Qualifications as being non-responsive or negatively impact the evaluation of a Request for Qualifications. Request for Qualifications files shall be clearly labeled per the instructions provided and submitted electronically. 2.4 Protest Procedures. This section sets forth the protest remedies available with respect to the RFQ process. Each Responder by submitting its RFQ, expressly recognizes the limitation on its rights to protest contained herein, and expressly waives all other rights and remedies. Each Responder agrees that the decisions on any protest, as provided herein, will be final and binding on the protestant. All protests and related statements described in this section shall be submitted for filing to the following email address: Anthony.Acosta@Palmspringsca.gov. A. If any attempts to resolve respondent concerns during the request for clarifications/question and answer period were unsuccessful, protests regarding the RFQ requirements shall be filed only after the Q&A period ends, but no later than five calendar days after the final addendum is issued. Responders may protest the RFQ requirements on the grounds that: 1. A material provision in the RFQ notice is ambiguous to a point that the responder cannot respond to the solicitation, or 2. The RFQ restricts fair and open competition, 3. Any aspect of the RFQ requirements described herein violates applicable Local, State or Federal law. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 5 4. Protests regarding the RFQ requirements shall completely and succinctly state the grounds for protest and shall include all factual and legal documentation in sufficient detail to establish the merits of the protest. Evidentiary statements, if any, shall be submitted under penalty of perjury. The protestant shall have the burden of proving its protest by preponderance of the evidence. The outcome of the RFQ requirements protest shall be decided on the basis of the written submissions by the Engineering Services Department in conjunction with the City’s Legal Department, whose decision shall be final and binding on the protestant. The City will issue a written decision regarding any protests to the respondent or to each participating respondent. 5. Notwithstanding the existence of a protest, the City may continue the procurement process. The failure of a respondent to file a basis for a protest regarding the RFQ requirements within the applicable period shall preclude consideration of that ground in any future protest related to RFQ requirements. 6. This is the only time a prospective consultant can file a protest over RFQ requirements. 7. The City may issue addenda or extend the RFQ due date to address the issues raised in a requirement related protest. B. Protests Regarding Selection of the Most Highly Qualified Team 1. The City will only consider protest by respondents that submitted RFQs. 2. Respondents may protest the selection of the Most Highly Qualified firm only on the grounds that the City did not comply with RFQ process and procedures. 3. Any protests regarding the City’s decision of Selection of the Most Highly Qualified firm shall be filed within seven calendar days after the selection or recommendation of intent to award of the Most Highly Qualified firm. The City will not accept protests filed after this time period. 4. The City will not entertain protests of RFQ requirements during this stage in the process. 5. The protestant shall file a detailed written statement on the grounds, legal authority, and facts, including all documents and evidentiary statements in support of the protest. Evidentiary statements, if any, shall be submitted under penalty of perjury. The protestant shall have the burden of proving its protests by a preponderance of the evidence. Failure to file a protest within the applicable period shall constitute a waiver of the right to protest the selection of the Most Highly Qualified firm. 6. The City shall issue a written decision regarding the protest within 30 calendar days after the filing of the detailed statement of protest. The decision shall be final and binding on the protestant. 7. The City reserves the right to request information and/or documentation from the selected Most Highly Qualified firm to respond to issues raised in a protest. C. Under no circumstances shall the City be held liable for payment of the protestant’s costs or attorneys’ fees. The City shall not be liable for any damages to the protestant filing the protest or to any participant in the protest, on any basis, express or implied. END SECTION Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 6 SECTION 3 – CONDITIONS GOVERNING THE PROCUREMENT 3.1 Request for Clarifications/Questions: A. Questions are to be submitted through PlanetBids vendor portal at the following link: https://pbsystem.planetbids.com/portal/47688/portal-home and then selecting the RFQ. B. Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the RFQ. The deadline for all questions is as outlined in the schedule. Questions received after this date and time may not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 3.2 Responders Ethical Behavior: Responders, their representatives, agents, or anyone else acting on their behalf are specifically directed not to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this RFQ other than as directed below. Contact with anyone other than as directed below will be cause for rejection of a request for qualifications. 3.3 Request for qualifications to Remain Open: The Responder shall guarantee that all contents of their request for qualifications shall be valid for a period of 120 calendar days from the due date of request for qualifications. 3.4 Right to Accept or Reject Request for qualifications: The City of Palm Springs reserves the right to waive any informality or technical defect in a request for qualifications and to accept or reject, in whole or in part, any or all request for qualifications and to cancel all or part of this RFQ and seek new request for qualifications, as best serves the interests of the City. The City furthermore reserves the right to contract separately with others certain tasks if deemed in the best interest of the City. 3.5 Responsibility of Responder: All firms responding to this RFQ shall be responsible. If it is found that a firm is irresponsible (e.g., has not paid taxes, is not a legal entity, submitted an RFQ without an authorized signature, falsified any information in the request for qualifications package, etc.), the request for qualifications shall be rejected. 3.6 Insurance: Insurance provisions are contained in the Standard Contract Services sample agreement included in the RFQ. The successful Responder will be required to comply with these provisions. It is recommended that Responders have their insurance provider review the insurance provisions BEFORE they submit their Request for Qualifications. 3.7 Public Record: A. All documents submitted in response to this solicitation will become the property of the City of Palm Springs and are subject to the California Code Section 7921 et seq., commonly known as the Public Records Act. Information contained in the documents, or any other materials associated with the solicitation, pursuant to CA Government Code 7922 during the negotiation process, may be made public after the City’s negotiations are completed, and Staff has agendized the recommendation to the City Council for the award of a contract to a specific firm, but before final action is taken by the City Council to award the contract. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 7 B. Although the California Public Records Act (“CPRA”) recognizes that certain confidential trade secret information may be protected from disclosure, the City may not be in a position to establish that the information submitted in a Request for Qualifications is a trade secret. If a request is made for information marked “Confidential,” “Trade Secret,” Proprietary,” or any other similar designation, the City will provide the party submitting such information with reasonable notice to allow the party to seek protection from disclosure by a court of competent jurisdiction. C. If a submitting party contends that a portion of the Request for Qualifications is confidential even under the CPRA, the party: 1) must clearly label each document and/or page deemed a confidential document 2) the legal rationale supporting such contention including specific references to applicable provisions of the Public Records laws of the State 3) must actively defend against any request for disclosure of information which the party has determined should not be released, and 4) must indemnify and hold harmless the City from any loss, claim or suit, including attorneys’ fees, brought by a person challenging the City’s refusal to release the documents. The City will not, under any circumstances, incur any expenses, or be responsible for any damages or losses incurred by a party submitting a Request for Qualifications or any other person or entity, because of the release of such information. The City will not return the original or any copies of the Request for Qualifications or other information or documents submitted to the City as part of this RFQ process. The City may not recognize Request for Qualifications where all the information, via a blanket statement, is submitted as proprietary information or a trade secret. Such Request for Qualifications may be found non-responsive. 3.8 Cost Related to Request for Qualifications Preparation: The City will NOT be responsible for any costs incurred by any firm responding to this RFQ in the preparation of their Request for Qualifications or participation in any presentation if requested, or any other aspects of the entire RFQ process. 3.9 Compliance with Law: Responder warrants that all services rendered shall be performed in accordance with all applicable federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations. 3.10 Licenses, Permits, Fees and Assessments: Responder represents and warrants to City that it will obtain all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession and perform the Work and Services requested in this RFQ. Responder represents and warrants to City that Responder shall, at its sole cost and expense, keep in effect at all times during the term of the Agreement if so awarded, any license, permit, qualification, or approval that is legally required for Responder to perform the Work and Services under the Agreement if so awarded. Responder shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties, and interest, which may be imposed by law and arise from or are necessary for the Responder’s performance of the Work and Services required under the Agreement if so awarded. Responder shall indemnify, defend, and hold harmless City against any such fees, assessments, taxes penalties, or interest levied, assessed, or imposed against City to the fullest extent permitted by law. 3.11 Investigations: The City reserves the right to make such investigations as it deems necessary to determine the ability of the firms responding to this RFQ to perform the Work and the firm shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any Request for Qualifications if the evidence submitted by or investigation of such firm fails to satisfy the City that such firm is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 8 3.12 Non-Collusion: The undersigned, by submission of this procurement form, hereby declares that this Request for Qualifications is made without collusion with any other business making any other Request for Qualifications, or which otherwise would make a Request for Qualifications. Responder must execute an Affidavit of Non-Collusion provided as Attachment “B” in the RFQ and include it with their Request for Qualifications. 3.13 Signed Request for Qualifications and Exceptions: Submission of a signed Request for Qualifications will be interpreted to mean that the firm responding to this RFQ has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request for Qualifications, and any attached sample agreement. Exceptions to any of the language in either the RFQ documents or attached sample agreement, including the insurance requirements, must be requested under the request for clarifications/questions process by the deadline for questions. Any requested changes to the contract will be considered at that time and if changes are allowed, they will be sent out through an Addendum to all Responders. Exceptions to the City’s RFQ document or standard boilerplate language, insurance requirements, terms, or conditions, etc. may only be considered during the early stage of the solicitation process; and shall not be included in the submitted Request for Qualifications. The City makes no guarantee that any exceptions will be approved but will consider any requests put forward in the request for clarification/question process. 3.14 Award of Contract: It is the City’s intent to award a contract to the firm or firms that can provide all of the scope of work tasks identified in the RFQ document. However, the City reserves the right to award multiple contracts, or to make no award, whichever is in the best interest of the City. It is anticipated that award of the contract will occur at the next regularly scheduled City Council meeting after the evaluation committee has made its final selection of the firm to be recommended for award and a contract has been negotiated and agendized for consideration. The decision of the City Council will be final. 3.15 Form of Agreement: A. The selected firm will be required to enter into a contractual agreement, inclusive of insurance requirements, with the City of Palm Springs in accordance with the standard Professional Services Agreement (see Section 8). Please note that the exhibits are intentionally not complete in the attached sample standard document. These exhibits will be negotiated with the selected firm and will appear in the final Professional Services Agreement executed between the parties. B. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award. If the highest ranked Responder refuses or fails to execute the Agreement, or negotiations are not successful, or the Agreement is terminated, the City may, at its sole discretion, enter negotiations with and award the Contract to the second highest ranked Responder, and so on. C. We specifically draw your attention to the language in the sections of the sample contractual agreement attached entitled “Conflict of Interest” and “Covenants Against Discrimination” and recommend all firms carefully consider these contractual requirements prior to submitting a request for qualifications in response to this RFQ. Firms that submit a request for qualifications in response to this RFQ shall certify the following: D. Conflict of Interest. Responder acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement, nor shall Responder enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Responder warrants that Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 9 Responder has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. E. Covenant Against Discrimination. In connection with its performance under this Agreement, Responder shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a “prohibited basis”). Responder shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City’s lawful capacity to enter this Agreement, and in executing this Agreement, Responder certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Responder activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Responder is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. END SECTION Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 10 SECTION 4 – SCOPE OF WORK 4.1 Background: The City utilizes qualified professionals to provide licensed On-Call Civil Engineering Services for various projects ranging from street improvements, parking lot design, grading, drainage improvements, utility coordination, preliminary planning and cost estimating for existing and future projects, etc. The City recognizes that the key to a successful Engineering Services Department is a good design and support team. The purpose of this contract is for Consultant(s) who have the right skill set and experience levels to assist the City with On-Call Civil Engineering Services. This work will be provided on an on-call as-needed basis and no amount of work is guaranteed. The contract value is based on an estimate only and not reflective of the actual amount of work that may or may not be performed. The City will issue Task Orders to the Consultant to provide the requested services associated with each project, as the need occurs for such services. Work will be performed on either a lump sum or cost-plus fixed fee basis as defined in each task order. All proposals must be made on the basis of the requirements contained herein. Individual tasks may require supervision, consultants, materials, equipment and supplies necessary to complete any services required. All services shall be performed in compliance with industry and professional standards and all applicable federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), Greenbook, Caltrans, (or most applicable or current edition at the time of assigned project), California Manual on Uniform Traffic Control Devices (MUTCD), and the rules and ordinances of the County of Riverside and the City of Palm Springs. 4.2 Scope: It will be the responsibility of the successful firm(s) to determine the necessary staffing level required to perform the scope of service as may be required for a project when assigned. The City will not provide dedicated workspace or office space, city staff or city resources, printing or copying services, or clerical assistance in the performance of this agreement. The City reserves the right to perform any portion of the scope of work with City personnel and/or by other Consultants. The City may assign projects at its sole discretion. Responsibilities may include, but are not limited to, the following: A. Street Improvement projects. B. Sewer Improvement projects. C. Storm drainage projects – Miscellaneous storm drain improvement projects as determined by the staff. D. Grading and drainage plans. E. Preliminary planning and cost estimating for capital improvement projects. F. Act as the City of Palm Springs representative on contract document interpretation and related contract matters during construction of projects. G. Prepare or examine engineering plans, specifications, designs, cost estimates, bid proposals, and legal descriptions. H. Represent the City in meetings with contractors, developers, other agencies, utility companies, and/or Caltrans. I. Review/evaluate complex plans and studies prepared by developers, consultants, utilities, and others. J. Perform contract administration functions, negotiations on behalf of the City, and recommend change orders when applicable. K. Create or update City standards as it relates to City civil engineering standards. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 11 L. Provide support during bidding, construction, and project closeout. M. Prepare and submit necessary documents, and coordinate with various regional, county, state, federal, and utility companies. N. Assist with bidding procedures, prepare bid summaries, and make recommendations for consideration to award contracts for planning, design, and/or construction. O. Prepare correspondence, reports, studies, and memoranda necessary to administer various City capital improvement projects. P. Assist the City in tasks necessary to expedite project delivery such as “trouble shooting” and resolving issues with Caltrans, jurisdictions, regulatory parties, and other affected agencies that may hamper project delivery schedules. Q. Attend project development team meetings and other stakeholder and community meetings for the projects. R. Employ project administration, contract administration, and project control techniques to ensure projects are delivered within approved scope, schedule, and budget. S. Environmental clearance for CEQA. T. Other duties as requested by the City Engineer 4.3 Schedule: Work will commence on issuance of individual task orders and the task orders will define the schedule for the work. 4.4 Compensation: Work will be authorized under individual task orders and will be compensated on either a lump sum or cost-plus fixed fee basis utilizing the hourly rates, approved overhead and fee/profit included in the contract. Contract pricing in each task order shall include all labor, expenses, and incidentals to complete the work outlined in the contract scope. The Contractor may request monthly payments based on the percentage of work completed for the previous month as long as a detailed progress report is provided to support the amount requested. No additional compensation will be due by the City unless the contract is modified for additional work requested by the City. There is no specific amount of work guaranteed as this is an on-call contract. END SECTION Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 12 SECTION 5 – REQUEST FOR QUALIFICATIONS FORMAT AND ORGANIZATION 5.1 Request for Qualifications Requirements: The firm’s Request for Qualifications should describe the methodology to be used to accomplish the project objectives. The Request for Qualifications should also describe the work which shall be necessary in order to satisfactorily complete the described requirements. 5.2 Electronic Submittal Package Format: Firms are requested to format their Request for Qualifications so that responses correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6 below. The Request for Qualifications must be in an 8½ X 11 format, minimum 11pt font size, minimum ¾” margins, and may be no more than a total of 20 electronic pages, including cover letters, organization charts, and appendices. NOTE: Front and back Covers, dividers, attachments (including resumes) and Addenda acknowledgment do NOT count toward the limit (everything else does). Responders must provide the information identified below. All such information shall be presented in a format that directly corresponds to the numbering scheme identified here. The electronic submittal package shall be clearly marked as per the instructions above and shall include the Sections A, B, C, D and E below: Section A: Firm/subcontractors Qualifications and Experience including references. A.1 Please provide a description of the services that your company has provided in other cities or public entities, how long you have been in operation, and any unique features of the services you offer. Please also include how you meet the minimum requirements that will be scored on a pass-fail basis. A.2 Indicate the name of any sub-contractor firms or contractors that will be utilized to make up your team. Describe each subcontractor’s qualifications, background, and specific expertise that they bring to the project. A.3 The selected Consultant shall demonstrate familiarity of providing services for civil engineering related projects and has a clear understanding of all applicable and current edition at the time of assigned project - federal, state, and local laws, ordinances and regulations including Americans with Disabilities Act (ADA), Greenbook, Caltrans, California Manual on Uniform Traffic Control Devices (MUTCD), and the rules and ordinances of the County of Riverside and the City of Palm Springs. A.4 Provide information and references requested in Section 2.2B – Related Projects. A.5 In addition to the form, in this section of your proposal please provide any additional information that would explain in more detail the work undertaken with the references provided and any other material information you would like the City to know about your work for that reference that is relevant to the work described in this RFQ. Section B: Staff/Teams qualifications and experience including References. B.1 The Responders to a description of how they plan to staff the various projects. B.2. Identify availability of resources to respond to the needs of the City under an on-call arrangement as outlined in the scope of work. B.3. List the name, years of experience, years with company, and summarize qualifications/experience of each key staff/team member. B.4. Provide an organization chart. B.5. Provide information of related projects the key staff have worked on that would make them well suited for this contract. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 13 B.6. The respondent should list any organizations they plan to partner with to implement the scope of work. Section C: Demonstrated understanding of the overall project and requested scope of work. C.1 Proposed Approach for Implementing the Scope of Work. Please describe how you would approach the Scope of Work for the City of Palm Springs. This would include how you would address or enhance the tasks in the Scope of Work and how you would partner with the City to implement the service. C.2 Discuss your team’s experience with state and federally funded projects and the procedural requirements of managing projects to comply with state and federal regulations. C.3 Include a discussion on your approach to coordination efforts with City Staff, Caltrans, CVAG, local agencies, utility companies, other regulatory, or permitting agencies involved with the projects. C.4 Discuss how your team will identify project problems, issues or conflicts that need to be resolved and the general approach to resolving them and how your team has handled unforeseen problems on projects in the past, including any innovative or advanced techniques your team has developed. C.5 Discuss your team’s approach to project controls to track project progress and expenditures, maintain critical contract documents, administer, and monitor contracts and maintain critical project information. C.6 Anything else the City should consider as part of this process. Responders should provide any insights or advice they feel may assist the City in implementing the Scope of Work. C.7 Identify any “key” or “critical” issues that you believe may be encountered based on the firm’s prior experiences; and provide steps to be taken to ensure the issues identified do not affect the successful delivery of the service. Section D: Financial Responsibility D.1 Please provide a statement explaining the financial health of your company that demonstrates the ability to contract for the work described in this RFQ. Section E: Forms (Attachments): - Include the following completed forms with your RFQ A. Completed Signature Authorization and Addenda Acknowledgment B. If applicable, your specific request for Local Preference and a copy of a valid business license from a jurisdiction in the Coachella Valley. C. Completed Affidavit of Non-Collusion. D. Completed No Conflict of Interest and Non-Discrimination Form E. Completed Public Integrity Business Disclosure Form F. Complete the Reference Form G. Complete Executive Order N-6-22 Certification H. Fee Schedule Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 14 Section F: Fee Schedule Provide a Fee Schedule on the form provided (Attachment H) that establishes specific fixed hourly rates, for each class of employee engaged directly in the work. Such rates of pay include the Respondents estimated costs and net fee (profit). Federal regulations require that profit be separately negotiated from contract costs. The specific rates of compensation are to include an hourly breakdown, direct salary costs, fringe benefits, indirect costs, and net fee. Other direct costs may be included, such as travel and equipment rentals, if not already captured in the indirect cost rate. Rates used shall be auditable and reflect actual supportable costs. 5.3 Submission of RFQ One electronic file shall be uploaded to the PlanetBids vendor portal at the following link: https://pbsystem.planetbids.com/portal/47688/portal-home and then selecting the RFQ. All submissions must be time and date stamped by the system as being received by the deadline. Late submissions will be rejected. Request for Qualifications not meeting the above criteria may be found to be non- responsive. END SECTION Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 15 SECTION 6 – REQUEST FOR QUALIFICATIONS EVALUATION 6.1 Evaluation of Request for Qualifications: This solicitation has been developed in the RFQ most qualified firm format. Accordingly, firms should take note that multiple factors as identified in the RFQ will be considered by the Evaluation Committee to determine which Request for Qualifications best meets the requirements set forth in the RFQ document. An Evaluation Committee, using the following evaluation criteria for this RFQ, will evaluate all responsive Request for Qualifications to this RFQ. Firms are requested to submit their Request for Qualifications so that they correspond to and are identified with the following specific evaluation criteria (100 total points possible): Criteria Points Minimum Requirements: Required Experience Pass/Fail Firm’s (including any subcontractors) Qualifications and experience in providing similar services as defined in the RFQ, including References 20 Staff / Team’s (including any subcontractors) Qualifications and experience in providing similar services as defined in the RFQ 15 Demonstrated Understanding Overall project and Scope of Work: • Capability of developing innovative or advanced techniques. • Demonstrated Technical ability. • Familiarity with state and federal provisions. 50 Local Status (5 local / 0 not local) 5 Financial Responsibility 5 Fees/Costs 5 Total* 100 Prior City work - If your firm has prior experience working with the City do not assume this prior work is known to all members of the evaluation committee. All firms are evaluated on the information contained in their Request for Qualifications, information obtained from references (including the city and past performance if applicable), and presentations if requested. All Request for Qualifications should be prepared as if the evaluation committee members have no knowledge of the firm, their qualifications, or past projects. *Interviews – The City reserves the right to interview top ranking responders. If interviews are required, the responders invited to interview will be notified in advance and provided a format and time for the interviews. An additional 25 points will be used to score the interview based on the same criteria listed in the RFQ. The 25 points will be prorated in the same proportion as the Request for Qualifications scoring listed in the table above. 6.2 Selection Process and Award of Contract: Selection will be made by totaling the points for the Request for Qualifications and interviews if required. Since this is on-call work and therefore no cost proposal can be obtained at this time, the Responder(s) with the highest number of points will be recommended for award assuming the rate schedule submitted represents fair and reasonable rates to perform future task ordered work. If the fee schedule is not reasonable, the process may continue with the next highest ranked Responder. The City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made by the Palm Springs City Council or City Manager depending on value. The selected firm will be required to comply with all insurance and license requirements of the City. END SECTION Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D EXHIBIT “C” CONSULTANT SIGNED PROPOSAL Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Prepared for: PROFESSIONAL CIVIL ENGINEERING SERVICES Qualifications to Provide October 16, 2024 webbassociates.com Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D A. Firm Qualifications, Experience & References B. Team Qualifications, Experience & References C. Project Understanding & Scope of Work D. Financial Responsibility E. Forms (Attachments) F. Fee Schedule Appendix A. Resumes Page - 03 Page - 11 Page - 13 Page - 20 Page - 21 Page - 32 Page - 33 Table of Contents Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 1 October 16, 2024 Anthony Acosta City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs RE: Response to RFQ CE RFQ 20-24 On Call Civil Engineering Services Dear Mr. Acosta: Enclosed is Albert A. Webb Associates’ (WEBB) response to your Request for Qualifications to Provide On Call Civil Engineering Services for the City of Palm Springs (City). WEBB has had the pleasure of providing similar on-call services for a range of cities since 2014. Founded in 1945, WEBB is a comprehensive civil engineering and planning firm with extensive expertise, dedicated to serving public and private sector clients. Our broad range of services covers project development, planning, environmental, design, entitlement, funding, permitting, construction management, and inspection. The City of Palm Springs has an ambitious plan to deliver quality projects for its citizens in an expedited manner. WEBB understands the urgency of such requirements and has been delivering projects to meet the needs of cities across the region. WEBB commits to continuing to provide high-quality services to the City of Palm Springs. The WEBB Team would provide the best benefit to the City for the following primary reasons: This WEBB Team has Extensive Local Knowledge and Experience: WEBB has been working in the Coachella Valley since 2004, starting with the Varner Road and Monterey Street Improvements Projects in Thousand Palms. We have established excellent relationships with local agencies and utility providers, ensuring a cooperative environment during project execution and expediting processes when necessary. WEBB’s experience with the City includes street, storm drain, ADA, traffic signal, safe route to school, HAWK, and landscape improvements. Budget, Schedule, and Completion Assurance: WEBB develops innovative solutions to meet the requirements of the City’s projects while focusing on the project budget. Preliminary cost estimates are prepared early in the process, and we have a diverse team of engineers available within one office to meet schedule demands and ensure timely project completion. 3788 McCray Street, Riverside, CA 92506 | P:951.686.1070 | F:951.788.1256 | www.webbassociates. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 2 Experienced Project Team: WEBB values being accessible to our clients. While our corporate headquarters is not located near Palm Springs, our team of experts in Traffic & Transportation, Water Resources, Environmental Services, and Land Survey & Mapping is well-equipped to serve the needs of the region with in-depth local knowledge and expertise. Federal, State, and Local Standards and Requirements: WEBB has extensive experience with Federal and State Funded Projects and understands the requirements associated with these initiatives. Devoted Leadership: Dilesh Sheth, PE, TE, has been providing leadership on City projects since 2014 and will continue to lead during the upcoming contract term. Dilesh is responsive to the needs of his clients and will assemble the best team to execute the City’s projects effectively. As a Senior Vice President at WEBB, I am authorized to contractually sign for the firm and offer my personal commitment to provide the City of Palm Springs with the best resources and services available. We look forward to continuing a strong working relationship. If you need to speak with me at any time, either before or after your selection decision, please call me at my direct number 951.830.4305, or you can email me at dilesh.sheth@webbassociates.com. WEBB takes no exception with the City’s proposed Agreement. Sincerely, Dilesh Sheth, PE, TE - Senior Vice President dilesh.sheth@webbassociates.com 951.830.4305 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 3 For detailed information on our services, simply click on the corresponding icons for more insights or visit webbassociates.com/services. Construction Management & Inspection Land Development Planning & Entitlement Environmental Services Land Survey & Mapping Services Land Development Engineering Traffic & Transportation Water Resources Landscape Architecture Corporate Headquarters 3788 McCray Street Riverside, CA 92506 951.686.1070 Murrieta 41870 Kalmia Street #160 Murrieta, CA 92562 951.686.1070 Albert A. Webb Associates (WEBB), a California corporation, has been a consistent provider of civil engineering services to public sector clients across the diverse landscape of California since its establishment in 1945. This longevity is a testament to our unwavering financial stability, as we have successfully navigated through various economic challenges over the decades. WEBB stands as a mid sized consulting firm, strategically equipped with offices in Riverside and Murrieta to optimally cater to the diverse needs of our valued clients. WEBB is a comprehensive in-house professional services firm with extensive expertise serving public/ private sector clients throughout Inland Southern California. This collective knowledge allows us to methodically address the unique requirements of cities, water and special districts, counties, regional agencies, and our collaborative partners within the industry. Our expansive service portfolio encompasses a wide spectrum of offerings designed to fulfill the objectives of our esteemed clients. These services encompass the entire project lifecycle, including project development, meticulous planning, innovative design, entitlement facilitation, securing funding, navigating complex permitting processes, adept construction management, and rigorous inspection procedures. WEBB's enduring legacy, financial resilience, and strategically located offices, along with our robust team of experts, position us as the premier choice for public sector entities in California seeking comprehensive civil engineering services. We remain committed to delivering excellence in every facet of our work, ensuring the success of our clients' projects and the continued growth of our professional partnerships. Our Services A. Firm Qualifications, Experience & References Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 4 Subcontractor Firms WEBB has worked with ADVANTEC on numerous occasions on projects like HSIP Traffic Signal Improvements and Safety Enhancements in Palm Springs. WEBB has worked with CNS on a multitude of projects including the Cherry Valley Interchange and Perris Valley Storm Drain Channel Trail. Fiber & Broadband Structural Potholing USI is the leading experienced underground utility location company in Southern California. USI was formed out of necessity by experienced utility contracting experts that realized the need for safe, fast, and accurate underground utility locating. USI and their team of highly qualified operators and management are committed to performing a fast, safe, and accurate utility locating service. Their high velocity air-driven excavation delivers the power to cut precise holes into the earth without damaging the utility being located. WEBB utilizes experts in certain technical fields. We also prefer to have a few teaming firms available so we can tailor the right technical firm with a particular project. In order to meet the requests of the City’s RFP, we have included various teaming partners to work in collaboration with us and the City. This will allow flexibility in regards to which firm to use. WEBB has worked on several projects in the City of Indio with VCL such as the Jackson Street & Avenue 50 Intersection Improvement Project and the Civic Center Storm Drain Improvement project. Utility & Lighting Burke | Rix Communications is a local firm with significant experience working with the City and has come highly recommended to WEBB. They will be providing public outreach services. Public Outreach Compliance with Federal, State, and Local Laws WEBB complies with all federal, state, and local laws, ordinances, laws, ordinances and regulations as specified in the RFP/RFQ. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 5 On-Call Engineering Services City of Palm Springs Client Contact: Joel Montalvo, MPA, PE, City Engineer City of Palm Springs 760.322.8339 / Joel.Montalvo@palmspringsca.gov WEBB is currently providing on-call civil and traffic engineering services for the City of Palm Springs to assist with the City’s Capital Improvement Projects, obtaining grant funding, and resolving traffic and transportation issues throughout the City. WEBB provided traffic and transportation engineering services for the following projects: Vista Chino (SR-111) and Via Miraleste and North Palm Canyon Drive (SR-111) and Via Escuela Intersection Improvement Project: WEBB assisted the City with the study, preparation of CVAG funding application, design of traffic signal, street improvements and ADA ramps, utility coordination, and Caltrans Encroachment Permit applications. Palm Canyon Drive (N-S) and Stevens Road (E-W) and Palm Canyon Drive (N-S) and Via Las Palmas (E-W) High Visibility Crosswalk Projects: WEBB assisted the City with the study, preparation of CVAG funding application, design of traffic signal, street improvements and ADA ramps, and utility coordination. Downtown Indian Canyon Corridor Two-Way Conversion and Pedestrian Safety Enhancement Project: WEBB provided pedestrian countdown heads, pedestrian detection, accessible pedestrian signals, leading pedestrian phasing, protected left-turn phasing, high visibility crosswalks, advanced stop lines, street lighting, and curb bulb-outs with ADA-accessible wheelchair ramps at nine intersections throughout the City. East Palm Canyon Pedestrian Safety Enhancement Project: WEBB assisted the City with study, preparation of CVAG funding application, design of traffic signal, street improvements and ADA ramps, and utility coordination with these projects. Related Projects and References Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 6 City of Indio On-Call Engineering Services • The Civic Center Storm Drain (SD2201) and Oasis Street Beautification (ST2303) Projects: WEBB prepared the City of Indio’s Master Drainage Plan and identified areas that have consistently experienced flooding problems. WEBB assisted the City with the State of California – Urban Flood Protection Grant for $4.1 million. In addition, WEBB prepared Plans, Specifications, and Estimates (PS&E) for the project. The project includes the construction of storm drains, curb extensions, curb ramps, and rain gardens along Oasis Street, Requa Avenue, Smurr Street, and Jackson Street. The project will install drainage swale and underground storm drain pipes. In addition, the project will install new trees in Marshall Parkway and throughout the project, with rain gardens along Oasis Street, Smurr Street, and Requa Avenue. As we progressed with the design, the City added a Scope of Services, which more than doubled the construction cost. According to the project schedule, the project was supposed to go out to bid by the end of August 2023. Even with a doubled scope of work during the late design phase, WEBB was able to complete the PS&E with additional in-house resources and go out to bid in November 2023. • Indio Sports Park Project: WEBB provided project management and final engineering services for the Indio Sports Park located between Market Street and Avenue 44 west of Jackson Street. Our services included aerial and field surveys to facilitate project design, obtaining as-built plans from utility companies, conducting a preliminary basin feasibility analysis and hydrology study, creating Water Quality Management Plans (WQMP), and developing preliminary and final grading plans, sewer and water plans, as well as off-site street and storm drain improvement plans. • Complete Streets Plan with Drainage Master Plan for the Jefferson Street/Highway 111 Intersection and Hjorth Street/Avenue 50 Intersection: The intersection of Jefferson Street and Highway 111 is located in the Cities of Indio and La Quinta. The pavement was in poor condition with block, longitudinal, and transverse cracking. The ride within the intersection is rough and noisy, especially northbound and southbound. There were low spots located within the intersection, which created drainage issues. Both cities received many complaints from residents and elected officials, so both cities wanted to rehabilitate the intersection before the Christmas Holidays. WEBB designed the project in a short time and also recommended a rehabilitation method so the construction would have the least impact on the traffic at one of the busiest intersections in the valley. The City wanted to construct the southbound right turn on Hjorth Street at Avenue 50 before the next music festival. WEBB was able to assist the City with the design and construction of the right turn before the festivals. Contract Dates: January 2014 - Present Client Contact: Timothy Wassil, PE, PMP, CCM | Public Works Director City of Indio 760. 391.4018 | twassil@indio.org Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 7 • Jackson Storm Drain Evaluation: WEBB conducted an evaluation of the Jackson Street Storm Drain on behalf of the City. This evaluation encompassed compiling topography and land use plans for the project area, conducting a hydrology analysis, obtaining as-built plans from the City, and reviewing the pertinent 36-inch storm drain pipe that discharged into Jackson Street, along with all upstream storm drain pipes connected to the 36-inch pipe. Additionally, WEBB conducted a field review of the project site and performed a hydraulic analysis of affected catch basins. WEBB also undertook a study to propose alternative solutions for the pipe installation leading to the White Water River, identified potential drainage improvements, prepared exhibits, and compiled a technical memorandum containing our recommendations. Scope Similarities - WEBB has provided all services listed under Section 4 Scope of Services to the City of Palm Springs. Civic Center Storm Drain and Oasis Beautification Project – services provided: roadway and storm drain engineering, traffic engineering, drainage analysis, hydrology reports, WQMP, landscape architecture, quantity take-offs, engineer estimates, utility coordination, presentations, and ADA compliance. Madison Street Improvements from Avenue 50 to 52 and Jackson Street and Avenue 50 Street Improvement Projects – services provided: roadway and highway engineering, traffic signal engineering, drainage analysis, hydrology reports, quantity take-offs and engineer estimates, structural plans, right-of-way requirement maps, utility coordination, agreement preparation, presentations, traffic studies, and ADA compliance. Civic Center Storm Drain and Oasis Beautification Project – services provided: roadway and storm drain engineering, traffic engineering, drainage analysis, hydrology reports, WQMP, landscape architecture, quantity take-offs, engineer estimates, utility coordination, presentations, and ADA compliance. Herbert Hoover Elementary Pedestrian Improvements – services provided: roadway and engineering, quantity take-offs and engineer estimates, right-of-way requirement maps, utility coordination, public outreach, presentations, and ADA compliance. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 8 County of Riverside - On-Call Engineering Services WEBB is currently providing On-Call civil and traffic engineering services for the County of Riverside to assist with the County’s Capital Improvement Projects, obtaining grant funding, and resolving traffic and transportation issues throughout the County. WEBB provided traffic engineering services for the recent following projects: • Cowie Avenue and Depard Street Feasibility Studies: WEBB’s scope of work for the Riverside County Culvert Project ranges from Utility Research to Conceptual Level Exhibits and Coordination Meetings. WEBB provided utility research to identify design constraints and hydrology analysis for peak flow rates. Hydraulic sizing was conducted to determine the culvert dimensions, with cost estimates and Right-of-Way Needs Assessment for budgetary clarity and planning accuracy. WEBB created a technical memorandum to document the feasibility analysis, while two coordination meetings were used to facilitate collaboration with the County and present the project findings. • El Nido Sidewalk Improvements Phase I and II: WEBB assisted the County of Riverside Transportation Department (County) with the Phase I and II of this sidewalk improvement project. Phase I consisted of approximately 2,650-LF of ADA compliant sidewalk, curb and gutter on the east side of El Nido Avenue between Orange Avenue and Placentia Avenue. Phase II consisted of approximately 1,325-LF of ADA compliant sidewalk, and curb and gutter on the east side of El Nido Avenue between Placentia Avenue and Walnut Street. This project mainly consists of sidewalk, curb and gutter, driveways, and curb ramp improvements. WEBB assisted with field survey, design drawings, specifications, cost estimate, and bid and construction support. • Oleander Sidewalk Improvements Phase I and II: WEBB assisted the County of Riverside Transportation Department (County) with the Phase I and II of this sidewalk improvement project. Phase I consisted of approximately 400-LF of sidewalk along the north side of Oleander Avenue between Mead Valley Elementary School and Haines Street. Phase II consisted of approximately 1,290-LF of sidewalk along the north side of Oleander Avenue between Haines Street and Clark Street on the north side. This project mainly consists of sidewalk, curb and gutter, driveways, and curb ramp improvements. • Theda Street SidewaIk Improvements: WEBB assisted the County of Riverside Transportation Department (County) with the ADA improvement plans for the Theda Street sidewalk improvement project. This project consisted of approximately 2,000-LF of sidewalk along the east side of Theda Street between Mountain Avenue and Ellis Avenue. This project mainly consists of sidewalk, curb and gutter, driveways, and curb ramp improvements. Contract Dates: September 2003 - Present Client Contact: Dennis Acuna, Transportation Director County of Riverside 951.955.6820 | dacuna@rivco.org Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 9 • Carver Tract Phase II SB 821 Assistance and Final Design: WEBB assisted the County of Riverside Transportation Department (County) with field review, conceptual plans, and cost estimate for the SB 821 Bicycle and Pedestrian Grant Application for Carver Tract Phase II. WEBB also provided final street improvement plans, specifications, and construction cost estimate for this project. The project included construction of curb, gutter, sidewalk, and curb ramps at its ultimate location and to meet the latest Americans with Disabilities Act (ADA) requirements. The project also included construction, of driveway approaches, cross gutters, and drainage facilities on multiple road segments. »Lingayan Avenue (South side) between Van Buren Street and Bataan Street »Lingayan Avenue (North side) between Luzon Street and Bataan Street »Corregidor Avenue (South side) between Van Buren and Bataan Street »Corregidor Avenue (North side) between Luzon Street and Bataan Street »Leyte Avenue (South side) east of Luzon Street »Leyte Avenue (North side) between Van Buren and east of Luzon Street »Manila Avenue (South side) Between Van Buren and east of Luzon Street »Luzon Street (West side) between Leyte Avenue and Manila Avenue »Luzon Street (East side) between Avenue 48 and Manila Avenue »Bataan Street (West side) between Avenue 48 and north of Corregidor Avenue Scope Similarities WEBB’s work on projects like the El Nido Sidewalk Improvements Phase I and II, Oleander Sidewalk Improvements, Theda Street Sidewalk Improvements, and Carver Tract Phase II SB 821 Assistance and Final Design demonstrates our expertise in preparing roadway and highway engineering plans, drainage analysis, quantity take-offs, and engineer estimates as required by the RFQ. In these projects, we provided field surveying, design drawings, specifications, cost estimates, and construction support, highlighting our ability to prepare traffic signal engineering plans, landscaping plans, structural plans, and NPDES erosion control plans. Our focus on ADA compliance, utility coordination, and attendance at meetings further showcases our capability to fulfill the City of Indio’s desired scope of services, including right-of-way requirements, agreement preparation, and ensuring ADA compliance. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 10 Parking Lot Rehabilitation and Expansion - Palm Desert Administration Facility Coachella Valley Water District Client Contact: Sabrina Nies, PE, Engineering Manager, Domestic Water Coachella Valley Water District 760.398.2661 Ext. 2288 WEBB provided engineering design services for the District’s Palm Desert Administration Facility parking lot rehabilitation and expansion project. The District hired Ferguson Pape Baldwin Architects to prepare the Palm Desert Parking Expansion Project (Expansion Project). The project included an additional 70 parking stalls and a 34-FT wide drive aisle between the existing parking lot and the recharge basin. The improvement plans were completed and approved by the District but because of budgetary constraints, the parking lot expansion was not completed. The District wanted to still construct the parking lot expansion per previously prepared plans. In addition, the District desired to rehabilitate the existing parking lot (Rehabilitation Project) because of the pavement’s poor condition and low spots causing water ponding. WEBB provided the following engineering scope of services: • Performed field survey of the Expansion Project and Rehabilitation Project areas • Reviewed previously prepared expansion drawings and compare with the field survey to ensure the proposed design matches existing field condition • Prepared pavement rehabilitation plans for the existing parking lot Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 11 B. Team Qualifications, Experience & References • 30 years of pertinent experience in both small and large Civil Engineering Capital Improvement Projects • Worked for the City of Palm Springs for over 12 years on many important projects that included street, drainage, WQMP, traffic signal, signing and striping, sidewalk, curb ramps, grind and overlay, structural, landscape, and sports park projects • Excellent understanding of the City’s needs and priorities • The City has an ambitious plan to deliver projects in a timely manner. As an essential team member, he has led many multi-discipline projects to completion • Working on projects in the Coachella Valley for about 20 years, he has developed excellent relationships with local utility providers • Dilesh excels at leading multi-discipline Capital Improvement Projects, including street, drainage, WQMP, traffic signal, signing & striping, sidewalk, curb ramps, grind and overlay, and structural and landscape improvements • WEBB has over 180 professional experts in different areas. Dilesh taps into the large pool of experts when needed for the City’s project • Looking out and assisting the City with the different state and federal funding opportunities Dilesh Sheth, PE, TE Senior Vice President Traffic & Transportation 951.830.4305 dilesh.sheth@webbassociates.com • Civic Center Storm Drain and Oasis Beautification Project • Indio Sports Park Project • Herbert Hoover Elementary Pedestrian Improvements • Madison Street from Avenue 50 to Avenue 52 Project • Complete Streets and Master Drainage Plan • Calhoun Street Improvements Project • Sun Gold Community Street Improvement Project • Sundance and Zalay Ranch CDBG Projects • Indian Canyon Two-way Conversion Project • Palm Canyon Pedestrian and Bicycle Safety Improvement Project • East Palm Canyon Pedestrian and Bicycle Safety Improvement Project • Palm Canyon/Via Escuela and Vista Chino/Via Miraleste Traffic Signal Improvement Project City of Palm Springs Projects Coachella Valley Projects Project Manager Overview We affirm that Albert A. Webb Associates does not have any current or potential conflicts of interest with the City of Palm Springs. We are committed to upholding the highest standards of professional integrity and ensuring transparency in all our engagements with the City. Conflict-of-Interest Statement Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 12 Program Manager Dilesh Sheth, PE, TE Vice President Roadway & Highway Engineering Myung Choo, PE, TE Traffic & Transportation Practice Area Leader Jason Ardery, PE, TE, LLS, CPESC, QSD, QSP Vice President Nick Keller Senior Designer Joy Schwiebert Assistant Engineer Traffic Signal/ Signing & Striping Nick Lowe, PE, TE Deputy Director, Traffic & Transportation Ingrid Mar Project Engineer Son Le Project Engineer Fiber & Broadband Advantec Consulting Engineers Inc. Transportation Planning Sara Sadeghi, PTP Associate Transportation PlannerSurvey & ROW Maps Michael Johnson, LLS Land Survey & Mapping Practice Area Leader Jon Ros, LLS Professional Land Surveyor Andres Lopez Manager, Field Operations Environmental Services Stephanie Standerfer Vice President Cheryl DeGano Environmental Services Practice Area Leader Eliza Laws Air Quality Practice Area Leader Drainage NPDS, SWPPP Joseph Caldwell, PE, CPESC, CPSWQ, QSD, QSP Water Resources Practice Area Leader Eric Hays Senior Engineer Joseph Castaneda Senior Engineer Ranjit Singh, PE Senior Engineer Marco Gonzalez Assistant Engineer Landscape and Hardscape Design Jeff Hutchins, PLA, ASLA Manager, Landscape Architecture Nicole Volpe, PLA, ASLA Senior Landscape Architect Guillermo Gonzalez, PLA Senior Landscape Architect Structural CNS Engineers Public Outreach Burke Rix Communications Utility & Electrical Visual Concepts Inc. Potholing Underground Solutions Please find full team resumes in Appendix A. Sewer Jeff Hart, PE Deputy Director Subconsultants Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 13 C. Project Understanding & Scope of Work C.1 - To effectively implement the Scope of Work for the City of Palm Springs, we would take a collaborative, multi-disciplinary approach that focuses on achieving the City’s goals while ensuring a seamless partnership. The strategy would focus on enhancing project tasks, addressing critical issues, optimizing resources, and looking for cost-effective solutions while aligning with the City’s goals and vision. Below is the proposed approach: 1. Understanding the City’s Goals, Vision, and Requirements After the issuance of the task order, we will begin Initial Coordination and Assessment, which will begin with a comprehensive review of the Scope of Work and a kickoff meeting with the city, stakeholders, and impacted utility providers. This would ensure a clear understanding of the project objectives, priorities, budgets, schedule, and constraints. Collaboration: Foster open communication and transparency to build a strong partnership with the stakeholders. Regular check-ins with City Staff would ensure that we address all needs, concerns, and updates throughout the project. 2. Customized and Context-Sensitive Solutions Based on Experience and Lessons Learned Task Enhancement: We would approach each task to enhance it through our experience, lessons learned from past projects, and innovative, context-sensitive solutions that incorporate efficiency, minimizing problems during construction and impact to Palm Springs residents and business owners, safety, sustainability, and active transportation enhancements whenever applicable. Community and Stakeholder Engagement: If relevant to the scope, we would engage with community stakeholders, conducting public workshops, and leveraging feedback to ensure the proposed improvements or projects are aligned with the community’s needs. This ensures that solutions are not only functional but also embraced by the public. Sustainability: Integrating sustainable design practices is crucial. This includes using energy-efficient materials, promoting multimodal and active transportation, and considering the long-term maintenance and adaptability of any infrastructure. 3. Active Transportation Integration (where applicable) Enhance Multimodal Solutions: Ensure the inclusion of active transportation components (e.g., bike lanes, pedestrian pathways, ADA-compliant facilities) that encourage safe, accessible movement for all modes of transportation. Safe Streets and Roads for All (SS4A): We would incorporate safety enhancements across all aspects of transportation planning, from traffic calming measures to designing safer crossings and intersections. 4. Technical Excellence in Project Execution Detailed Analysis and Design: For technical components like roadways, traffic signals, drainage, and sewer, we would enhance these tasks by ensuring all designs are based on the latest industry standards and best practices. We would leverage advanced tools to model, simulate, and optimize traffic flows and street, drainage, and sewer designs. Proactive Problem-Solving: Anticipating potential challenges, such as environmental constraints, utility relocations, or funding limitations, we would propose mitigation strategies early in the process, ensuring smooth implementation. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 14 5. Project Management and Phasing Detailed Work Plan: Break down the Scope of Work into a phased project plan that identifies key milestones, deadlines, deliverables, and assigned responsibilities. This allows us to monitor progress and ensure alignment with the City’s expectations. Effective Use of Resources: Ensure that we are using all available resources efficiently. This includes leveraging the expertise of our multidisciplinary team, utilizing innovative tools and techniques, and adhering to budget constraints without compromising quality. Risk Management: We would implement a risk management plan to identify potential risks (e.g., delays, unforeseen site conditions) and outline mitigation measures to keep the project on track. 6. Grant Assistance and Funding Strategy Maximizing Funding Opportunities: If the project involves funding strategies, we will assist the City in identifying potential federal, state, and local funding sources, such as ATP, HSIP, and SB821 grants. We would also ensure that the project is designed to meet the eligibility criteria of these programs. Grant Writing Support: In addition to technical work, we would offer support in preparing grant applications, ensuring that the City secures as much external funding as possible to enhance the project’s feasibility. 7. Implementation and Post-Completion Support Seamless Transition to Construction: As the project moves from design to construction, we would provide continued support, ensuring that all construction documentation is accurate, permitting processes are smooth, and that contractors have a clear understanding of project expectations. Post-Completion Support: Once the project is completed, we will work with the City on final inspections, assessments, and evaluations to ensure that all project goals have been met. Additionally, we can offer training or maintenance plans to ensure the long-term success of the implemented project. Partnering with the City Close Collaboration with City: From start to finish, we work closely with city departments, such as public works, planning, and transportation, as well as any external partners, to ensure all goals are achieved efficiently. Flexibility and Adaptability: We recognize that project needs and priorities may shift during implementation. Our approach would remain flexible, adapting to new information or changes in the City’s priorities as the project progresses. Regular Reporting and Communication: Maintain regular communication and provide the City with progress reports, ensuring the City remains informed and involved throughout the project lifecycle. This approach guarantees that the City of Palm Springs receives a tailored, context-sensitive solution and a collaborative partner invested in the project’s long-term success. C.2 - WEBB has extensive experience working on state and federally funded projects, assisting cities with critical components necessary for compliance with procedural and regulatory requirements. Our team has expertise in three primary areas: Environmental Clearance: Our Environmental Services team is skilled in preparing the Preliminary Environmental Study (PES) forms, which are essential for advancing federally funded projects towards construction. We have predominantly supported Active Transportation Program (ATP) and Highway Safety Improvement Program (HSIP) projects during their design phases by ensuring that all environmental Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 15 clearance processes are met in accordance with federal and state regulations. Recently, WEBB has cleared NEPA for a large project before the deadline. Authorization to Proceed Requests (E-76): WEBB has prepared E-76 forms for both design and construction phases and has collaborated with Caltrans to secure approvals. This process requires detailed knowledge of federal funding protocols and the ability to work closely with state agencies to ensure that all procedural steps, including design reviews and financial authorizations, are met efficiently. Construction Management: Our Construction Management team, comprising both administrative professionals and construction inspectors, is well-versed in the documentation and procedural requirements associated with federally funded projects. We have extensive experience managing the comprehensive documentation required by Caltrans, which includes material submittals, tracking work vehicle hours, coordinating project schedules, and managing invoicing to meet state and federal compliance standards. This combination of environmental clearance, authorization processes, and construction management allows us to successfully navigate the complexities of state and federally funded projects while ensuring full compliance with all regulatory requirements.. C.3 - WEBB’s approach to coordination with City Staff, Caltrans, CVAG, local agencies, utility companies, and other regulatory or permitting agencies is centered on proactive engagement, relationship-building, and clear communication to ensure smooth project execution. Our strategy includes the following key elements: Kickoff Meetings and Stakeholder Engagement: At the onset of every project, WEBB schedules and chairs a comprehensive kickoff meeting that brings together all relevant stakeholders, including City staff, Caltrans, local agencies, utility companies, and other regulatory bodies. This early engagement is crucial for ensuring that all parties are aware of the project’s scope, timelines, and specific requirements. It also helps identify potential challenges and solutions at the outset, avoiding delays and miscommunication later in the process. Strong Relationships with Neighboring Agencies: WEBB has established excellent working relationships with neighboring agencies, including Desert Hot Springs, Cathedral City, and the County of Riverside. These relationships facilitate smooth coordination on multi-jurisdictional projects and ensure that any issues or conflicts that arise are resolved quickly and collaboratively. Coordination with Regional and Utility Agencies: Our team works closely with regional agencies such as the Coachella Valley Association of Governments (CVAG) and utility providers like the Southern California Edison (SCE), Coachella Valley Water District (CVWD), Gas Company, Frontier, and Spectrum. Having a history of successful collaboration with these entities allows WEBB to streamline the process of obtaining permits, resolving utility conflicts, and ensuring that utility work aligns with project schedules. This strong rapport helps keep projects on track and within budget. Early Engagement with Caltrans and Regulatory Agencies: WEBB has extensive experience working on projects requiring Caltrans approval, particularly in Palm Springs and its neighboring areas. Our team prioritizes early coordination with Caltrans to fully understand their requirements and regulatory Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 16 expectations. Engaging with Caltrans early in the project lifecycle minimizes the risk of delays, avoids potential scope changes due to unexpected regulatory demands, and limits the possibility of Caltrans overreach. By consistently fostering relationships with all relevant agencies, WEBB ensures that coordination efforts are seamless, and project requirements are met efficiently, keeping projects on schedule and aligned with all regulatory and permitting obligations. C.4 - In many street and underground utility projects, such as storm drains, sewers, and water lines, conflicts with existing utilities are common and can lead to issues, delays, and cost overruns. A prime example is our recent Coachella Valley Project, where despite strictly following utility procedures— conducting over 100 potholes at critical locations, holding several field and online meetings with utility providers, and securing approvals—conflicts still arose during construction. The as-built utility maps and utility markings were not accurate, leading to unforeseen conflicts between the proposed storm drain and communication lines. At WEBB, we prioritize resolving issues that arise during construction swiftly and efficiently. When the utility conflicts were discovered, we acted immediately by obtaining detailed conflict information and adjusting the storm drain design to avoid the conflict at one location. Our strong relationships with utility providers in the Coachella Valley played a crucial role in resolving the issue. Thanks to our effective communication, the utility company was able to schedule the necessary relocation work within two weeks of the problem being identified. While WEBB employs advanced techniques and software in our projects, we believe that addressing our clients’ needs with urgency and maintaining solid relationships with utility providers are even more critical to successfully resolving issues and keeping projects on track. C.5 - At WEBB, we take a systematic and coordinated approach to project controls, ensuring efficient management and tracking of project progress, expenditures, and contractual obligations. Here’s a breakdown of our process: Initial Coordination: After securing a project, WEBB holds a kick-off meeting with the City to align on goals, success factors, budget, schedule, submittals, and communication. Following this, WEBB organizes an internal kick-off meeting with staff and sub-consultants to discuss these critical elements in detail. This step ensures that all stakeholders are on the same page before project commencement. Regular Project Development Team (PDT) Meetings: Throughout the project, PDT meetings are held regularly with the City. The frequency of these meetings depends on the complexity of the project and the City’s needs. These meetings cover: • Coordination between the City and other ongoing projects in the area. • Discussion of critical issues, action items, and deadlines. • Review of budget, schedule, and project performance. • Ensuring all project participants are up-to-date and aligned with the project’s trajectory. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 17 Project Management and Controls: All critical project documents are stored in individual project folders on WEBB’s server, providing a centralized and organized location for document storage and retrieval. This structured storage ensures seamless access for the team and easy document tracking throughout the project lifecycle. To manage project performance, WEBB utilizes Microsoft Dynamics 365 software. This tool helps track: • Budget management: The project manager monitors expenses and overall project financial performance. • Progress tracking: Key performance indicators (KPIs) for tasks and milestones are reviewed regularly. Senior staff reviews the software monthly, while project managers have on-demand access to it, ensuring they can stay on top of both performance and financial tracking in real time. Sub-consultant and Team Coordination: WEBB’s Project Manager plays a pivotal role in ensuring all staff and sub-consultants are aligned. Regular updates are shared with team members, keeping them informed about their performance and financial standing, ensuring transparency and accountability across the board. Our approach ensures a high level of coordination, accountability, and proactive management, which contributes to the successful delivery of projects on time and within budget. C.6 - In addition to the detailed Scope of Work outlined, WEBB offers the City several key insights and strategies to help enhance the implementation process: Creative and Adaptive Design Solutions: WEBB has a proven track record of delivering innovative designs while navigating constraints such as right-of-way limitations, utility conflicts, and ADA compliance. For example: • Designing a 5-leg roundabout at the challenging intersection of Palm Canyon and Camino Parocela. • Developing curb bulb-outs and custom curb ramps to enhance pedestrian safety and meet ADA/ Caltrans standards, as seen along North Palm Canyon Drive. • Proposed underground percolated storm drains where there was no outlet and soil with high percolation rate. These approaches meet regulatory requirements and improve projects, reduce costs, and align with the City’s vision. Civil Engineering Expertise and Flexibility: With extensive experience in civil engineering (roadway, drainage, sewer, grading, bridges, and ADA) at public agencies, WEBB offers the City a versatile set of services. Whether acting as an On-Call engineer for design work or representing the City in public forums, WEBB’s team members bring unique expertise from having worked in public agencies themselves. This perspective allows WEBB to better understand the City’s internal processes, constraints, and objectives, which can be valuable in ensuring smooth communication and project implementation. Collaboration and Relationship Management: WEBB has a history of successful collaboration with Palm Springs City staff and key decision-makers at agencies across the Coachella Valley. This network helps streamline project coordination and facilitates approvals, funding, and timely project delivery. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 18 The firm’s deep-rooted connections with local stakeholders enable them to leverage relationships for addressing potential project challenges proactively, whether it’s obtaining critical approvals or aligning with regional objectives. Proactive Funding Strategies: Given the importance of securing funding for transportation and infrastructure projects, WEBB assists agencies in developing proactive funding strategies that align with the requirements of grants, such as the ATP (Active Transportation Program) and SS4A (Safe Streets and Roads for All). With knowledge of the latest trends in infrastructure funding, WEBB can help the City pursue opportunities that support multimodal transportation, traffic safety improvements, and complete street designs. By combining creative problem-solving with extensive traffic engineering expertise and collaborative experience with the City, WEBB is well-positioned to assist the City in successfully implementing its Scope of Work. C.7 - Based on our prior experience with the City of Palm Springs, WEBB has identified a few key issues that may arise during project delivery and has developed strategies to address these challenges effectively. The critical issues we’ve encountered include right-of-way limitations, underground conflicts, and the need for public outreach. Here’s how WEBB approaches each of these issues: 1. Right-of-Way (ROW) Limitations: Issue: A common challenge is the lack of available right-of-way to accommodate proposed roadway and traffic improvements. Acquiring additional right-of-way or easements can be time-consuming and expensive, while adjusting designs to fit existing space may result in compromises in functionality or constructability. Mitigation Strategy: Early Identification: WEBB conducts an early assessment of right-of-way availability during the project planning phase. Identifying any ROW deficiencies early allows for timely adjustments to the design or the initiation of the property acquisition process. Design Flexibility: We are experienced in adjusting designs to fit within existing right-of-way without sacrificing safety, functionality, or ADA compliance, utilizing creative solutions like curb bulb-outs or narrower lanes where necessary. Proactive Communication: If ROW acquisition is necessary, WEBB will work with the City to develop a realistic acquisition timeline and budget, ensuring it does not delay project delivery. 2. Underground Conflicts: Issue: The City’s unique underground conditions, including buried utilities, concrete slabs, abandoned infrastructure, and geological challenges, often present unexpected obstacles during construction. These can lead to delays and increased costs, particularly in projects requiring excavation for shallow improvements (curbs, gutters, medians) or deep foundations (utility lines, traffic signal poles). Mitigation Strategy: Potholing: WEBB includes potholing as a standard procedure during the design phase to identify and verify the location of existing underground utilities and potential conflicts. This allows for early design adjustments, reducing the risk of surprises during construction. Design Adjustments: Based on potholing findings, we modify designs to avoid underground conflicts, Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 19 reroute utilities, or adjust foundation depths, ensuring minimal disruption during construction. Coordination with Utility Providers: WEBB works closely with utility providers and the City’s public works department to coordinate any necessary relocations or adjustments well in advance of construction. 3. Public Outreach: Issue: Palm Springs has an active and vocal community with high interest in public infrastructure projects. Without early and continuous public engagement, projects can face resistance or backlash that may lead to delays, design changes, or negative perceptions. Mitigation Strategy: Early Public Engagement: WEBB recognizes the importance of public input and coordinates with the City and public outreach consultants to ensure robust engagement at the beginning of each major project. This includes public meetings, information sessions, and feedback mechanisms. Clear Communication: We ensure that the public is well-informed about project benefits, potential impacts, and timelines. This transparency builds trust and facilitates smoother project progression. Incorporating Public Feedback: WEBB works with the City to ensure public feedback is taken into account in the design process, where feasible, balancing technical requirements with community preferences. By proactively addressing these key issues, WEBB ensures that challenges do not derail project timelines or budgets, allowing for successful project delivery while maintaining the City’s high standards for public engagement and infrastructure improvements. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 20 D. Financial Responsibility At WEBB, financial robustness is not merely a testament to our stability but a manifestation of our unwavering commitment to excellence. Our fiscal fortitude is a beacon of assurance, illuminating the path toward sustained success and enduring partnerships. With a meticulous approach to financial management, we have cultivated a foundation built on prudence, resilience, and strategic foresight. Our balance sheets, meticulously curated over years of prudent fiscal management, proudly showcase stability and a trajectory of growth and prosperity. This trajectory, underpinned by astute decision-making and judicious resource allocation, empowers us to undertake endeavors of varying scales and complexities confidently. Furthermore, our liquidity reserves, meticulously curated and continuously reinforced, serve as a testament to our preparedness to navigate unforeseen challenges with agility and grace. They provide a cushion of security, ensuring uninterrupted progress even in the face of economic turbulence. In essence, WEBB’s financial health is not merely a statistic but a testament to our unwavering dedication to reliability, integrity, and excellence. It reflects our capability not just to meet but exceed the expectations outlined in this RFP and embark on a journey of mutual success and prosperity with our esteemed partners. WEBB is a financially secure California corporation. We assure our clients that we have the financial resources and organizational capabilities to conduct and complete the required services proficiently and professionally. As a privately held company, WEBB does not typically provide financial information; however, we can provide certain information upon request. Albert A. Webb Associates does not hold any controlling or financial interest in any other organization, nor is owned or controlled by any other person or organization. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 21 ATTACHMENT “A” SIGNATURE AUTHORIZATION NAME OF COMPANY(RESPONDER): BUSINESS ADDRESS: TELEPHONE: CELL PHONE FAX CONTACT PERSON EMAIL ADDRESS A.I hereby certify that I have the authority to submit this Request for qualifications to the City of Palm Springs for the above-listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my Request for qualifications. PRINTED NAME AND TITLE SIGNATURE AND DATE B.The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1.If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners’ names: A company; A corporation If a corporation, organized in the state of: 2.My tax identification number is: Please check below IF your firm qualifies as a Local Business as defined in the RFQ: A Local Business (licensed within the jurisdiction of the Coachella Valley). Copy of current business license is required to be attached to this document. ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this RFQ is required by including the acknowledgment with your request for qualifications. Failure to acknowledge the Addenda issued may result in your request for qualifications being deemed non- responsive. In the space provided below, please acknowledge receipt of each Addenda: Addendum(s) # is/are hereby acknowledged. Albert A. Webb Associates 3788 McCray Street, Riverside, CA 92506 951.248.4237 951.830.4305 951.788.1256Dilesh Sheth dilesh.sheth@webbassociates.com Dilesh Sheth October 16, 2024 CA E. Forms (Attachments) Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 22 ATTACHMENT “B” LOCAL PREFERENCE – NOTE – Having a local office and/or valid business license from a jurisdiction in the Coachella Valley is not a requirement to submit an RFQ. If none, please state so on this page. WEBB does not have a local office and/or valid business license from a jurisdiction in the Coachella Valley. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 23 ATTACHMENT “C” NON-COLLUSION AFFIDAVIT The undersigned, deposes and says that he or she is of , the party making the foregoing Request for qualifications. That the Request for qualifications is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Request for qualifications is genuine and not collusive or sham; that the Responder has not directly or indirectly induced or solicited any other Responder to put in a false or sham Responder, and has not directly or indirectly colluded, conspired, connived, or agreed with any Responder or anyone else to put in a sham Request for qualifications, or that anyone shall refrain from Responding; that the Responder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the future Cost Proposal price of the Responder or any other Responder, or to fix any overhead, profit, or cost element of the future Cost Proposal price, or of that of any other Responder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Request for qualifications are true; and, further, that the Responder has not, directly or indirectly, submitted his or her Request for qualifications or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, or any other member or agent thereof to effectuate a collusive or sham Request for qualifications. Signature: Title: Senior Vice President - Traffic and Transportation Date: October 16, 2024 Albert A. Webb Associates Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 24 ATTACHMENT “D” CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION Conflict of Interest. Responder acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement, nor shall Responder enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Responder warrants that Responder has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. Covenant Against Discrimination. In connection with its performance under the Agreement, Responder shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a “prohibited basis”). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City’s lawful capacity to enter this Agreement, and in executing this Agreement, Responder certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Responder activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. NAME OF RESPONDER: NAME and TITLE of Authorized Representative: (Print) Signature and Date of Authorized Representative: (Sign) (Date) Dilesh Sheth, Senior Vice President October 16, 2024 Albert A. Webb Associates Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 25 ATTACHMENT “E” PUBLIC INTEGRITY DISCLOSURE Who Must File? Applicants that are NOT a natural person or group of natural people that will be identified on the application and seek a City approval determined by a vote of City officials. Examples include corporations, limited liability companies, trusts, etc. that seek a City Council approval, or an approval by one of the City’s board or commissions. Why Must I File? The City of Palm Springs Public Integrity Ordinance advances transparency in municipal government and assists public officials in avoiding conflicts of interest. The City’s Public Integrity Ordinance, codified in Chapter 2.60 of the municipal code, reflects the City’s interest in ensuring that companies (and other legal entities that are not natural people) doing business in the community are transparent and make disclosure as to their ownership and management, and further that those companies disclose the identity of any person, with an ownership interest worth two thousand dollars ($2,000) or more, who has a material financial relationship with any elected or appointed voting City official, or with the City Manager or City Attorney. Note: A material financial relationship is a relationship between someone who is an owner/investor in the applicant entity and a voting official (or the City Manager or City Attorney), which relationship includes any of the following: •the owner/investor and the official have done business together during the year prior to the application; •the official has earned income from the owner/investor during the year prior to the filing of the application; •the owner/investor has given the official gifts worth fifty dollars ($50) or more during the year prior to the filing of the application; or •the official might reasonably be anticipated to gain or lose money or a thing of value, based upon the owner/investor’s interest in the applicant entity, in relation to the application’s outcome. When Must I File? You must file this form with the Office of the City Clerk at the same time when you file your application for a City approval determined by a vote of City officials, whether elected or appointed. What Must I Disclose? •The names of all natural persons who are officers, directors, members, managers, trustees, and other fiduciaries serving trusts or other types of organizations (attorneys, accountants, etc.). •Note: (1) only trusts or other organizations that are not the fiduciaries, (2) if a second entity that is not a natural person serves the applicant entity (e.g., as a member of an applicant LLC), then all officers, directors, members, managers, trustees, etc., of the second entity must be disclosed). •The names of persons owning an interest with a value of two thousand dollars ($2,000) or more who have a material financial relationship with an elected or appointed City official who will vote on the applicant’s application, or with the City Manager or City Attorney. Penalties: Falsification of information or failure to report information required to be reported may subject you to administrative action by the City. There are some additional supplementary instructions with an example following the form should you need further clarification. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 26 PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1.Name of Entity 2.Address of Entity (Principal Place of Business) 3.Local or California Address (if different than #2) 4.State where Entity is Registered with Secretary of State If other than California, is the Entity also registered in California?  Yes  No 5.Type of Entity  Corporation  Limited Liability Company  Partnership  Trust  Other (please specify) 6.Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members, managers and other fiduciaries for the member, manager, trust, or other entity  Officer  Director  Member  Manager [name]  General Partner  Limited Partner Other  Officer  Director  Member  Manager [name]  General Partner  Limited Partner  Other  Officer  Director  Member  Manager [name]  General Partner  Limited Partner  Other Albert A. Webb Associates 3788 McCray Street, Riverside, CA 92506 California Matt Webb, CEO Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 27 7. Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity Matt Webb [name of owner/investor] 34%, Albert A. Webb Associates [percentage of beneficial interest in entity and name of entity] A. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] B. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] C. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] D. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] E. [name of owner/investor] [percentage of beneficial interest in entity and name of entity] I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name, Title Date Scott Webb 33%, Albert A. Webb Associates 33%, Albert A. Webb Associates Steve Webb Dilesh Sheth, Senior Vice President October 16, 2024 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 28 PUBLIC INTEGRITY DISCLOSURE Business Disclosure Supplementary Instructions In an effort to ensure we capture the required business entity information in accordance with the attached instructions, we provide you these supplementary instructions to clearly identify the required information, and the format the information should be provided. If you, as the applicant, are a business entity (i.e. a corporation or limited liability company), and it is also comprised of other business entities as its members or having a financial interest, all other such business entities must also be disclosed, including those entities other business entities, if any. Ultimately, the City’s disclosure document (attached) requires a listing identifying all natural persons having any financial interest over 5% of the business entities (and any other business entities comprising your business entity). As an example, Applicant is Acme Brothers, Inc., a California corporation, whose officers are John Doe, Jill Doe, and Jay Doe, which is owned 50% by Acme Brothers, LLC, a California limited liability company, and John Doe (25% interest) and Jill Doe (25% interest). Acme Brothers, LLC, is managed by Acme Brothers 2, Inc., a California corporation, whose officers are: George Doe, Bill Doe, and Jane Doe, which is owned 100% by Acme Brothers 2, LLC, a California limited liability company, which is managed by George Doe, with George Doe and Jane Doe having 50% interest each. The full business entity disclosure in this example would resemble the following: 1.Acme Brothers, Inc., a California corporation a.Officers: John Doe, Jill Doe, and Jay Doe b. Ownership: i.50% Acme Brothers, LLC, a California limited liability company ii.25% John Doe iii.25% Jill Doe 2.Acme Brothers, LLC, a California limited liability company a.Managers: Acme Brothers 2, Inc., a California corporation b.Ownership: 100% Acme Brothers 2, Inc., a California corporation 3.Acme Brothers 2, Inc., a California corporation a.Officers: George Doe, Bill Doe, and Jane Doe b.Ownership: 100% Acme Brothers 2, LLC, a California limited liability company 4.Acme Brothers 2, LLC, a California limited liability company a.Managers: George Doe b.Ownership: i.50% Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 29 ATTACHMENT “F” REFERENCES Reference 1 Organization name: Contact and title: Address: Phone number: Email Address: Effective date of contract: Value of Contract: Description of products/services provided: Reference 2 Organization name: Contact and title: Address: Phone number: Email Address: Effective date of contract: Value of Contract: Description of products/services provided: Reference 3 Organization name: Contact and title: Address: Phone number: Email Address: Effective date of contract: Value of Contract: Description of products/services provided: City of Indio - Public Works Tim Wassil, Public Works Director 760.391.4018 twassil@indio.org 100 Civic Center Mall Indio, CA 92201 04/2019 - 12/2023 Professional Civil Engineering Services City of Palm Springs P. Joel Montalvo, Assistant Director of Engineering 760.322.8339 Joel.Montalvo@palmspringsca.gov 3200 East Tahquitz Canyon Way Palm Springs, CA 92262-6959 10/2019 - 10/2024 Professional Civil Engineering Services County of Riverside Dennis Acuna, Capital Project Development / Eng Deputy Director 951.955.6820 dacuna@rivco.org 3525 14th Street Riverside, CA 92501-3813 Professional Civil Engineering Services 01/2014 - Present $600,000 $5,000,000 3,000,000 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 30 ATTACHMENT “G” EXECUTIVE ORDER N-6-22 CERTIFICATION Executive Order N-6-22 issued by Governor Gavin Newsom on March 4, 2022, directs all agencies and departments that are subject to the Governor’s authority to (a) terminate any contracts with any individuals or entities that are determined to be a target of economic sanctions against Russia and Russian entities and individuals; and (b) refrain from entering into any new contracts with such individuals or entities while the aforementioned sanctions are in effect. Executive Order N-6-22 also requires that any contractor that: (1) currently has a contract with the City of Palm Springs funded through grant funds provided by the State of California; and/or (2) submits a bid or proposal or otherwise proposes to or enter into or renew a contract with the City of Palm Springs with State of California grant funds, certify that the person is not the target of any economic sanctions against Russia and Russian entities and individuals. The contractor hereby certifies, SUBJECT TO PENALTY FOR PERJURY, that a) the contractor is not a target of any economic sanctions against Russian and Russian entities and individuals as discussed in Executive Order N-6-22 and b) the person signing below is duly authorized to legally bind the Contractor. This certification is made under the laws of the State of California. Signature: Printed Name: Dilesh Sheth Title: Senior Vice President Firm Name: Albert A. Webb Associates Date: October 16, 2024 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 31 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 32 F. Fee Schedule ATTACHMENT “H” FEE SCHEDULE OVERHEAD AND FEE RATE Audited Overhead Rate * must be supportable under an audit PERCENTAGE Fee Percentage * fee percentage applied to the cost of work CLASSIFICATION/TITLE UNBURDENDED HOURLY RATE FULLY BURDENED HOURLY RATE (Rate + OH + Fee) Principal II $103.50 $310.38 Principal I $81.50 $244.40 Senior III $69.50 $208.42 Senior II $66.50 $199.42 Senior I $63.50 $190.43 Associate III $55.50 $166.43 Associate II $51.00 $152.94 Associate I $46.00 $137.95 Assistant V $42.00 $125.95 Assistant IV $40.00 $119.95 Assistant III $37.00 $110.96 Assistant II $31.50 $94.46 Assistant I $23.50 $70.47 Project Coordinator $31.50 $94.46 Administrative Assistant III $27.00 $80.97 Administrative Assistant II $23.50 $70.47 Administrative Assistant I $21.00 $62.98 2-Person Survey Party $125.00 $374.85 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 33 Dilesh Sheth, PE, TE Senior Vice President Dilesh Sheth, PE, TE, is a Senior Vice President with WEBB and is Director of the Traffic & Transportation Department. Dilesh assists public and private clients with sophisticated civil works projects. Clients benefit from his expertise in presenting project findings and recommendations to elected officials, municipal commissions, community groups, and the general public. Dilesh has coordinated projects with Caltrans and numerous counties, cities, flood control districts, utility companies, residential, and business owners throughout Inland Southern California. This experience enables him to help clients realize a wide range of project goals and comply with varied requirements. He balances the needs of the community with the needs of local jurisdictions to bring positive solutions to difficult situations and projects. Dilesh’s technical experience includes highway design, intersection and interchange improvements, street widening, alignment studies, and geometrics’ drawings. His recent projects include a diverse range of roadway design, freeway ramp improvements, residential development street design, traffic signal design, traffic control plans, signing & striping plans, and pedestrian and bike facilities. He has also handled site access evaluation, intersection capacity analysis, traffic forecasting, circulation planning, traffic impact studies, parking studies, parking demand analysis, transportation demand management plans, focused site specific traffic studies, and area-wide circulation studies. Dilesh is currently serving as the Program Manager for the on-call traffic engineering services for the cities of Palm Springs, Cathedral City, Lake Elsinore, and Grand Terrace, and the County of Riverside. Through his efforts, Dilesh has been able to raise over $24.3 million in funds from HISP and CVAG for these cities and their numerous projects. A large majority of these projects were completed without any matching funds needed from the City. REGISTRATIONS Registered Civil Engineer C 65078 (CA) Registered Civil Engineer C 14934 (NM) Registered Traffic Engineer TE 2112 (CA) EDUCATION BS, Civil Engineering University of Saurastra Rajkot, India AFFILIATIONS American Public Works Association (APWA), Coachella Valley Institute of Transportation Engineering (ITE) Riverside and San Bernardino Counties YEARS OF EXPERIENCE 30 YEARS AT WEBB 24 Palm Springs Corridor & Traffic Signal Improvements, City of Palm Springs (City) - Dilesh serves as the Project Manager for these projects. WEBB is currently providing on-call civil and traffic engineering services to the City of Palm Springs to assist with the City’s Capital Improvement Projects obtaining grant funding, and resolving traffic and transportation issues throughout the City. WEBB provided traffic and transportation engineering services for the following projects: Appendix - Resumes Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 34 • Indian Canyon Two-Way Conversion, Pedestrian, & Bicycle Safety Enhancements - WEBB is providing engineering services for the Indian Canyon Two-Way Conversion, Pedestrian, and Bicycle Safety Project. WEBB provided pedestrian countdown heads, pedestrian detection, accessible pedestrian signals, leading pedestrian phasing, protected left-turn phasing, high visibility crosswalks, advanced stop lines, street lighting, and curb bulb-outs with ADA-accessible wheelchair ramps at nine intersections throughout the City • North Palm Canyon Drive Pedestrian Safety Enhancement Project - This project consisted of the signalized intersections in the downtown area of the City of Palm Springs along Palm Canyon Drive from Tachevah Drive to Ramon Road. Each of the 10 intersections has basic crosswalk markings. WEBB assisted the City with a study, preparation of CVAG funding application, design of traffic signal, street improvements and ADA ramps, and utility coordination • Vista Chino (SR-111) and Via Miraleste and North Palm Canyon Drive (SR-111) and Via Escuela Intersection Improvement Project - WEBB assisted the City with a study, preparation of CVAG funding application, design of traffic signal, street improvements and ADA ramps, utility coordination, and Caltrans Encroachment Permit applications On-Call Traffic Engineering Services, City of Indio (City) - Dilesh serves as the Program Manager for these projects. WEBB is currently providing traffic engineering services to assist in completing City projects. Webb has providing traffic and transportation engineering services including, but not limited to: • The Civic Center Storm Drain and Oasis Street Beautification Projects • Indio Sports Park Project • Complete Streets Plan with Drainage Master Plan • Jackson Storm Drain Evaluation On-Call Traffic Engineering Services, County of Riverside - Dilesh serves as Principal-in-Charge for this on-call. WEBB has been providing on-call traffic and transportation engineering services to assist the County in collaborating with Caltrans and Riverside County Transportation Commission (RCTC) to resolve traffic and transportation issues and improve the County’s network since 2003. Our depth of technical staff and understanding of transportation department needs has led to our success in providing services on time and within budget. Principle responsibilities include: Prepared the traffic signal, signing & striping, and traffic control plans, prepare street improvement and storm drain plans, prepare traffic impact analysis, prepare specifications, designs, cost estimates, bid proposals, and legal descriptions, serve as a Project Manager for the Capital Improvement Projects, represent the County in meetings with contractors, developers, consultants, utilities, and others, provide coordination with Caltrans, RCTC, Flood Control Districts, and other agencies, and prepare collision and safety analysis. Dilesh Sheth, PE, TE Senior Vice President Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 35 Joseph Caldwell, PE, CPESC, CPSWQ, QSD, QSP, CFM Water Resources Practice Leader Joseph Caldwell, PE, is the Practice Leader of WEBB’s Water Resources Department. As the Water Resource’s Practice Leader, Joseph is responsible for training, skill development, and the quality assurance/ quality control program. He personally leads the QA/QC reviews for all submittals and coordinates with project managers and engineers to ensure the appropriate reviews are completed as projects proceed to final design. Joseph focuses on the development of master drainage plans, the design of backbone drainage infrastructure, and the design of water quality systems for flood control projects throughout the region. A Certified Professional in Erosion and Sediment Control and Storm Water Quality, Joseph is a specialist in water quality and environmental compliance and an expert in hydrology and hydraulics. Joseph’s experience includes the design of regional flood control basins, a flood control levee, master drainage plans, and the design and construction of several miles of backbone drainage infrastructure. He has also hydrologically and hydraulically modeled the San Jacinto River from Railroad Canyon to the existing Army Corps levee in the City of San Jacinto. Joseph’s extensive knowledge of local agencies’ design standards and procedures, and effective working relationships with REGISTRATIONS Registered Civil Engineer C 67239 (CA) Registered Civil Engineer C 030017 (NV) Registered Civil Engineer C 76114 (AZ) Certified Professional in Erosion and Sediment Control (CPESC) 5311 Certified Professional in Stormwater Quality (CPSWQ) 544 EDUCATION MS, Civil Engineering Brigham Young University BS, Civil Engineering Brigham Young University CERTIFICATIONS Qualified SWPPP Developer (QSD) 00076 Qualified SWPPP Practitioner (QSP) 00076 Association of State Floodplain Manag- ers, Inc. (ASFPM) Certified Floodplain Manager (CFM) AFFILIATIONS American Society of Civil Engineers (ASCE) American Public Works Association (APWA) California Storm Water Quality Association (CASQA) Floodplain Management Association (FMA) YEARS OF EXPERIENCE 22 YEARS AT WEBB 22 San Jacinto River Stage 3 Master Drainage Plan, Riverside County Flood Control & Water Conservation District - Joseph served as Project Manager for the WEBB Team responsible for reviewing the current hydrological model, analyzing potential alternative models, and working with the District to decide the best option based for the current Master Drainage Plan. This project consisted of preparation of conceptual drawings for the Master Plan addressing all key elements such as floodplain management, flood control features, environmental preservation, development opportunities, effects on regional infrastructure, right-of-way requirements, and order of magnitude cost. WEBB worked directly with the District to prepare the planning study, coordinated with all stakeholders, and presented all findings to the Advisory Board with recommendations for the next steps (i.e., MSHCP compliance, CEQA strategy, land development constraints, and floodplain management). WEBB is currently working on the final MDP and EIR for the District. Heacock Channel Design Project, March Joint Powers Authority - Joseph served as the Project Manager for Phase 3 of the Heacock Channel Design Project for the March Joint Powers Authority. The project included the preparation of final improvement plans, traffic control plans, Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 36 Joseph Caldwell, PE, CPESC, CPSWQ, QSD, QSP, CFM Water Resources Practice Leader and a hydrology and hydraulic report for approximately 3,600-LF of the channel. The project extends from Lateral A of the Perris Valley Storm Drain north along Heacock Avenue to the southern end of an existing land fill. WEBB’s services also included project management and coordination throughout the duration of the project including attendance at project design team meetings, quality control services, and all other processing of improvement for necessary project approvals. Hemet MDP Line C, Stage 4, County of Riverside Flood Control and Water Conservation District - Joseph was the Project Manager for the Hemet MDP Line C, Stage 4 Project. The extension of the Hemet MDP Line C was an important component to provide surface flooding relief and flood protection of a predominately developed portion of the City of Hemet. The extension of the Hemet MDP Line C was an important component to provide surface flooding relief and flood protection of a predominately developed portion of the City of Hemet. This segment of the Master Plan Facility represents the middle one third of the entire Line C System. The critical component of this project was implementing a master planned facility in a highly urbanized area of the City extremely constrained by multiple utilities. WEBB completed a Preliminary Design Report that outlined the most feasible alignment for this facility. WEBB is currently preparing final design plans and specifications for this backbone drainage facility. Wildwood Creek Basin, City of Yucaipa - Joseph served as Project Manager for design of a multi- purpose watershed basin in Wildwood Creek in the City of Yucaipa. WEBB provided engineering services that accommodated the critical needs of the City. This project is located in the middle of a major watercourse. The watershed tributary to the project is over 4,000 acres and the creek is designated on the Flood Insurance Rate Map by FEMA. The City’s goal was to reduce the peak flow utilizing a series of detention basins that in turn will reduce peak flow rates downstream and reduce the burden on those downstream facilities. This reduction in peak flow rates was accomplished through the removal of sediment/debris load and the attenuation of peak flooding through the use of the proposed basins. In addition to providing flood control benefits, this project also provided certain environmental and water quality benefits. To do this, the flood control facilities were developed in such a manner so the construction preserves riparian vegetation, where possible, and implements other measures for environmental and water quality impacts. In order to accomplish this, WEBB reviewed the conceptual design and provided a more precise analysis of the level of flood control protection the basins will provide. WEBB also prepared detailed hydrologic, hydraulic, and sediment transport models to determine peak runoff rates, flood volume, and debris load. North Indio Regional Flood Control Channel Project, Coachella Valley Water District - Joseph is the Technical Lead for the North Indio Regional Flood Control Channel Project which is a key component of the CVWD flood protection mission in the Coachella Valley. The project will complete the link between existing flood control facilities in the north Indio area, providing increased flood protection for the region. The project consists of over three miles of concrete lined trapezoidal and rectangular channels, including numerous culvert crossings of existing and future streets. To date, WEBB has prepared the hydraulic analysis, preliminary design, and environmental documentation for the project. WEBB is currently in the process of preparing the final design plans, specifications, and estimates. WEBB is also responsible for preparing the CLOMR and providing public outreach and right-of-way acquisition services. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 37 Jason Ardery, PE, TE, LLS, CPESC, QSD, QSP Vice President As an experienced civil engineer and land surveyor, Jason brings a wealth of experience in planning, designing, and managing complex projects from conception to completion. With 19 years of experience in the field, Jason has established a reputation for delivering high-quality results that meet or exceed client expectations. As a Vice President and having served as the Director of Land Development at WEBB for more than 10 years, Jason led a team of well experienced and diversified Project Managers, Engineers, Designers, Planners, Landscape Architects, and administrative staff in residential, commercial, and industrial development projects. Jason is very familiar with the entitlement process having been involved with and overseen the approval of many entitlement applications, including Change of Zones, General Plan Amendments, Specific Plans, Specific Plan Amendments, Tentative Maps, Site Plans, Air Port Land Use compliance, Williamson Act & Agricultural Preserve cancellations. Jason also served on the City of Eastvale General Plan Advisory Committee for the development of the first General Plan for the City of Eastvale. Jason has extensive experience in site development, grading and drainage design, utility design, roadway design, and construction administration. Jason’s expertise includes designing and managing projects ranging from small site developments to large infrastructure improvement projects. Jason has a deep understanding of civil engineering and surveying principles, which allows for efficient and cost-effective design solutions. With extensive experience in land development, Jason also has expertise in boundary surveys, ALTA surveys, topographic surveys, construction staking, mapping, and legal descriptions. Jason has a keen eye for detail and accuracy, which ensures that surveying projects are completed with precision and professionalism. REGISTRATIONS Registered Civil Engineer C 71508 (CA) Registered Traffic Engineer 2618 (CA) Licensed Land Surveyor 9329 (CA) EDUCATION BS, Civil Engineering California State Polytechnic University, Pomona CERTIFICATIONS Certified Professional in Erosion and Sediment Control (CPESC) 6561 Qualified SWPPP Developer/Practitioner (QSD/QSP) 20935 AFFILIATIONS American Society of Civil Engineers (ASCE) Building Industry Association (BIA) YEARS OF EXPERIENCE 20+ YEARS AT WEBB 20 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 38 Jason Ardery, PE, TE, LLS, CPESC, QSD, QSP Riverside Transmission Reliability Project - Project involved SCE and the City of Riverside Overhead Powerline project through private properties. We were the engineering support for the private property owners and analyzed the impact to the properties based on the proposed overhead powerline alignment which included review of SCE easement restrictions/requirements, existing and proposed easements, determination of useable development areas, property access, net and gross acreage calculations, development, and preparation of various exhibits. Phase II Ave 50 & Jackson Intersection Improvements - WEBB provided comprehensive project management for the City of Indio, including scheduling and leading meetings, preparing agendas, minutes, and schedules, and coordinating with city and county stakeholders. WEBB managed the submission of design drawings, QA/QC sheets, and street improvement plans, ensuring adherence to ADA standards and efficient utility coordination. Additionally, WEBB handled utility coordination, property owner outreach, agency coordination, legal description preparation, appraisal services, property rights acquisition, and bid/construction support, encompassing meeting attendance, inquiry responses, and as-built plan preparation within six months of project completion. McCune Flamingo Dairy - Project involves OC Flood Control and the Army Corps. of Engineers and is related to the construction of a proposed dike on private property. We are the engineering support for the private property owner. Jason’s role has been limited to providing engineer expertise as well as history of the design and development that occurred on private property. City of Santa Ava versus Rim Portofino - Jason’s involvement was related to the preparation and review of a boundary survey of the subject property, which included review of the Litigation Guarantee, deeds and easement documents, research of existing maps, documents and survey records, and the plotting of existing property lines and easements from record data. Caltrans 42B4956 versus Aim High - This project is for the Construction of State Highway 138 and State Highway 18 Bypass Connection. WEBB’s providing engineering and surveying support for Caltrans. Jason’s role included the review of the development potential and potential impacts to the property in the before and after condition, which included property areas, land use & zoning, setbacks, property access, grading, drainage, floodplain, and utilities. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 39 Nick Lowe, PE,TE Deputy Director Nick Lowe, PE, TE, is a Deputy Director with WEBB’s Traffic and Transportation Department. Nick assists clients with traffic signal upgrades, signing and striping modifications, and pavement improvements. He also develops temporary traffic control plans for construction while working closely with public agencies, contractors, and construction managers to safely expedite projects, thus minimizing impacts to traffic and businesses. In addition, Nick assists other engineers on street improvements, street light installations, sewer and water plans, and expert witness testimony. He is also well-versed in the AutoTURN vehicle simulation program which assists in transportation improvements for constrained travel areas and parking lots. With increasing traffic pressure amid booming growth throughout Inland Southern California cities, Nick’s work on regional transportation solutions provides a tangible benefit to the public through improvements in safety, mobility, and quality of life. Nick is currently pursuing his Professional Traffic Engineer’s License and is active in several industry associations. Nick provides grant funding assistance to the cities of Lake Elsinore, Palm Springs, and Cathedral City and has helped these cities secure over $20.9 million in funding, with little matched funds needed from the City, to install advanced dilemma zone detection, flashing beacons, and left turn phasing at over 50 signalized intersections. REGISTRATIONS Registered Civil Engineer - C 87666 (CA) Registered Traffic Engineer TE 3056 (CA) EDUCATION MS, Civil Engineering University of Southern California BS, Civil Engineering Stevens Institute of Technology AFFILIATIONS Institute of Transportation Engineers (ITE) American Society of Civil Engineers (ASCE) Intelligent Transportation Society of California (ITS) YEARS OF EXPERIENCE 12 YEARS AT WEBB 11 Art and Music Line, Coachella Valley Association of Governments – Nick served as Project Engineer for this project. WEBB is actively collaborating with CVAG on the innovative Art and Music Line Project, delivering 15 miles of enhanced bikeways across various locations. This comprehensive initiative includes nine miles of protected bicycle facilities, promoting separation from vehicle traffic, and over six miles of traditional bike lanes. The project focuses on safety and accessibility, with unique elements like lighting and sound for access to festivals at the Empire Polo Grounds. WEBB played a key role in securing $36 million in ATP Grant funds and introduced innovative features like bicycle signals, raised crossings, and more. On-Call Traffic Engineering Services, City of Lake Elsinore - Nick serves as the Project Manager for the On-Call Traffic Engineering Services Contract for the City. WEBB provides support to City Staff and assists in resolving traffic and transportation projects and concerns within the City. WEBB provided traffic and transportation engineering services for the following projects: Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 40 Highway Safety Improvement Program Grant Application (Cycle 8): WEBB applied for federal funding through Caltrans’ HSIP in 2016 for the City of Lake Elsinore. The City was awarded $825,300 to install advanced dilemma zone detection, flashing beacons, and left turn phasing at eight signalized intersections without any matching funds. WEBB sorted through city-wide historical collision data using Statewide Integrated Traffic Records System and conducted field reviews of the high-incident intersections to determine countermeasures. The application resulted in a very high benefit/cost ratio of 13.21 Caltrans Systemic Safety Analysis Report Program: WEBB applied for and received funding for the Caltrans Systemic Safety Analysis Report Program in 2016 for the City. The City was awarded $55,000 to prepare the report with $5,500 in matching funds Striping Improvements: WEBB prepares signing & striping plans for known “trouble spots”, slurry seal projects, and bike lanes. WEBB designs the plans to enhance safety and traffic operations while adding to the City’s budding bike lane network Railroad Canyon Road Interchange Monitoring System: WEBB worked with City Staff, Caltrans, and McCain, Inc. to design and install traffic monitoring cameras and a communications system for five intersections at the Railroad Canyon Road/I-15 Interchange. WEBB and City Staff can now monitor traffic in real-time at those intersections and modify signal timings when needed Traffic Control Plan Check: WEBB receives and plan checks all submitted temporary traffic control plans for impending construction projects to ensure conformance with the latest edition of the California MUTCD. WEBB works with the City and the applicant to provide safe working areas for workers and the traveling public Speed Surveys: WEBB conducted speed surveys on 44 roadway segments throughout the City to update the posted speed limits and ensure the continuation of legal speed enforcement School Zones: WEBB procured and installed speed feedback signs at all schools within the City’s limits to further reinforce the locations of school zones. WEBB also observes school drop-off and pickup times and procedures and works with school staff to determine safety and operational improvements Nick Lowe, PE,TE Deputy Director Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 41 Myung Choo, PE, TE Practice Area Leader Myung Choo, PE, TE, is a Traffic & Transportation Practice Area Leader in WEBB’s Traffic and Transportation Department. In his role he develops the technical abilities of WEBB Team to better assist clients in achieving their transportation goals through preparing traffic studies, designing new traffic signals and upgrading existing traffic signals. Clients benefit from his extensive knowledge of governmental agency procedures, design, geometrics, signs, traffic controls, parking and maintenance. Among his duties, he presents findings and recommendations on traffic matters to elected officials, municipal commissions, community groups and the general public. Myung has extensive background in coordinating and processing permits through Caltrans for encroachment projects. He also offers experience with traffic-related technology, including TRAFFIX and WEBSTER programs for intersection analyses, SYNCHRO, ROADPLAN software for ICU and delay evaluations, and ULI spreadsheets in shared parking analyses. In addition, he has expertise in designing and analyzing micro- simulation computer traffic models. REGISTRATIONS REGISTERED CIVIL ENGINEER, CA 79651 REGISTERED TRAFFIC ENGINEER, CA 2451 EDUCATION BS, Civil Engineering University of California, Berkeley AFFILIATIONS Institute of Transportation Engineers (ITE) YEARS OF EXPERIENCE 24 YEARS AT WEBB 15 Nick Keller Senior Designer Nick Keller is a Senior Designer with WEBB’s Traffic and Transportation Department. Nick is experienced in designing a wide range of infrastructure projects including streets, sidewalks, trails, street lights, storm drains, rough grading, precise grading, water facilities, and sewer systems. He has worked closely with owners, contractors, and surveyors during construction of numerous projects throughout Inland Southern California. Nick has dealt with many local agencies including the County of Riverside, Riverside County Flood Control District, Caltrans, Jurupa Community Services District, Eastern Municipal Water District, Western Municipal Water District, Elsinore Valley Municipal Water District, and Lake Hemet Municipal Water District. He has also worked with the cities of San Bernardino, Chino, Lake Elsinore, Ontario, Norco, Rancho Mirage, La Quinta, Grand Terrace, and Rialto. YEARS OF EXPERIENCE 48 YEARS AT WEBB 28 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 42 Joy Schwiebert Assistant Engineer Joy Schwiebert is an Assistant Engineer with WEBB’s Traffic and Transportation Department. Joy has assisted with the development of construction projects related to deep foundations and has performed take- offs, written submittals, RFIs, and various other construction documents. Joy served as an assistant project engineer for a wide range of projects involving urban highway design and rehabilitations, railroad grade separation, master planned drainage facility design, water and wastewater facility design, hydrology and hydraulics studies, water quality facility design and various residential, commercial, and industrial developments. EDUCATION BS, Civil Engineering California State Polytechnic University, Pomona YEARS OF EXPERIENCE 4 YEARS AT WEBB 4 Son Le Associate Engineer Son Le is an Associate Engineer with WEBB’s Traffic and Transportation Department. Son is a dedicated engineer with a superb work ethic and customer satisfaction record. His roles have included working on projects independently to completion or as a member of a professional engineering team. Son’s background knowledge and experience is weighted toward relevant safety standards pertaining to civil engineering, particularly with respect to transportation safety. He also has experience in designing temporary traffic control, signals, street lighting modifications, and re-striping of streets.EDUCATION BS, Civil Engineering California State University, Long Beach YEARS OF EXPERIENCE 12 YEARS AT WEBB 6 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 43 Ingrid T. Mar Project Engineer Ingrid Mar is a Project Engineer with WEBB’s Traffic and Transportation Department. Ingrid has experience in traffic engineering specifically designing temporary traffic control plans, signing & striping plans, and signal plans. Ingrid excels at coordinating with public agencies and interfacing with clients to maintain good relationships. Ingrid is experienced in maintaining city infrastructure by ensuring the streets were safe and clean, and that traffic devices were operating effectively. She has worked with law enforcement to solve traffic congestion, managed radar speed sign installation, and evaluated historical traffic collisions to reduce their number in the future. Ingrid has additional experience with issuing encroachment permits, checking traffic plans, analyzing sight distances, and determining whether stop signs or traffic signals are warranted. She is currently pursuing her professional traffic engineer’s license. Ingrid also assists with grant writing for various cities. She has played a vital role in receiving funding for both the cities of Cathedral City and Lake Elsinore. With her assistance, Cathedral City received over $4 million in funding and Lake Elsinore received over $3.2 million in funding. EDUCATION BS, Electrical Engineering/Control Systems, California State University, Long Beach YEARS OF EXPERIENCE 19 YEARS AT WEBB 7 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 44 Sara Sadeghi, PTP Associate Transportation Planner Sara Sadeghi is an Associate Transportation Planner with WEBB, where she has been instrumental in managing the 15-mile Arts and Music Line active transportation project in Coachella Valley. In this role, she coordinated with the multiple sub-consultants, the Coachella Valley Association of Governments (CVAG), and various jurisdictions, including La Quinta, Indio, Coachella, and tribal lands, ensuring effective communication and project integration among all stakeholders. Sara has successfully overseen the preparation of Safety Grants, including the Active Transportation Program (ATP) and the Highway Safety Improvement Program (HSIP), across multiple jurisdictions. Her work includes developing safety plans and design projects aimed at enhancing pedestrian and bicyclist safety, as well as implementing complete streets, safe routes to school, and traffic calming measures. Additionally, she conducts transportation impact and traffic operations analyses, prepares speed survey reports, and develops plan, specification, and estimate (PS&E) documentation for signing and striping projects. EDUCATION BA, Architecture Art University of Isfahan, Iran MA, Urban Design Art University of Isfahan, Iran MS, Transportation Planning University of Texas, Austin REGISTRATIONS Professional Transportation Planner (PTP) AFFILIATIONS American Planning Association (APA) Institute of Transportation Engineering (ITE) Women’s Transportation Semina (WTS) YEARS OF EXPERIENCE 8 YEARS AT WEBB 3 Safe Route to Schools Project - City of Palm Springs - Sara served as the Transportation Planner for the Palm Springs Safe Routes to School Project. Together with the team, she analyzed collision data to identify critical areas around schools that required improvements. They tailored safety countermeasures to address the most common collision types at each location and compiled a list of projects that addressed network gaps, proximity to schools and key destinations, and first and last mile connections to transit stops, as well as segments identified by HIN. Additionally, WEBB produced project improvement fact sheets for the highest-priority projects, prepared planning-level cost estimates to assist the City in securing funding, and developed cross-sections, segment plan views, and intersection concepts. Art and Music Line, Coachella Valley Association of Governments - Sara served as Assistant Project Manager for this project. WEBB is actively collaborating with CVAG on the innovative Art and Music Line Project, delivering 15 miles of enhanced bikeways across various locations. This comprehensive initiative includes 9 miles of protected bicycle facilities, promoting bike separation from vehicle traffic, and over 6 miles of traditional bike lanes. The project focuses on safety and accessibility, with unique elements like lighting and sound for access to festivals at the Empire Polo Grounds. WEBB played a key role in securing $36 million in ATP Grant funds and introduced innovative features like bicycle signals, raised crossings, and more. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 45 Joseph Castaneda, PE Senior Engineer REGISTRATIONS Registered Civil Engineer, CA 59835 Qualified SWPPP Developer, CA, 21364 EDUCATION BS, Civil Engineering California State University, Los Angeles Los Angeles, CA YEARS OF EXPERIENCE 25+ YEARS AT WEBB 13 Joseph Castaneda is a Registered Civil Engineer in the State of California. Prior to establishing JLC Engineering, Mr. Castaneda was the Director of Stormwater at an Inland Empire Engineering firm for 7 years. Mr. Castaneda’s responsibilities at JLC Engineering include project management and design oversight, performing detailed storm water quality facility design, hydrology and hydraulic calculations, and preparing preliminary drainage Beaumont Master Drainage Plan Line 16 Storm Drain Improvements, County of Riverside - As part of the On-Call Service Contract, JLC was requested by RCFC & WCD to perform the storm drain design for the Beaumont Master Drainage Plan Line 16. The project was required to provide storm drain improvement plans for the Line 16 storm drain system that consisted of 7,500 feet of storm drain system that range in size from 84 inches to 42 inches in diameter. The subsurface storm drain required to convey flow rates that range from 50 ft3/s to 500 ft3/s. JLC was required to perform catch basin hydrology, hydraulic modeling for the existing and proposed drainage improvements using the Civil Design Hydrology Program and WSPG. The project worked closely with Beaumont Cherry Valley Water District to incorporate the storm drain project into the agencies groundwater recharge program. JLC followed the RCFC & WCD design and drafting guidelines to develop a Plan, Specifications, and Cost Estimates bid package. Nuevo Road Street Improvements & Bridge Replacement Project, City of Perris - Joseph was retained by Tri-Lake Consultants as a sub-consultant to provide engineering and analytical technical support in the preparation of a Hydrology & Hydraulic Report, Water Quality Management Plan, Hydraulic Analysis for Perris Channel and storm drain & BMP improvement plans. The reports and plans are required to support the design of the proposed bridge that will cross the Perris Valley Channel. The project major challenges is the limited right-of-way envelope and the design grades controlled by Perris Valley Channel. The project will include the design of a 200 foot long bridge and 2,600 linear feet of roadway improvements from Murrieta Road to the west and extending to Evans Road to the east. The project will include the design of 700 feet of storm drain, 2-3 BMPs, and channel improvements for Perris Valley Channel. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 46 Eric Hays, PE Senior Engineer Eric Hays, PE, is a Senior Engineer with WEBB’s Water Resources Department. Eric has years of diverse engineering experience with deep knowledge in the fields of hydrology, hydraulics, and drainage design. His experience includes the preparation of preliminary design reports, alternative analysis studies, canal design plans for flood control infrastructure projects, and storm drain system designs for residential, commercial, industrial, and public agency projects. In addition to Eric’s extensive experience with drainage project design, he offers clients strong civil site development and public project background. His experience includes development of site grading plans, street improvements plans, sewer plans, bike trail plans, Water Quality Management Plans, Stormwater Pollution Prevention Plans, and railroad grade crossing improvement plans. His expertise also includes survey, construction staking, construction observation, and support. REGISTRATIONS Registered Civil Engineer C 73614 (CA) EDUCATION BS, Civil Engineering California State Polytechnic University, Pomona AFFILIATIONS American Society of Civil Engineers (ASCE) YEARS OF EXPERIENCE 23 YEARS AT WEBB 12 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 47 Ranjit Singh, PE Senior Engineer Ranjit Singh, PE, is a Senior Engineer with WEBB’s Water Resources Department. Ranjit has years of diverse engineering experience with deep expertise in hydrology, hydraulics, Water Quality Management Plans, grading, and drainage design. He has helped clients prepare preliminary design reports, alternative analysis studies, and final design plans for flood control infrastructure projects. He also has experience designing storm drain systems for residential, commercial, industrial, and public agency projects. In addition to Ranjit’s extensive experience with drainage project design, he offers strong civil site development and public project background. His expertise includes development of site grading plans, street improvement plans, sewer plans, bike trail plans, Water Quality Management Plans, Stormwater Pollution Prevention Plans, and railroad grade crossing improvement plans. His field experience includes survey, construction staking, construction observation, and support. EDUCATION MS, Civil Engineering University of Toledo BS, Civil Engineering Sardar Patel COE, Mumbai India AS, Civil Engineering K.J. Somaiya Polytechnic, Mumbai, Iindia AFFILIATIONS American Society of Civil Engineers (ASCE) Air & Waste Management Association (AWMA) American Water Works Association ( AWWA) Water Environment Federation (WEF) YEARS OF EXPERIENCE 22 YEARS AT WEBB 11 REGISTRATIONS Registered Civil Engineer C 68716 (CA) Marco Gonzalez Assistant Engineer In the Water Resources Department at WEBB, Marco, serving as an Assistant Engineer, has played a role in contributing to project designs, spanning from initial stages to the construction phase. Marco’s project involvement extends to various public works projects, encompassing stormwater, water reclamation, and water and wastewater treatment. His expertise further includes development of plans, hydraulics & hydrology reports and specifications for storm drainage projects as well as active participation in projects related to water distribution, sewer collection systems for tract development, and water resources. EDUCATION BS, Civil Engineering University of California, Pomona AA, Physics, Math, Liberal Studies Los Angeles City College YEARS OF EXPERIENCE 5 YEARS AT WEBB 3 CERTIFICATIONSEngineer in Training, 178290 (CA) Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 48 Jeff Hart, PE Deputy Director, Water Resources REGISTRATIONS Registered Civil Engineer C 70910 (CA) Registered Civil Engineer C 19069 (NV) EDUCATION BS, General Civil Engineering California Polytechnic Institute, Pomona CERTIFICATIONS/TRAINING Qualified SWPPP Developer (QSD) Qualified SWPPP Practitioner (QSP) YEARS OF EXPERIENCE 26 YEARS AT WEBB 1 • Perris 4th and 7th Street Lift Stations, Eastern Municipal Water District • Armstrong Booster Station Upgrade, Jurupa Community Services District • Mesa Lift Station and 16 “ Force Main Project, City of Beaumont • PLC Upgrade Project, 9 Lift Stations, City of Beaumont • Well 25, Rubidoux Community Services District • Water and Sewer Evaluation, Highland Fairview • 2021 Wastewater Master Plan, City of Beaumont • Backbone Feasibility Study, San Gorgonio Pass Water Agency As Deputy Director of the Water Resources Department at WEBB, Jeff Hart uses his 25 years of experience in public works to support the execution of all water resources projects. He is also responsible for assigning project managers to each project and ensuring all project obligations are met with the highest standard. Jeff has previously managed and implemented over $800M of Capital Improvement Projects. He has split his years of experience working with both public and private sector clients; serving as City Engineer, Public Works Director, and Floodplain Manager for the public sector, and Director of Engineering and Deputy Director of Water Resources for the private sector. Jeff is well versed having acted as a representative across various committees, councils, boards, and commissions. Jeff has served as project manager, oversight, and implementation of several infrastructure projects including domestic water, wastewater, recycled water, drainage, transportation, and land development throughout Southern California and Nevada. As a Principal Engineer for the Coachella Valley Water District he oversaw the initial Chromium-6 compliance study, which was ultimately heading to the largest public works construction project ever in the Coachella Valley ($400M) prior to a judgement invalidating the new MCL in 2017. Recent water resource projects include the implementation of a $100M waste water treatment plant upgrade for the City of Beaumont, including the ability to produce recycled water via RO and the construction of a 22 mile brine line. Along with experience in regional infrastructure projects, Jeff has extensive knowledge and experience with planning, entitlement, development (residential, commercial, and industrial), and capital improvement development and budgeting. His extensive experience translates to an understanding of all steps required to successfully complete a project efficiently and on schedule. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 49 Jeff Hutchins, PLA, ASLA Manager, Landscape Architecture REGISTRATIONS: Registered Landscape Architect PLA 3815 (CA) YEARS OF EXPERIENCE: 34 Years EDUCATION: BS Landscape Architecture, California State Polytechnic University, Pomona AFFILIATIONS: American Society of Landscape Architects (ASLA) Vice President of Programs 2013, Southern California Chapter Treasurer 2004-2009, Southern California Chapter California State Polytechnic University, Pomona Landscape Architecture, Member & Past Advisory Board UCLA Landscape Architecture Extension, Past Advisory Board YEARS OF EXPERIENCE 36 YEARS AT WEBB 4 Jeff Hutchins has three decades of experience as a landscape architect. Jeff’s aspirations are exemplified in his development of green infrastructure on every project that comes in the door. By emphasizing “One Water,” the comprehensive approach of managing water in an environmentally, economically and socially beneficial manner, he strives to create self- sustaining landscapes. He oversaw the construction of some of the most visible projects, including SoFi Stadium (Lake Park), Dodger Stadium, Hillcrest Park, Vista Hermosa Park, Los Angeles River Greenway Trail, Ishihara Park, and several stormwater projects funded by local ballot measures, including the LA Zoo parking lot, Westside Rainwater Park, and South LA Wetlands. The City of Los Angeles Bureau of Sanitation, the AIA-LA, ASLA-SCC, and APACA recognized Jeff for his leadership in stormwater design at PALAPA, an annual assembly of stormwater professionals. Additionally, Jeff has worked extensively with the Los Angeles and San Jacinto School Districts to provide students of all ages with access to nature to support learning as well as social, mental, and physical health. • Western Gage Median Park, City of Los Angeles • Buchanan Elementary, City of Los Angeles • Coachella Central Park, Coachella, CA • Sharp, Telfair, Haddon, and O’Melveny Elementary Schools, City of Los Angeles • The Great Park, Irvine (beginning stages design) • So-Fi Stadium, Inglewood • George Lucas Museum of Narrative Art, Los Angeles • Green Valley Park, Perris • Beverly Gardens Park Restoration Plan, Beverly Hills • Franklin Ivar Park, Mountains Recreation and Conservation Authority • Vista Hermosa Park, Mountains Recreation and Conservation Authority • BioTech Campus, Thousand Oaks • Dodgers Stadium Site Improvement, Los Angeles • Faith and Hope Park , Los Angeles • Gerald Demond Bridge Replacement Highway, Long Beach • Hillcrest Park, Fullerton • Ishihara Buffer Park, Santa Monica • Lemon Creek Restoration, Walnut • Los Angeles Mission College (East Campus, Arts), Sylmar • Los Angeles River Greenway Phase II, Studio City • Los Angeles Zoo Parking Lot, Los Angeles Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 50 • Marsh Park Phase 1, Los Angeles • Naples Sea Wall Replacement, Long Beach • Nature Gardens at Natural History Museum, Los Angeles • NFL Entertainment District, Los Angeles • Owen’s Lake Dust Mitigation Program, Lone Pine • Patton Park, Los Angeles • Pitzer College Residential Life Phase II, Claremont • Tri City Park Master Plan, Placentia • Veterans Administration Seismic Renovations, Los Angeles • Willow Springs Wetland Restoration, Long Beach • Water + Life Museums and Campus, Hemet Jeff Hutchins, PLA, ASLA Manager, Landscape Architecture Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 51 Nicole Volpe, PLA, ASLA Senior Landscape Architect Nicole Volpe, PLA, ASLA, is an Senior Landscape Architect with WEBB’s Landscape Architecture Department. Nicole has a range of experience that has given her perspective on many aspects of the progression and development process. REGISTRATIONS: Registered Landscape Architect PLA 6436(CA) YEARS OF EXPERIENCE: 20+ Years EDUCATION: BS, Landscape Architecture University of Guelph, Ontario, Canada AFFILIATIONS: American Society of Landscape Architects (ASLA) YEARS OF EXPERIENCE 25 YEARS AT WEBB 2 • Western Gage Median Park, City of Los Angeles • Buchanan Elementary, City of Los Angeles • Coachella Central Park, Coachella, CA • Sharp, Telfair, Haddon, and O’Melveny Elementary Schools, City of Los Angeles • Front Porch Garden, Aliso Viejo, CA • Spanish Revival, Aliso Viejo, CA • Modern Ranch, Rancho Mission Viejo, CA • Mountain Retreat (Conceptual Design & Coordination) Whistler, Canada • Mediterranean Garden (Design & Project Management) Aliso Viejo, CA • Waterwise Garden (Design) Aliso Viejo, CA • Doha Firestation Artist in Residence (Adaptive Reuse) Doha, Qatar • Qatar Foundation Golf Course (Clubhouse/Residences) Doha, Qatar • Al Shamal Park (Visioning) Al Shamal, Qata • Markham Centre Representative (Urban visioning) Markham, Canada • Markham Centre Streetscape Standards (Report) • TDSB Playground Project (Retrofit and renovations) Toronto, Canada • Perennial Garden (Residential) Toronto, Canada Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 52 Guillermo Gonzalez, PLA Senior Landscape Architect REGISTRATIONS Registered Landscape Architect PLA 6294 (CA) EDUCATION BS, Landscape Architecture California Polytechnic University, Pomona AS, Architecture Riverside Community College AFFILIATIONS American Society of Landscape Architects (ASLA) YEARS OF EXPERIENCE 11 YEARS AT WEBB 10 Guillermo Gonzalez, PLA, is a Senior Landscape Architect with WEBB’s Landscape Architecture Department. Guillermo has a strong irrigation and planting background. His experience with WEBB includes developing complicated potable and recycled water irrigation systems, planting layouts, and material specifications for public and private projects. Using the latest design software, his high level of computer experience allows him to prepare construction documents, conceptual landscape plans, and planning exhibits with ease. In addition, Guillermo also provides general design development support which includes preparing construction specifications, cost estimates, and schematic detail designs for WEBB’s commercial/ industrial, residential development, and traffic and transportation markets. • Department of Public Social Services, City of Coachella • Recycled Water Program Services - Irrigation Plan Check, Easting Municipal Water District • Rancho Esperanza Cabin Feasibility Study and Preliminary Engineering, County of Riverside Parks Administration • Green Valley Planning Area 25 Park in City of Perris Raintree Investment Corporation • Barrington Basin & Recreational Area, City of Jurupa Valley • Harvest Villages III, City of Jurupa Valley • Goodman Commerce Center & Bridge, Goodman Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 53 Stephanie Standerfer Vice President Stephanie Standerfer is a Vice President and Director of WEBB’s Environmental Services Department. Stephanie has worked as an environmental planning project manager, focusing on California Environmental Quality Act (CEQA) matters for small, medium, and large public and private projects. Stephanie has managed all levels of CEQA documents for healthcare clients, community college districts, water districts, cities, counties, and private developers. Her varied project experience allows her to foresee and navigate challenges that arise during CEQA compliance. As an expert in CEQA implementation throughout Inland Southern California, she also provides local agencies training in CEQA processing. She regularly oversees and coordinates with large teams of environmental planners, engineers, and architects and actively assists her clients through the environmental compliance gauntlet. Stephanie served as contract staff to the Western Riverside County Regional Conservation Authority (RCA), the agency responsible for implementing the Western Riverside County Multiple Species Habitat Conservation Plan (MSHCP). In this role, she provided processing, review, and consultation on MSHCP implementation procedures and policies. She provided training and policy guidance documents to not only the RCA but all permittees which included all 17 cities in western Riverside County. In this capacity she regularly interfaced with regulatory agencies working toward solutions to MSHCP compliance issues. Stephanie’s experience with the RCA has resulted in a solid amicable working relationship with the regulatory agencies which allows her to anticipate issues on projects before they arise and advise clients accordingly. Clients benefit from Stephanie’s interdisciplinary environmental planning background which includes experience on general plan updates, specific plans, planning studies, environmental constraints analyses, air quality impact studies, health risk assessments, noise studies, biological resource surveys, and cultural resource studies. She has managed small and large teams of subconsultants, engineers, and architects on a variety of controversial public works and private development projects over the years and often spearheads making public presentations on her projects. EDUCATION MS, Environmental Sciences, Washington State University, Pullman, WA BS, Environmental Sciences, University of California, Riverside AFFILIATIONS American Planning Association Association of Environmental Profession- als, President, Inland Empire Chapter Chair, Economic Development Council, Greater Riverside Chamber of Commerce Chair, City of Riverside Cultural Heritage Board, (2003–2011) YEARS OF EXPERIENCE 25 YEARS AT WEBB 16 • Central Plaza Peer Review/MND, City of Lake Elsinore • Banning Industrial EIR, Banning Industrial, LLP • General Plan Update EIR (Beaumont 2040 Plan), City of Beaumont • Duke Warehouse at Patterson Avenue and Markham Street EIR, City of Perris City and County Projects Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 54 • Grand Avenue Lakeland Village Sewer Extension, Elsinore Valley Municipal Water District • Ranspot & Peeler Waterline Replacement, Elsinore Valley Municipal Water District • CEQA for EVMWD District Building Improvements, Elsinore Valley Municipal Water District • CEQA & Regulatory Permits for Rice Canyon Reservoir, Elsinore Valley Municipal Water District • Rice Canyon Pipeline and Reservoir, Elsinore Valley Municipal Water District • Good Hope and Mead Valley Water Lines, Eastern Municipal Water District • Mead Valley Sewer Upgrades, Eastern Municipal Water District • Lindsay Tank and Pipelines, Jurupa Community Services District • Northern Feeder Pipeline, Jurupa Community Services District • Wastewater Treatment Plant Mitigated Negative Declaration, & CEQA-Plus, Las Gallinas Valley Sanitary District • Master Sewer and Water Plans, Jurupa Community Services District • Riverside Corona Feeder, EIR/EIS, Western Municipal Water District • IEUA Consolidation LAFCO Review, Inland Empire Utility Agency • Flagler Wells Pipeline, Elsinore Valley Municipal Water District • Site 31 Effluent Pipeline Mitigated Negative Declaration, Western Municipal Water District Public Agency Projects Stephanie Standerfer Vice President • Banning Quarry, Peer Review, City of Banning • Haun Road and Holland Road Mixed-Use 37-Acre Site IS/MND, City of Menifee • Lions Park Expansion, Mitigated Negative Declaration, City of Banning • Perris Valley Storm Drain Trail and Street Improvement, IS/MND, City of Perris • Goodman Commerce Center EIR, City of Eastvale • Indian and Ramona Warehouse Project MND, City of Perris • Villages of Lakeview Specific Plan EIR, County of Riverside • San Jacinto River Stage III Program EIR, County of Riverside Flood Control & Water Conservation District • San Jacinto River Stage IV Levee, Environmental Impact Report, City of San Jacinto • WTP Upgrade and Brineline, IS/MND, CEQA-Plus & CEQA, City of Beaumont • Banning Water Canyon Pipeline Replacement Project MND, City of Banning • Perris Valley Storm Drain Trail and Street Improvement, IS/MND, City of Perris • San Jacinto River Stage III Program EIR, Riverside County Flood Control & Water Conservation Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 55 Cheryl DeGano Practice Area Leader EDUCATION BA, Biology University of California, Riverside AFFILIATIONS American Planning Association (APA) Association of Environmental Professionals (AEP) AEP Co-Vice President of Programs 2019 AEP Inland Empire Chapter President 2013 YEARS OF EXPERIENCE 35+ YEARS AT WEBB 15 Cheryl DeGano serves as a Practice Area Leader with WEBB’s Environmental Services Department. Cheryl manages the preparation and approval of environmental and planning documents for public and private sector clients. During her consulting career, Cheryl has been responsible for the preparation and processing of environmental and planning documents including environmental impact reports, environmental assessments, initial studies and mitigated negative declarations, mitigation monitoring and reporting programs (MMRPs), specific plans, development impact fee (“Nexus”) studies per California Government Code 66000 et seq., and development and entitlement applications. Cheryl has been responsible for all aspects of these projects including research, data collection and analysis, report writing, quality assurance/quality control review, preparation of distribution lists, direction of public noticing, project management, representation at public meetings and hearings, and agency and client coordination. Cheryl is also experienced in the analysis of construction noise using the Federal Highway Administration’s Roadway Construction Noise Model (RCNM). In addition to her environmental and planning background, Cheryl has assisted public agencies and private sector clients finance public facilities/services through the formation and administration of special finance districts and is well versed in socio-economic issues. Cheryl possesses strong communication and analytical skills and establishes and maintains excellent client relationships. Cheryl has a proven ability to take over large projects with minimal disruption to the client, experience with high profile and controversial studies, and the ability to work effectively and collaboratively within the increasingly complex regulatory and environmental context of development in southern California to develop solutions, strategies, and feasible alternatives for complex projects. Cheryl is experienced in the preparation of environmental and planning documents and assisting public agencies and private sector clients finance public facilities/services through the formation and administration of special finance districts and the preparation of development impact fee studies. Strengths include communication and analytical skills, establishment and maintenance of excellent client relationships, proven ability to take over large projects with minimal disruption to client, experience with high profile and controversial studies, and a desire to work collaboratively toward a common goal. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 56 Cheryl DeGano Practice Area Leader Public Agency Projects • Sycamore Canyon Business Park Buildings 1 and 2 EIR • Ryan Bonaminio Park at Tequesquite Arroyo EIR, City of Riverside Park Recreation & Community Services Department • Duke Warehouse at Perris Boulevard and Markham Street EIR, City of Perris • Sycamore Canyon Business Park Buildings 1 and 2 EIR, City of Riverside • Harmony Specific Plan EIR, City of Highland • Pyrite Avenue Street Improvements, County of Riverside • Goodman Commerce Center EIR, City of Eastvale • Temescal Valley Sports Park EIR Addendum, County of Riverside – Economic Development Agency • Eastvale Community Park Project IS/MND Addendum, City of Eastvale • Walmart Expansion EIR, City of Riverside • Beaumont Wastewater Treatment Plant Upgrade/Expansion and Brine Pipeline (CEQA & CEQA- Plus) and Addendum No. 1 for the Mesa Lift Station and Force Main, City of Beaumont • Etiwanda Intervalley Water Quality & Water Resiliency Project (CEQA & CEQA-Plus), Jurupa Community Services District • Benedict Reservoir and Armstrong Booster Station Project, Jurupa Community Services District • Addendum No. 1 to the Supplemental EIR/EIS for the Riverside-Corona Feeder Project, Western Municipal Water District • Eastside Water Treatment Facility Expansion and Brine Pipeline Project (CEQA and CEQA-Plus), City of Chino • Recycled Water Expansion (CEQA & CEQA-Plus) and Addendum Nos. 1, 2, 3, and 4, Jurupa Community Services District EMWD As-Needed Project List • Grand Avenue Lakeland Village Sewer Extension, Elsinore Valley Municipal Water District • Ranspot & Peeler Waterline Replacement, Elsinore Valley Municipal Water District • CEQA for EVMWD District Building Improvements, Elsinore Valley Municipal Water District • CEQA & Regulatory Permits for Rice Canyon Reservoir, Elsinore Valley Municipal Water District • Irwin and Linda Vista Reservoirs and Transmission Mains, Golden State Water Company • Master Sewer and Water Plan, Jurupa Community Services District • Sky 2 Sewer Lift Station Conversion, Jurupa Community Services District • Northern Feeder Pipeline, Jurupa Community Services District • Recycled Water Expansion, Jurupa Community Services District • JCSD and RPU Intertie Pipeline - IS/MND, Jurupa Community Services District • Mission Inn Booster Pumping Station - CEQA Services, City of Riverside City and County Projects Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 57 Eliza Laws Air Quality Practice Leader EDUCATION BS, Environmental Sciences University of California, Riverside AFFILIATIONS Association of Environmental Professionals (AEP) YEARS OF EXPERIENCE 18 YEARS AT WEBB 18 Eliza Laws is an Air Quality Practice Leader with WEBB’s Environmental Services Department. Eliza assists public and private clients in the preparation and approval of environmental and planning documents. During her consulting career, Eliza successfully prepared or directed the preparation and processing of environmental documents under both the California Environmental Quality Act (CEQA) and National Environmental Quality Act (NEPA) for public and private clients. She has been responsible for all aspects of these projects including research, data collection and analysis, report writing, quality assurance/quality control review, preparation of distribution lists, direction of public noticing, project management, preparation of technical studies related to air quality, greenhouse gas (GHG), and health risk assessments, direction of technical studies, representation at public meetings and hearings, and agency and client coordination. Eliza also specializes in processing environmental documents through Caltrans District 8 in accordance with the Caltrans Local Assistance Procedures Manual and is knowledgeable of the policies and procedures required to obtain CEQA/NEPA approval. With strong communication and analytical skills, as well as a proven ability to take over large projects with minimal disruption to clients, Eliza maintains excellent client relationships. She offers experience with high profile and controversial studies, as well as the ability to work effectively and collaboratively within the increasingly complex regulatory and environmental context of development in southern California - helping to provide clients with solutions, strategies, and feasible alternatives for complex projects. • Madison Street from Avenue 50 to Avenue 52 Project • Jackson Storm Drain Evaluation • Goodman Commerce Center Air Quality Analysis, Health Risk Assessment, and Greenhouse Gas Analysis, City of Eastvale • Mira Loma Commerce Center Air Quality Analysis, Health Risk Assessment, and Greenhouse Gas Analysis, City of Mira Loma • Menifee Valley Minor Ranch Air Quality Analysis and EIR, City of Menifee • Cable Ski-Wakeboard Park MND, City of Lake Elsinore • Ayala Drive Street and Traffic Signal Improvement Project, IS/MND, City of Rialto • Snow Drop Road, Street Improvements, Initial Study/Mitigated Negative Declaration, County of San Bernardino, Special Districts • Yucaipa Low Flow Water Crossings, Environmental Permitting & Technical Studies, City of Yucaipa • Oak Glen Road Air Quality Analysis, City of Yucaipa Public Works Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 58 Eliza Laws Air Quality Practice Leader • Perris Valley Storm Drain Trail, Phase 2 - Environmental Documentation - Environmental Documentation, City of Perris • Walmart Expansion Air Quality Analysis and EIR, City of Riverside • Duke Warehouse at Perris Boulevard and Markham Street EIR, City of Perris • Ryan Bonaminio Park at Tequesquite Arroyo EIR, City of Riverside Park Recreation & Community Services DepartmentCEQA for EVMWD District Building Improvements, Elsinore Valley Municipal Water District • Rice Canyon Pipeline and Reservoir, Elsinore Valley Municipal Water District • Irwin and Linda Vista Reservoirs and Transmission Mains, Golden State Water Company • Master Sewer and Water Plan, Jurupa Community Services District • Mission Inn Booster Pumping Station - CEQA Services, City of Riverside • Riverside Corona Feeder, EIR/EIS, Western Municipal Water District • Benedict Reservoir - IS/MND, Jurupa Community Services District • Wastewater Treatment Plant and Brine Line - MND, City of Beaumont • Recycled Water Expansion, Jurupa Community Services District • JCSD and RPU Intertie Pipeline - IS/MND, Jurupa Community Services District Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 59 SCE TRTP Segment 8, Chino Hills - Michael served as the Land Survey Lead of the TRTP SEG 8 Chino Hills Project. WEBB’s scope of work for this project was to provide the civil engineering work associated with undergrounding of the TRTP Segment 8 transmission lines. The project was very complex and involved grading in hilly terrain, between houses, through parks, a golf course, and across many public roads. The project included many environmental constraints which WEBB incorporated into project plans and specifications by working closely with SCE environmental team and consultant. The work included designing construction access roads along the 3.5 mile duct banks between two proposed transition stations generally located from just east of Pipeline Avenue to just west of Canon Lane in the City of Chino Hills. The purpose of the construction access road (width varied between 11.5 to 33.5-FT) was to facilitate excavation of duct banks trenches and installation of conduits. WEBB designed erosion control plans and measures associated with construction access roads to ensure no erosion or sediment flow into the natural drainages and streams. Michael Johnson, LLS, is the Practice Area Leader of WEBB’s Land Survey & Mapping Department. Michael has years of experience in all aspects of surveying from initial project coordination and research, performing survey data adjustments and analysis, to overseeing and providing construction staking through final as-built and ALTA surveys. Michael trained and supervised several field crews including technical office and support staff. From entitlement to field survey and construction to delivery of a completed product, Michael has the knowledge and experience to provide the entire range of services any municipal, private development, or construction company has come to expect. As part of the private and public sector of development, Michael gained experience with subdivisions, retail centers, commercial distribution centers, pipelines, tank site & reservoir projects, mass grading and hillside slope projects, hospitals, schools, training facilities for fire & police, highways, channels, parking structures, and many others. Michael is responsible for providing technical support, survey analysis, overseeing field work and management for specific projects, and field data processing and adjustments, among many other duties. He provides his expertise and broad range of skills for solutions to complex and large scale projects. REGISTRATIONS Licensed Land Surveyor 7673 (CA) EDUCATION AS, Mathematics, Riverside Community College AFFILIATIONS California Land Surveyors Association (CLSA) YEARS OF EXPERIENCE 38 YEARS AT WEBB 24 Michael E. Johnson, LLS Land Survey Practice Area Leader Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 60 WEBB also designed the restoration and the permanent access road plans to be implemented right after the completion of duct banks construction to restore the ground surface as close to the pre-construction condition as possible. Archibald Avenue and Schleisman Road Ultimate Intersection Improvements, Eastvale – Michael served as the land survey lead for the Archibald Avenue and Schleisman Road Intersection Improvements to the ultimate design configuration per the General Plan. Archibald Avenue and Schleisman Road are both Urban Arterial roads with 152-FT ultimate right-of-way width typical sections. The design included expanded intersection widths to allow for right- turn pockets, dual left turn lanes in all directions, and raised medians. A new traffic signal and signing and striping was also designed and installed per Riverside County Standards. Existing SCE Poles along the west side of Archibald Avenue also had to be relocated to allow for the widening of Archibald Avenue. This was done through a Joint Use Agreement (JUA) between the County of Riverside and SCE since SCE had prior rights along this section of Archibald Avenue. Jason was responsible for the coordination of plans between three developers (Lewis, Richland, & Capital Pacific Homes), processing of Plans through the County of Riverside, and obtaining approvals for construction. Case Road Sewer, Eastern Municipal Water District - Michael served as Land Surveyor on the WEBB Team that prepared the project feasibility study, which analyzed two different options. The first was the Beaumont option which expands and upgrades treatment at the City’s WWTP. For this option three different WWTP configurations were evaluated. In addition, options were explored to dispose of waste brine from the advanced treatment system. The second option was to consolidate treatment with YVWD and deliver all wastewater flow there. For each option detailed cost estimates were developed taking into account capital cost and O&M costs. In the end the City Council selected the Beaumont option. The preliminary design includes the preparation of 20%-30% plans for both the WWTP expansion as well as a 23-mile brine disposal pipeline connecting to the IEBL in San Bernardino. Dillon Road Water Main Replacement, Coachella Valley Water District - Michael provided Land Survey and Mapping Services for the WEBB Team responsible for designing a domestic water transmission main system providing a reliable water supply to the District’s service area located northeast of Sun City Palm Desert in Riverside County near the community of Indio Hills. Currently, this County service area, Improvement District 18, is an isolated pressure zone located near the end of the Sky Valley Domestic Water System, which has limited supply capacity between BS 04701 and R 4711. The approximately 4.2 mile alignment travels from BS 04701 located near the intersection of Dillon Road and Western Avenue to R 4711 which is 800-FTnorth of the intersection of 30th Avenue and Sunny Rock Road. Construction of the pipeline occurred on the north shoulder of Dillon Road to match the Phase 1 project. Michael Johnson, LLS Land Survey Practice Area Leader Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 61 Jon Ros, LLS Land Surveyor Jon Ros, LLS, is a Professional Land Surveyor with WEBB’s Land Survey and Mapping Department. He is a project surveyor with years of land surveying experience. His responsibilities include field to finish data management utilizing various cad platforms, analysis of survey data, preparation of land title descriptions and exhibits, right-of-way engineering for Caltrans, the preparation of maps (subdivision), title documents, reports, earthwork calculation, project exhibits, and survey crew preparation and scheduling. Jon worked on a variety of projects including altas, the subdivision of land, property acquisition, and the preparation of records of survey. He is proficient in the use of several CAD platforms such Terramodel, AutoCAD Civil 3D, and MicroStation & InRoads. REGISTRATIONS Licensed Land Surveyor 8723 (CA) EDUCATION AS, Survey and Mapping Science California State Polytechnic University, Pomona BS, Electrical Engineering California State Polytechnic University, Pomona AFFILIATIONS Geographical Information Systems (GIS) California Land Surveyors Association (CLSA) Riverside/San Bernardino Local CLSA Chapter YEARS OF EXPERIENCE 24 YEARS AT WEBB 13 Washington Street Turn Lanes, City of La Quinta - WEBB prepared Plans, Specifications, and Cost Estimates (PS&E), and contract bid documents for the Washington Street Dual Left Turn at Avenue 48 and Washington Street Dedicated Right Turn at Eisenhower Drive to increase traffic capacity in this area of La Quinta. These projects required preparation of street improvement, traffic signal modification, and signing & striping plans. In addition, the project also required utility coordination and relocation, removal and replacement of landscaping, and preparation of legals and plats for additional right-of-way. Palm Canyon Crosswalk, City of Palm Springs - As the Community Engineer for this 3,600-acre private community that serves a population of approximately 14,000 residents, WEBB is responsible for planning, design, construction management, and development of the traffic management program for all associated roadways and trails. This community has over 50 miles of roadways and trails. The trail system is a combination of Class I and Class II trails that wind throughout the community similarly to the Whitewater Channel Bike Trail. This system is used by the residents of Canyon Lake to access the amenities throughout the community including over ten parks, 18-hole golf course, equestrian center, community lodge, beaches, and backbone roads. WEBB provides construction management, inspection, civil engineering, design, and environmental permitting services for all facilities including the Association’s 15 parks and recreation facilities. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 62 Andres Lopez Manager of Field Operations EDUCATION AS, Drafting and Design ITT Technical Institute AFFILIATIONS California Land Surveyors Association (CLSA) YEARS OF EXPERIENCE 17 YEARS AT WEBB 9 Andres Lopez is Manager of Field Operations with WEBB’s Land Surveying and Mapping Department. With extensive experience and expertise in the field, Andres plays a pivotal role in coordinating and scheduling in-house survey requests from engineering and general contractors. In his role, Andres demonstrates exceptional organizational abilities, ensuring that projects are executed smoothly and efficiently. He is responsible for overseeing the entire process, from initial coordination to final delivery. His keen attention to detail and strong communication skills enable him to effectively collaborate with clients, ensuring their needs are met and expectations exceeded. One of Andres’ key responsibilities is the preparation and review of construction calculations and cut sheets. He meticulously analyzes project requirements and employs his technical proficiency to generate accurate and comprehensive documentation, laying the foundation for successful construction operations. Andres excels in preparing base mapping and alignment surveys, as well as conducting topographic surveys. Through the utilization of advanced surveying techniques and equipment, he collects precise data to create highly detailed and reliable survey reports. His expertise extends to post- processing GPS data using Trimble Business Center, ensuring accuracy and integrity in positioning information. Additionally, Andres specializes in creating control networks, establishing the foundation for geospatial referencing and spatial accuracy within projects. His proficiency in control network creation contributes to the overall success of surveying and mapping operations, providing essential reference points for subsequent data collection and analysis. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 63 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 64 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 65 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 66 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 67 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 68 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 69 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 70 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 71 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D EXHIBIT “D” FEE SCHEDULE Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D FEE SCHEDULE OVERHEAD AND FEE RATE Audited Overhead Rate * must be supportable under an audit PERCENTAGE Fee Percentage * fee percentage applied to the cost of work CLASSIFICATION/TITLE UNBURDENDED HOURLY RATE FULLY BURDENED HOURLY RATE (Rate + OH + Fee) Principal II $103.50 $310.38 Principal I $81.50 $244.40 Senior III $69.50 $208.42 Senior II $66.50 $199.42 Senior I $63.50 $190.43 Associate III $55.50 $166.43 Associate II $51.00 $152.94 Associate I $46.00 $137.95 Assistant V $42.00 $125.95 Assistant IV $40.00 $119.95 Assistant III $37.00 $110.96 Assistant II $31.50 $94.46 Assistant I $23.50 $70.47 Project Coordinator $31.50 $94.46 Administrative Assistant III $27.00 $80.97 Administrative Assistant II $23.50 $70.47 Administrative Assistant I $21.00 $62.98 2-Person Survey Party $125.00 $374.85 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D 30 EXHIBIT “E” EXECUTIVE ORDER N-6-22 CERTIFICATION Executive Order N-6-22 issued by Governor Gavin Newsom on March 4, 2022, directs all agencies and departments that are subject to the Governor’s authority to (a) terminate any contracts with any individuals or entities that are determined to be a target of economic sanctions against Russia and Russian entities and individuals; and (b) refrain from entering into any new contracts with such individuals or entities while the aforementioned sanctions are in effect. Executive Order N-6-22 also requires that any contractor that: (1) currently has a contract with the City of Palm Springs funded through grant funds provided by the State of California; and/or (2) submits a bid or proposal or otherwise proposes to or enter into or renew a contract with the City of Palm Springs with State of California grant funds, certify that the person is not the target of any economic sanctions against Russia and Russian entities and individuals. The contractor hereby certifies, SUBJECT TO PENALTY FOR PERJURY, that a) the contractor is not a target of any economic sanctions against Russian and Russian entities and individuals as discussed in Executive Order N-6-22 and b) the person signing below is duly authorized to legally bind the Contractor. This certification is made under the laws of the State of California. Signature: Printed Name: Dilesh Sheth Title: Senior Vice President Firm Name: Albert A. Webb Associates Date: October 16, 2024 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 8/28/2024 License # 0757776 (951) 779-8558 (951) 231-2572 25674 Albert A. Webb Associates 3788 McCray Street Riverside, CA 92506 19437 A 1,000,000 X P-630-8W805292-TIL-24 9/1/2024 9/1/2025 300,000 $0 Deductible 5,000 1,000,000 2,000,000 2,000,000 1,000,000A X BA-9T94622A-24-43-G 9/1/2024 9/1/2025 A X UB-4J648178-24-43-G 9/1/2024 9/1/2025 1,000,000 Y 1,000,000 1,000,000 B Professional Liab.031711122 9/1/2024 Ded $150k/EaClaim 1M 2,000,000 The City of Palm Springs, its officials, employees, and agents are Additional Insured's with regard to the General Liability policy per the attached endorsement form CGD379 02/19, CGT100 02/19 (pg. 16), Primary & Non-Contributory wording included. Additional Insured applies with regard to the Auto Liability policy per the attached endorsement form CAT353 02/15. Primary & Non-Contributory applies with regard to the Auto Liability policy per the attached endorsement form CAT474 02/16. Waiver of Subrogation applies with regard to the Workers' Compensation policy per the attached endorsement form WC990376(A). Should the policies be cancelled before the expiration date, Hub International Insurance Services Inc. (Hub), independent of any rights which may be afforded within the policies to the certificate holder named below, will provide to such certificate holder notice of such cancellation within thirty (30) days of the SEE ATTACHED ACORD 101 City of Palm Springs Dept of Public Works and Engineering 3200 E Tahquitz Canyon Way Palm Springs, CA 92262 ALBEAWE-01 SGONZALEZ HUB International Insurance Services Inc. PO Box 5345 Riverside, CA 92517 Kristie Koehrer cal.cpu@hubinternational.com Travelers Property Casualty Company of America Lexington Insurance Company X 9/1/2025 X X X X X X X Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. HUB International Insurance Services Inc. ALBEAWE-01 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance License # 0757776 0 SEE P 1 Albert A. Webb Associates 3788 McCray Street Riverside, CA 92506 SEE PAGE 1 SGONZALEZ 1 Description of Operations/Locations/Vehicles: cancellation date, except in the event the cancellation is due to non-payment of premium, in which case Hub will provide to such certificate holder notice of such cancellation within ten (10) days of the cancellation date. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR ARCHITECTS, ENGINEERS AND SURVEYORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE – This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A.Non-Owned Watercraft – 75 Feet Long Or Less H.Blanket Additional Insured – Governmental Entities – Permits Or Authorizations Relating ToB.Who Is An Insured – Unnamed Subsidiaries PremisesC.Who Is An Insured – Retired Partners, Members, I.Blanket Additional Insured – GovernmentalDirectors And Employees Entities – Permits Or Authorizations Relating ToD.Who Is An Insured – Employees And Volunteer OperationsWorkers – Bodily Injury To Co-Employees, Co- J.Incidental Medical MalpracticeVolunteer Workers And Retired Partners, Members, Directors And Employees K.Medical Payments – Increased Limit E.Who Is An Insured – Newly Acquired Or Formed L.Amendment Of Excess Insurance Condition – Limited Liability Companies Profess ional Liability F.Blanket Additional Insured – Controlling Interest M.Blanket Waiver Of Subrogation – When Required By Written Contract Or AgreementG.Blanket Additional Insured – Mortgagees, Assignees, Successors Or Receivers N.Contractual Liability – Railroads PROVISIONS uses or is responsible for the use of a watercraft that you do not own that is:A. NON-OWNED WATERCRAFT – 75 FEET (1)75 feet long or less; andLONG OR LESS (2)Not being used to carry any person1.The following replaces Paragraph (2)of or property for a charge;Exclusion g.,Aircraft, Auto Or Watercraft, in Paragraph 2.of SECTION I –B. WHO IS AN INSURED – UNNAMED COVERAGES – COVERAGE A – BODILY SUBSIDIARIES INJURY AND PROPERTY DAMAGE The following is added to SECTION II – WHO ISLIABILITY:AN INSURED: (2)A watercraft you do not own that is:Any of your subsidiaries, other than a partnership(a)75 feet long or less; and or joint venture, that is not shown as a Named (b)Not being used to carry any person Insured in the Declarations is a Named Insured or property for a charge;if: 2.The following replaces Paragraph 2.e.of a.You are the sole owner of, or maintain an SECTION II – WHO IS AN INSURED:ownership interest of more than 50% in, such subsidiary on the first day of the policye.Any person or organization that, with period; andyour express or implied consent, either CG D3 79 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 1 of 6 Includes co py righted material of Insurance Services Office, Inc. with its permission. Albert A. Webb Associates Policy Number: P-630-8W805292-TIL-24 Policy Period: 09/01/2024 to 09/01/2025 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D COMMERCIAL GENERAL LIABILITY Unless you are in the business or occupationb.Such subsidiary is not an insured under of providing professional health caresimilar other insurance. services, Paragraphs (1)(a),(b),(c)and (d)No such subsidiary is an insured for "bodily above do not apply to "bodily injury" arisinginjury" or "property damage" that occurred, or out of providing or failing to provide first aid"personal and advertising injury" caused by an or "Good Samaritan services" by any of youroffense committed:retired partners, members, directors or a.Before you maintained an ownership interest "employees", other than a doctor. Any such of more than 50% in such subsidiary; or retired partners, members, directors or "employees" providing or failing to provideb.After the date, if any, during the policy period first aid or "Good Samaritan services" duringthat you no longer maintain an ownership their work hours for you will be deemed to beinterest of more than 50% in such subsidiary.acting within the scope of their employmentFor purposes of Paragraph 1.of Section II – Who by you or performing duties related to theIs An Insured, each such subsidiary will be conduct of your business.deemed to be designated in the Declarations as:(2)"Personal injury": a.A limited liability company;(a)To you, to your current or retired b.An organization other than a partnership,partners or members (if you are ajoint venture or limited liability company; or partnership or joint venture), to your current or retired members (if you are ac.A trust; limited liability company), to your otheras indicated in its name or the documents that current or retired directors orgovern its structure."employees" while in the course of his or her employment or performing dutiesC. WHO IS AN INSURED – RETIRED PARTNERS, related to the conduct of your business,MEMBERS, DIRECTORS AND EMPLOYEES or to your other "volunteer workers"The following is added to Paragraph 2.of while performing duties related to theSECTION II – WHO IS AN INSURED:conduct of your business; Any person who is your retired partner, member,(b)To the spouse, child, parent, brother or director or "employee" that is performing services sister of that current or retired partner, for you under your direct supervision, but only for member, director, "employee" or "volunteer worker" as a consequence ofacts within the scope of their employment by you Paragraph (2)(a)above;or while performing duties related to the conduct of your business. However, no such retired (c)For which there is any obligation to partner, member, director or "employee" is an share damages with or repay someone else who must pay damages because ofinsured for: the injury described in Paragraph (2)(a) (1)"Bodily injury":or (b)above; or (a)To you, to your current partners or (d)Arising out of his or her providing ormembers (if you are a partnership or failing to provide professional health carejoint venture), to your current members services.(if you are a limited liability company) or (3)"Property damage" to property:to your current directors; (a)Owned, occupied or used by; or(b)To the spouse, child, parent, brother or sister of that current partner, member or (b)Rented to, in the care, custody or controldirector as a consequence of Paragraph of, or over which physical control is(1)(a)above;being exercised for any purpose by; (c)For which there is any obligation to you, any of your retired partners, membersshare damages with or repay someone or directors, your current or retiredelse who must pay damages because of "employees" or "volunteer workers", anythe injury described in Paragraph (1)(a) current partner or member (if you are aor(b)above; or partnership or joint venture), or any current(d)Arising out of his or her providing or member (if you are a limited liabilityfailing to provide professional health care company) or current director.services. Page 2 of 6 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D3 79 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D COMMERCIAL GENERAL LIABILITY D. WHO IS AN INSURED – EMPLOYEES AND organization will be deemed to be VOLUNTEER WORKERS – BODILY INJURY designated in the Declarations as: TO CO-EMPLOYEES, CO-VOLUNTEER a.A limited liability company;WORKERS AND RETIRED PARTNERS, b.An organization other than a partnership,MEMBERS, DIRECTORS AND EMPLOYEES joint venture or limited liability company;The following is added to Paragraph 2.a.(1)of orSECTION II – WHO IS AN INSURED: c.A trust;Paragraphs (1)(a),(b)and (c)above do not as indicated in its name or the documentsapply to "bodily injury" to a current or retired co-that govern its structure."employee" while in the course of the co- "employee's" employment by you or performing F. BLANKET ADDITIONAL INSURED – duties related to the conduct of your business, or CONTROLLING INTEREST to "bodily injury" to your other "volunteer 1.The following is added to SECTION II –workers" or retired partners, members or WHO IS AN INSURED:directors while performing duties related to the Any person or organization that has financialconduct of your business.control of you is an insured with respect toE. WHO IS AN INSURED – NEWLY ACQUIRED liability for "bodily injury", "property damage"OR FORMED LIMITED LIABILITY COM PANIES or "personal and advertising injury" that The following replaces Paragraph 3.of arises out of: SECTION II – WHO IS AN INSURED:a.Such financial control; or 3.Any organization you newly acquire or form,b.Such person's or organization'sother than a partnership or joint venture, and ownership, maintenance or use ofof which you are the sole owner or in which premises leased to or occupied by you.you maintain an ownership interest of more The insurance provided to such person orthan 50%, will qualify as a Named Insured if organization does not apply to structuralthere is no other similar insurance available alterations, new construction or demolitionto that organization. However:operations performed by or on behalf of sucha.Coverage under this provision is person or organization.afforded only: 2.The following is added to Paragraph 4.of(1)Until the 180th day after you acquire SECTION II – WHO IS AN INSURED:or form the organization or the end This paragraph does not apply to anyof the policy period, whichever is premises owner, manager or lessor that hasearlier, if you do not report such financial control of you.organization in writing to us within 180 days after you acquire or form it;G. BLANKET ADDITIONAL INSURED – or MORTGAGEES, ASSIGNEES, SUCCESSORS OR RECEIVERS(2)Until the end of the policy period, when that date is later than 180 days The following is added to SECTION II – WHO ISafter you acquire or form such AN INSURED:organization, if you report such Any person or organization that is a mortgagee,organization in writing to us within assignee, successor or receiver and that you180 days after you acquire or form it; have agreed in a written contract or agreementb.Coverage A does not apply to "bodily to include as an additional insured on thisinjury" or "property damage" that Coverage Part is an insured, but only withoccurred before you ac quired or formed respect to its liability as mortgagee, assignee,the organization; and successor or receiver for "bodily injury", "property c.Coverage B does not apply to "personal damage" or "personal and advertising injury" and advertising injury" arising out of an that: offense committed before you acquired a.Is "bodily injury" or "property damage" thator formed the organization.occurs, or is "personal and advertising injury" For the purposes of Paragraph 1.of Section caused by an offense that is committed, II – Who Is An Insured, each such CG D3 79 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D COMMERCIAL GENERAL LIABILITY subsequent to the signing of that contract or openings, sidewalk vaults, elevators, street agreement; and banners or decorations. b.Arises out of the ownership, maintenance or I. BLANKET ADDITIONAL INSURED – use of the premises for which that GOVERNMENTAL ENTITIES – PERMITS mortgagee, assignee, successor or receiver OR AUTHORIZATIONS RELATING TO is required under that contract or agreement OPERATIONS to be included as an additional insured on The following is added to SECTION II – WHO ISthis Coverage Part.AN INSURED: The insurance provided to such mortgagee,Any governmental entity that has issued a permitassignee, successor or receiver is subject to the or authorization with respect to operationsfollowing provisions:performed by you or on your behalf and that you a.The limits of insurance provided to such are required by any ordinance, law, building code mortgagee, assignee, successor or receiver or written contract or agreement to include as an will be the minimum limits that you agreed to additional insured on this Coverage Part is an provide in the written contract or agreement, insured, but only with respect to liability for or the limits shown in the Declarations, "bodily injury", "property damage" or "personal whichever are less. and advertising injury" arising out of such operations.b.The insurance provided to such person or organization does not apply to:The insurance provided to such governmental entity does not apply to:(1)Any "bodily injury" or "property damage" that occurs, or any "personal and a.Any "bodily injury", "property damage" oradvertising injury" caused by an offense "personal and advertising injury" arising outthat is committed, after such contract or of operations performed for theagreement is no longer in effect; or governmental entity; or (2)Any "bodily injury", "property damage" or b.Any "bodily injury" or "property damage""personal and advertising injury" arising included in the "products-completedout of any structural alterations, new operations hazard".construction or demolition operations J. INCIDENTAL MEDICAL MALPRACTICEperformed by or on behalf of such 1.The following replaces Paragraph b.of themortgagee, assignee, successor or definition of "occurrence" in thereceiver. DEFINITIONS Section:H. BLANKET ADDITIONAL INSURED – b.An act or omission committed inGOVERNMENTAL ENTITIES – PERMITS OR providing or failing to provide "incidentalAUTHORIZATIONSRELATING TO PREMISES medical services", first aid or "GoodThe following is added to SECTION II – WHO IS Samaritan services" to a person, unlessAN INSURED:you are in the business or occupation of providing professional health careAny governmental entity that has issued a permit services.or authorization with respect to premises owned or occupied by, or rented or loaned to, you and 2.The following replaces the last paragraph of that you are required by any ordinance, law,Paragraph 2.a.(1)of SECTION II – WHO IS building code or written contract or agreement to AN INSURED: include as an additional insured on this Unless you are in the business or occupationCoverage Part is an insured, but only with of providing professional health carerespect to liability for "bodily injury", "property services, Paragraphs (1)(a),(b),(c)and (d)damage" or "personal and advertising injury"above do not apply to "bodily injury" arisingarising out of the existence, ownership, use,out of providing or failing to provide: maintenance, repair, construction, erection or (a)"Incidental medical services" by any ofremoval of any of the following for which that your "employees" who is a nurse,governmental entity has issued such permit or nurse assistant, emergency medicalauthorization: advertising signs, awnings,technician, paramedic, athletic trainer,canopies, cellar entrances, coal holes,audiologist, dietician, nutritionist,driveways, manholes, marquees, hoist away Page 4 of 6 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D3 79 02 19 Includes co py righted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D COMMERCIAL GENERAL LIABILITY that is available to any of your "employees"occupational therapist or occupational for "bodily injury" that arises out of providingtherapy assistant, physical therapist or or failing to provide "incidental medicalspeech-language pathologist; or services" to any person to the extent not(b)First aid or "Good Samaritan services"subject to Paragraph 2.a.(1)of Section II –by any of your "employees" or "volunteer Who Is An Insured.workers", other than an employed or volunteer doctor. Any such "employees"K. MEDICAL PAYMENTS – INCREASED LIMIT or "volunteer workers" providing or failing The following replaces Paragraph 7.ofto provide first aid or "Good Samaritan SECTION III – LIMITS OF INSURANCE:services" during their work hours for you 7.Subject to Paragraph 5.above, the Medicalwill be deemed to be acting within the scope of their employment by you or Expense Limit is the most we will pay under performing duties related to the conduct Coverage C for all medical expenses of your business.because of "bodily injury" sustained by any one person, and will be the higher of:3.The following replaces the last sentence of Paragraph 5.of SECTION III – LIMITS OF a.$10,000; orINSURANCE: b.The amount shown in the Declarations ofFor the purposes of determining the this Coverage Part for Medical Expenseapplicable Each Occurrence Limit, all related Limit.acts or omissions committed in providing or failing to provide "incidental medical L. AMENDMENT OF EXCESS INSURANCE services", first aid or "Good Samaritan CONDITION – PROFESSIONAL LIABILITYservices" to any one person will be deemed The following is added to Paragraph 4.b.,to be one "occurrence".Excess Insurance, of SECTION IV –4.The following exclusion is added to COMMERCIAL GENERAL LIABILITYParagraph2.,Exclusions, of SECTION I –CONDITIONS: COVERAGES – COVERAGE A – BODILY This insurance is excess over any of the otherINJURY AND PROPERTY DAMAGE insurance, whether primary, excess, contingentLIABILITY:or on any other basis, that is ProfessionalSale Of Pharmaceuticals Liability or similar coverage, to the extent the "Bodily injury" or "property damage" arising loss is not subject to the professional services out of the violation of a penal statute or exclusion of Coverage A or Coverage B. ordinance relating to the sale of M. BLANKET WAIVER OF SUBROGATION –pharmaceuticals committed by, or with the WHEN REQUIRED BY WRITTEN CONTRACTknowledge or consent of the insured.OR AGREEMENT5.The following is added to the DEFINITIONS The following is added to Paragraph 8.,TransferSection: Of Rights Of Recovery Against Others To Us,"Incidental medical services" means:of SECTION IV – COMMERCIAL GENERAL a.Medical, surgical, dental, laboratory, x-LIABILITY CONDITIONS: ray or nursing service or treatment,If the insured has agreed in a written contract oradvice or instruction, or the related agreement to waive that insured's right offurnishing of food or beverages; or recovery against any person or organization, we b.The furnishing or dispensing of drugs or waive our right of recovery against such personmedical, dental, or surgical supplies or or organization, but only for payments we makeappliances.because of: 6.The following is added to Paragraph 4.b.,a."Bodily injury" or "property damage" thatExcess Insurance, of SECTION IV –occurs; orCOMMERCIAL GENERAL LIABILITY b."Personal and advertising injury" caused byCONDITIONS: an offense that is committed;This insurance is excess over any valid and subsequent to the signing of that contract orcollectible other insurance, whether primary, excess, contingent or on any other basis,agreement. CG D3 79 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D COMMERCIAL GENERAL LIABILITY N. CONTRACTUAL LIABILITY– RAILROADS 1.The following replaces Paragraph c.of the definition of "insured contract" in the DEFINITIONS Section: c.Any easement or license agreement; 2.Paragraph f.(1)of the definition of "insured contract" in the DEFINITIONS Section is deleted. Page 6 of 6 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D3 79 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D COMMERCIAL GENERAL LIABILITY 4. Other Insurance (ii)That is insurance for "premises damage";If valid and collectible other insurance is available to (iii)If the loss arises out of thethe insured for a loss we cover under Coverages A maintenance or use of aircraft,or B of this Coverage Part, our obligations are "autos" or watercraft to the extentlimited as described in Paragraphs a.and b.below. not subject to any exclusion in thisAs used anywhere in this Coverage Part, other Coverage Part that applies toinsurance means insurance, or the funding of aircraft, "autos" or watercraft;losses, that is provided by, through or on behalf of: (iv)That is insurance available to a(i)Another insurance company;premises owner, manager or (ii)Us or any of our affiliated insurance companies,lessor that qualifies as an insured except when the Non cumulation of Each under Paragraph 4.of Section II – Occurrence Limit provision of Paragraph 5.of Who Is An Insured, except when Section III – Limits Of Insurance or the Non Paragraph d.below applies; or cumulation of Personal and Advertising Injury (v)That is insurance available to anLimit provision of Paragraph 4.of Section III –equipment lessor that qualifies asLimits of Insurance applies because the an insured under Paragraph 5.ofAmendment – Non Cumulation Of Each Section II – Who Is An Insured,Occurrence Limit Of Liability And Non except when Paragraph d.belowCumulation Of Personal And Advertising Injury applies.Limit endorsement is included in this policy; (b)Any of the other insurance, whether(iii)Any risk retention group; or primary, excess, contingent or on any (iv)Any self-insurance method or program, in other basis, that is available to the which case the insured will be deemed to be insured when the insured is an the provider of other insurance.additional insured, or is any other insured that does not qualify as aOther insurance does not include umbrella named insured, under such otherinsurance, or excess insurance, that was bought insurance.specifically to apply in excess of the Limits of (2)When this insurance is excess, we willInsurance shown in the Declarations of this have no duty under Coverages A or B toCoverage Part. defend the insured against any "suit" if anyAs used anywhere in this Coverage Part, other other insurer has a duty to defend theinsurer means a provider of other insurance. As insured against that "suit". If no otherused in Paragraph c.below, insurer means a insurer defends, we will undertake to do so,provider of insurance.but we will be entitled to the insured's rights against all those other insurers.a. Primary Insurance (3)When this insurance is excess over otherThis insurance is primary except when insurance, we will pay only our share of theParagraphb.below applies. If this insurance is amount of the loss, if any, that exceeds theprimary, our obligations are not affected unless sumof:any of the other insurance is also primary. (a)The total amount that all such otherThen, we will share with all that other insurance insurance would pay for the loss in theby the method described in Paragraph c.below, absence of this insurance; andexcept when Paragraph d.below applies. (b)The total of all deductible and self-b. Excess Insurance insured amounts under all that other (1)This insurance is excess over:insurance. (4)We will share the remaining loss, if any,(a)Any of the other insurance, whether with any other insurance that is notprimary, excess, contingent or on any described in this Excess Insuranceother basis: provision and was not bought specifically to(i)That is Fire, Extended Coverage,apply in excess of the Limits of InsuranceBuilder's Risk, Installation Risk or shown in the Declarations of this Coveragesimilar coverage for "your work";Part. CG T1 00 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page15 of21 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Albert A. Webb Associates Policy Number: P-630-8W805292-TIL-24 Policy Period: 09/01/2024 to 09/01/2025 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a.The statements in the Declarations are accurate and complete;If all of the other insurance permits contribution by equal shares, we will follow this method also.b.Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c.We have issued this policy in reliance uponlimit of insurance or none of the loss remains,your representations.whichever comes first.The unintentional omission of, or unintentional errorIf any of the other insurance does not permit in, any information provided by you which we reliedcontribution by equal shares, we will contribute upon in issuing this policy will not prejudice yourby limits. Under this method, each insurer's rights under this insurance. However, this provisionshare is based on the ratio of its applicable limit does not affect our right to collect additionalof insurance to the total applicable limits of premium or to exercise our rights of cancellation orinsurance of all insurers.nonrenewalin accordance with applicable insurance d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7. Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, andagreement that the insurance afforded to an any rights or duties specifically assigned in thisinsured under this Coverage Part must apply on Coverage Part to the first Named Insured, thisa primary basis, or a primary and non-insurance applies:contributory basis, this insurance is primary to a.As if each Named Insured were the onlyother insurance that is available to such insured Named Insured; andwhich covers such insured as a named insured, b.Separately to each insured against whom claimand we will not share with that other insurance, is made or "suit" is brought.provided that: 8. Transfer Of Rights Of Recovery Against Others(1)The "bodily injury" or "property damage" for To Uswhich coverage is sought occurs; and If the insured has rights to recover all or part of any(2)The "personal and advertising injury" for payment we have made under this Coverage Part,which coverage is sought is caused by an those rights are transferred to us. The insured mustoffense that is committed;do nothing after loss to impair them. At our request,subsequent to the signing of that contract or the insured will bring "suit" or transfer those rightsagreement by you.to us and help us enforce them. 5. Premium Audit 9. When We Do Not Renew a.We will compute all premiums for this Coverage If we decide not to renew this Coverage Part, we willPart in accordance with our rules and rates.mail or deliver to the first Named Insured shown in b.Premium shown in this Coverage Part as the Declarations written notice of the nonrenewaladvance premium is a deposit premium only. At not less than 30 days before the expiration date.the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficientthe earned premium for that period and send proof of notice.notice to the first Named Insured. The due date SECTION V – DEFINITIONSfor audit and retrospective premiums is the date shown as the due date on the bill. If the sum of 1."Advertisement" means a notice that is broadcast or the advance and audit premiums paid for the published to the general public or specific market policy period is greater than the earned segments about your goods, products or services premium, we will return the excess to the first for the purpose of attracting customers or Named Insured.supporters. For the purposes of this definition: c.The first Named Insured must keep records of a.Notices that are published include material the information we need for premium placed on the Internet or on similar electronic computation, and send us copies at such times means of communication; and as we may request.b.Regarding websites, only that part of a website 6. Representations that is about your goods, products or services for the purposes of attracting customers orBy accepting this policy, you agree: supporters is considered an advertisement. Page16 of21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Albert A. Webb Associates Policy Number: BA-9T94622A-24-43-G Policy Term: 09/01/2024 to 09/01/2025 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2.The following is added to Paragraph B.5.,Other Insurance of SECTION IV – BUSINESS AUTO1.The following is added to Paragraph A.1.c., Who CONDITIONS:Is An Insured, of SECTION Il – COVERED AUTOS LIABILITY COVERAGE:Regardless of the provisions of paragraph a. and This includes any person or organization who you paragraph d. of this part 5. Other Insurance, this are required under a written contract or insurance is primary to and non-contributory with agreement between you and that person or applicable other insurance under which an organization, that is signed by you before the additional insured person or organization is the "bodily injury" or "property damage" occurs and first named insured when the written contract or that is in effect during the policy period, to name agreement between you and that person or as an additional insured for Covered Autos organization, that is signed by you before the Liability Coverage, but only for damages to which "bodily injury" or "property damage" occurs and this insurance applies and only to the extent of that is in effect during the policy period, requiresthat person's or organization's liability for the this insurance to be primary and non-contributory.conduct of another "insured". CA T4 74 02 16 ú 2016 The Travelers Indemnity Company. All rights reserved.Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Albert A. Webb Associates Policy Number: BA-9T94622A-24-43-G Policy Term: 09/01/2024 to 09/01/2025 Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ONE TOWER SQUARE HARTFORD CT 06183 ENDORSEMENT WC 99 03 76 ( A) - 003 POLICY NUMBER: UB-4J648178-24-43-G ST ASSIGN: Page 1 of 1 DATE OF ISSUE: 09-1-23 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT –CALIFORNIA (BLANKET WAIVER) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. The additional premium for this endorsement shall be mium. 2.00 % of the California workers' compensation pre- Schedule Job Description Person or Organization ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. ARCHITECTURAL SERVICES This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Insured Policy No. Endorsement No. Premium Insurance Company Countersigned by 09/01/2024-09/01/2025 Albert A. Webb Associates UB-4J648178-24-43-G Docusign Envelope ID: ACE2980E-E64A-40C9-BCEE-C293CF64487D