Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24P381 - Engineering Resources of Southern California, Inc.
CONTRACT 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 Engineering Resources of Southern California, Inc. John M. Brudin, PE, President mbrudin@erscinc.com On-Call Civil Engineering Services NTE $5,000,000 3 years (with 2 one year options) On file John M. Brudin, mbrudin@erscinc.com Moe Ahmadi, mahmadi@erscinc.com Engineering Services Joel Montalvo / Anthony Acosta X8740 November 21, 2024, Item 1MM 24P381 N/A Yes Yes Yes Department N/A No Agreement and Insurance are attached. N/A 12/02/2024 Vonda Teed Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Page 1 of 18 CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT 24P381 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 Engineering Resources of Southern California, Inc. (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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: John M. Brudin, PE, 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: Engineering Resources of Southern California, Inc. Attention: John M. Brudin, PE, President 1861 W. Redlands Blvd. Redlands, CA 92373 Telephone: (909) 890-1255 X103 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Page 18 of 18 SIGNATURE PAGE TO AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND ENGINEERING RESOURCES OF SOUTHERN CALIFORNIA, INC. 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 12/2/2024 12/3/2024 12/3/2024 EXHIBIT “A” SCOPE OF SERVICES Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 EXHIBIT “B” REQUEST FOR QUALIFICATIONS Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 EXHIBIT “C” CONSULTANT'S SIGNED PROPOSAL Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Proposal to Provide On-Call Civil Engineering Services Submitted: October 16, 2024 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Table of Contents Cover Letter Section A: Firm Qualifications & Experience Section B: Team Qualifications Section C: Project Understanding & Scope of Work Section D: Financial Responsibility Section E: Attachments Resumes Forms 1 3 12 15 22 24 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Local Office:1861 W. Redlands Blvd.Redlands, CA 92373(909) 890-1255, info@erscinc.com Evaluation Period Contact:Lori Askew Project Manager(909) 890-1255 x110laskew@erscinc.com 1861 W. Redlands Blvd. | Redlands, CA 92373(909) 890-1255 | info@erscinc.com | www.erscinc.com October 16, 2024 City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 RE: Proposal to Provide On-Call Civil Engineering Services ear Memďers of tŚe Evaluation CommiƩee, Engineering Resources of ^outŚern California, /nc. (ER^C) is Ɖleased to Śave tŚe oƉƉortunitLJ to suďmit our ƋualiĮcations to tŚe CitLJ of Palm ^Ɖrings (CitLJ) as a ƋualiĮed, exƉerienced consultant to Ɖrovide On-Call Civil Engineering ^ervices. Based uƉon our review of tŚe R&Y and extensive knowledge in all civil engineering disciƉlines, we Śave develoƉed a tŚorougŚ understanding of tŚe scoƉe of services tŚe CitLJ is reƋuesting and are ƉreƉared to Ɖrovide outstanding service to tŚe CitLJ. Our team memďers ďring in-deƉtŚ knowledge of tŚe Ɖolicies and Ɖrocedures uniƋue to tŚe CitLJ. We Śave craŌed our ƉroƉosal to ŚigŚligŚt our exƉertise and knowledge of local Ɖrocedures and tŚe cŚallenges in delivering outstanding service to Palm ^Ɖrings͛ staī, citinjens, and stakeŚolders. ER^C was founded in 1996 to Ɖrovide engineering services to tŚe Ɖuďlic sector. &or 28 LJears, tŚe Įrm Śas delivered Civil Engineering, Plan CŚecking, and related services to Cities tŚrougŚout ^outŚern California, including several cities in tŚe CoacŚella salleLJ and tŚe City of Palm Springs. Our ƉroƉosed team is currentlLJ serving tŚe CitLJ in ƉreƉaring Engineering ocuments for tŚe owntown Park Water &eatures, calculations for a Parking ^tructure, and various surveLJ tasks for a Parcel MaƉ ƉreƉaration ʹ all under tŚe current On-Call Contract. We ŚoƉe to continue ďuilding on our lasting relationsŚiƉs witŚ tŚe staī, local stakeŚolders, and construction Ɖrofessionals Ɖoised to sŚaƉe tŚe CitLJ͛s future. ER^C͛s goal is to maintain tŚe continuitLJ of our knowledge of Palm ^Ɖrings͛ current Ɖrojects, Ɖrocesses, and standards to apply to future assignments. Key Personnel:oŚn ͞MaƩ͟ Brudin, P.E. - PrinciƉal-in-CŚarge MaƩ Brudin will serve as ER^C͛s PrinciƉal-in-CŚarge during tŚe term of a Ɖotential agreement witŚ tŚe CitLJ. MaƩ Śas served tŚe CitLJ since 2000 on several diīerent Ɖrojects. Over 1,000 Plan CŚecks, numerous street imƉrovement Ɖrojects, drainage Ɖrojects, and storm drain Ɖrojects Śave all ďeen comƉleted ďLJ ER^C for tŚe CitLJ under MaƩ͛s suƉervision and guidance. WitŚ MaƩ leading tŚe ER^C team, tŚe CitLJ will ďeneĮt from over 20 LJears of knowledge in tŚe CitLJ ďLJ Ɖroviding design guidance, YAͬYC, and industrLJ exƉertise to tŚe ERSC team. Lori Askew, Project Manager Lori Askew will serve as ER^C͛s ProjectͬContract Manager during tŚe term of a Ɖotential agreement witŚ tŚe CitLJ. ^Śe Śas over 30 LJears of Civil Engineering design and Ɖroject management exƉerience in Puďlic Works Ɖrojects, Śaving sƉent 18 LJears in MuniciƉal government emƉloLJ. ^ince joining tŚe ER^C team four LJears ago, sŚe Śas successfullLJ managed contracts sucŚ as tŚis one and Śad direct involvement in tŚe CitLJ͛s ^urveLJ for tŚe Planja dŚeater Project and AA /mƉrovements at tŚe ^E corner of E. Palm CanLJon r. and ^tevens Rd. BotŚ Ɖrojects fall under tŚe existing On-Call Civil Engineering ^ervices Contract. dŚe CitLJ can ďe conĮdent tŚat tŚis Ɖroject will ďe executed under tŚe suƉervision and guidance of ŚigŚlLJ trained Ɖrofessionals under Lori͛s leadersŚiƉ. ER^C understands tŚat tŚe CitLJ wants to select tŚe Įrm tŚat ďest Įts its goals. /n selecting ER^C, tŚe CitLJ will ďeneĮt from our exƉerience serving numerous municiƉal agencies and our familiaritLJ witŚ all civil engineering disciƉlines as our Įrm focuses solelLJ on tŚe Ɖuďlic sector and Ɖuďlic works Ɖrojects. We are conĮdent in our aďilities to go aďove and ďeLJond to deliver an exceƉtional Ɖroject. /n selecting ER^C, tŚe CitLJ will ďeneĮt from tŚe following: •&amiliaritLJ Ͷ ER^C Śas continuouslLJ served numerous municiƉal agencies, including tŚe CitLJ of Palm ^Ɖrings, in diīerent caƉacities since 2000. Our Project Manager Śas intimate knowledge of tŚe workings of multiƉle municiƉalities. •Palm ^Ɖrings Ͷ ^ƉeciĮc <nowledge ʹ dŚrougŚ 2ϰ LJears of serving tŚe CitLJ, our deam Śas ďecome familiar witŚ tŚe manLJ nuances of working in Palm ^Ɖrings and tŚe surrounding Region. •ExƉerience Ͷ ER^C regularlLJ ƉarticiƉates in Ɖrojects tŚat include tŚe scoƉe items identiĮed in tŚis R&Y, is familiar witŚ all civil engineering disciƉlines, and focuses solelLJ on tŚe Ɖuďlic sector and Ɖuďlic works Ɖrojects. •ProximitLJ Ͷ ER^C͛s Palm esert office is just minutes from CitLJ ,all. dŚis nearďLJ location will allow for ease of coordination in anLJ Ɖotential Ɖroject. •PartnersŚiƉs Ͷ ER^C Śas worked closelLJ witŚ tŚe Ɖartners listed in tŚis ƉroƉosal and selected tŚem ďased on exƉertise and exƉerience in tŚe disciƉline. 1 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 1861 W. Redlands Blvd. | Redlands, CA 92373(909) 890-1255 | info@erscinc.com | www.erscinc.com I have read, understood, and agree to all statements in the Request for Qualifications, as well as the terms, conditions, and attachments referenced in the RFP, and acknowledge receipt of Q & A Sets Nos. 1-6. ERSC has reviewed and takes no exceptions to the Professional Services Agreement attached to the RFP. This proposal shall be valid for a period of not less than one hundred twenty (120) days from the date of submittal. We look forward to the possibility of continuing to work with the City of Palm Springs and thank you for the opportunity to submit this proposal. If you have any questions or require additional information, please contact me at mbrudin@erscinc.com or (909) 890-1255, ext. 103. I am authorized to bind ERSC in a potential agreement with the City. Respectfully submitted, John M. Brudin, PE Lori Askew President Project Manager 2 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Section A: Firm Qualifications & Experience 3 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section A: Firm Qualifications & Experience Executive Summary Engineering Resources of Southern California, Inc. (ERSC) was formed in 1996 with the asset purchase of NBS/Lowry, Inc. Since formation, ERSC has been committed to serving Special Districts, Regional Agencies, and Municipalities in Southern California’s public sector. Our team provides a comprehensive set of professional services and solutions for the life of any potential project. ERSC Reliability Our 28-year service record is a testimony to the quality of services we provide. Many of our clients continue to seek our services, and have done so since our first year of business. ERSC has also developed significant financial resources and organizational efficiencies that allow us to consistently exceed client expectations. Professional & General Liability $1.0m Per Occurrence; $2.0m Aggregate Automobile $1.0m Combined Single Limit Worker’s Comp Maintained as Required by Law ERSC Insurance Coverage LevelsVital Information CA Corporation 28 Years in Business 40 Employees FEIN: 33-0718153 CA DIR: 1000017460 Project Contact Lori Askew Project Manager Phone: (909) 890-1255 Fax: (909) 890-0995 laskew@erscinc.com Corporate Officers John M. Brudin, PE - President Moe Ahmadi, PE - Vice President Trent Brudin, PE - Secretary Craig Brudin - Treasurer Our Locations San Bernardino County (Headquarters) 1861 W. Redlands Blvd. Redlands, CA 92373 Southwest Riverside County 41593 Winchester Rd., Ste. 200 Temecula, CA 92590 Coachella Valley 77-564 Country Club Dr. Palm Desert, CA 92211 R P T Local Expertise ERSC has served Coachella Valley clients since the first year of business in 1996. The firm has also maintained an office in the Coachella Valley continuously since beginning operations. ERSC is a qualified local business as defined by the City. We have completed the local vendor preference documentation and attached our current City of Palm Springs Business License. Our Coachella Valley office location: 77-564 Country Club Dr. Ste. 128 Palm Desert, CA 92211 Litigation ERSC has not filed any claims or had any claims filed against the firm in the last 5 years and is not involved in any pending litigation that may affect its ability to provide its proposed solution or ongoing support of its services. Nor has it been disciplined in the last five (5) years as a Consultant by any government body or professional association. Safety Ensuring project safety is paramount and overriding. In 28 years of business, ERSC has not suffered a workplace injury, and we intend to hold contractors to the same standards by adhering to contractor and City injury and illness prevention programs where appropriate and applicable Cal/OSHA standards, rules, regulations, and orders. ERSC Professionals The strength behind ERSC is our qualified and experienced engineers, designers, construction observation personnel, and administrative support staff. We excel at matching the exceptional skills, technical abilities, character, and attitude of our team members to the needs of our clients. ERSC staff works daily to create client partnerships and transform projects from the broadest level of general scope to final planning, design, implementation, and construction resolution. Many ERSC professionals have experience as municipal and public agency employees and can approach your project with first-hand knowledge of agency culture and how any agency envisions the planning and processing of a well-executed project. SubconsultantsAragon Geotechnical, Inc. Aragon Geotechnical, Inc. (AGI) is a successor to Medall, Aragón Geotechnical Inc., formally renamed in 2009 and now led by a secondgeneration principal, Carlos Fernando Aragón. AGI’s office and full-service laboratory, located in Riverside, California provide geotechnical engineering, geology, special inspections and materials testing services for public and private agencies throughout Southern California. AGI is a Disadvantaged Business Enterprise (DBE) and Small Business Enterprise (SBE) certified by the State of California and committed to providing geotechnical, geological, materials testing, and inspection services with a high degree of professional excellence and proficiency. The personnel within AGI collectively have decades of experience, enabling public and private clients to draw from a 4 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section A: Firm Qualifications & Experience pool of talented professionals in the fields of geotechnical engineering, engineering geology, hydrogeology, earthquake engineering, pavement design and testing, concrete and steel inspections and testing, non-destructive testing and specialized inspection services. Staff regularly attend scientific conferences to stay abreast of cutting-edge technologies and new developments in their fields of experience. Community Works Design Group, LLC Community Works Design Group is a full-service landscape architecture firm with a wide range of in-house capabilities. While the breadth of skills under the CWDG roof is comparable to that of much larger firms, we intentionally maintain maximum staffing at 14 so that we can personally manage all projects. We believe in a deep personal commitment and involvement with your team on an ongoing basis throughout the life of the project. Community Works Design Group does what its name implies - it assists communities with the design of park projects that work. We come from “your side of the fence”. Scott Rice has served as the City Landscape Architect for City of Highland continuously since 2005. Additionally, our Senior Landscape Architect/ ISA Certified Arborist, Dan Burkhart, joined our team after serving as Senior Landscape Inspector for the City of Yorba Linda and our Director of Community Engagement/Senior Project Manager joined our team after serving as the Senior Park Planner for Riverside County Regional Park & Open-Space District. We offer a wide range of services for all of your landscape architectural and planning needs with the unique perspective of public sector experience. From project initiation to built environment assessments and improvements we have the expertise on our team to meet all of your needs. Terra Nova Planning & Research, Inc. Since the firm’s inception in 1984, Terra Nova has worked on a wide variety of municipal infrastructure projects, including CEQA, NEPA and permitting for numerous cities, town and public agencies. Current Terra Nova municipal clients include the Cities of Palm Springs, Cathedral City, Rancho Mirage, Palm Desert, Desert Hot Springs, La Quinta, the Town of Apple Valley and others. Other public agencies currently served include the Coachella Valley Water District, Desert Water Agency, College of the Desert, Coachella Valley Association of Governments, and others. Project experience include Coachella Valley Water District’s (CVWD) 17-mile Mid Valley Stormwater Channel Project, CVWD Coachella Valley Stormwater Channel Improvement Project-Thermal Reach, several Coachella Valley bridges (South Palm Canyon, Ramon Road, Vista Chino, Cathedral Canyon, Eldorado Drive), the College Park Specific Plan and EIR, the Museum Market Plaza Specific Plan/Downtown Palm Springs and EIR, and a variety of current planning projects. The firm also prepared the College of the Desert West Valley Campus Master Plan and EIR, the CV Link CEQA EIR/NEPA EA/Permitting and other projects. Terra Nova also provided planning and environmental services to the Agua Caliente Tribe, and is the planning firm of record for the Palm Springs Winter Park Authority. ERSC in Municipal Services ERSC provides specialized services to the public sector related to planning, design, and construction management of public works infrastructure. ERSC typically offers myriad services encompassing planning, design, survey, right-of-way engineering, construction management, inspection, constructibility review, and related City staff assistance for the construction of these diverse public works infrastructure and facilities. This statement of qualifications presents an overview of services and professional capabilities of ERSC in these specialized engineering disciplines that are specifically responsive to the requirements of the City of Palm Springs. Regulatory Experience As demonstrated in Section C of this proposal, ERSC has prior work experience with the utilities and regulatory agencies typically involved in public works developement projects like Americans with Disabilities Act (ADA), Caltrans, Greenbook, MUTCD, RCFC & WCD, RCA/MSHCP, CDFW, USACOE, County of Riverside, City of Palm Springs and others. Out team is adept at making contact early in the project and gathering insights into processes necessary for obtaining permits. Our subconsultant relationships also ease navigation of agency procedures as they “speak the language” of the agency. Related Projects Plan Checking and Project Management: Under an on-call professional services agreement, ERSC provides plan and map checking for development planned within the City. Specific tasks include reviewing improvement plans (including sewer plans), final subdivision maps, and other survey-related documents prepared by design consultants for accuracy, completeness, and conformance to local codes, ordinances, and design standards. During ERSC’s tenure providing plan checking services, our firm has completed over 2,150 individual plan reviews. Matt Brudin has been the Project Manager and Plan Check team member since 2002. ADA Ramp Improvements: ERSC was contracted to provide professional surveying services related to the preparation of design topography for non-ADA-compliant sidewalk at the southeast corner of N. Palm Canyon Dr. and E. Stevens Rd. adjacent to the existing building located at 1492 N. Palm Canyon Dr. Parcel Map for City Property: ERSC provided professional surveying services to split city- ON-CALL ENGINEERING & PLAN CHECK SERVICES, CITY OF PALM SPRINGS, CAProject Term: 2001 - Ongoing | Contract Value (to date): $8M Rick Minjares, Engineering Associate (760) 323-8299 rick.minjares@palmspringsca.gov Michael Lytar, Associate Civil Engineer, PE (760) 902-4861 mike.lytar@PalmSpringsca.gov Joel Montalvo, MPA, PE City Engineer (760) 322-8339 joel.montalvo@PalmSpringsca.gov 5 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section A: Firm Qualifications & Experience ERSC Project Team:John M. Brudin,PEMoe Ahmadi, PEReza Toorzani, PELori AskewCraig Brudin, QSPRobert Righetti Stephen Wilson, QSD/CPESCKatherine HernandezRobert Ollerton, PLSCraig Brudin, QSPJazz Goodie Diana Shay, Project Manager (760) 323-8260 diana.shay@PalmSpringsca.gov Aaron Bergeson, Project Manager (760) 567-9520 aaron.bergeson@PalmSpringsca.gov Alberto Gradilla, Project Manager (760) 323-8253 alberto.gradilla@palmspringsca.gov Andrew Crider, P.E., Senior Civil Engineer (760) 323-8253 andrew.crider@palmspringsca.gov owned land on the west side of Gene Autry Trail near the City’s Wastewater Treatment Plant. about a quarter mile south of Mesquite Avenue. Via Parcel Map, the City will create two parcels of roughly equal size. ERSC prepared the parcel map in compliance with the Subdivision Map Act and the Riverside County Map Preparation Manual and in accordance with the City’s zoning ordinance. Right of Way Location Survey Tachevah and Sunrise: ERSC was contracted to provide professional surveying services related to the location of public Right-of-Way (ROW) at the southwest corner of the intersection of Tachevah Drive and Sunrise Way. Work included conducting the records research, field survey, ROW marking, and preparation of the required Record of Survey. Downtown Fountain Design: ERSC was contracted to provide design development, contract documents, permitting, and services during construction for water system repairs at Downtown Park. An incident involving a motor vehicle caused damage to a second level perimeter wall. Our team conducted a field visit to access the limits of damage and repair, base sheet preparation, structural analysis and recommendations, and the development of plans, specification and estimate for use during the selection of a Contractor. Palm Springs Parking Structure: ERSC was contracted to provide professional engineering services related to required structural repairs to a wall at the Palm Springs Parking Structure. ERSC provided plans and details to construct the improvements with consideration to the existing improvements nearby. Survey for Plaza Theater: ERSC was contracted to provide professional surveying and mapping services related to the location of an existing easement recorded upon a property known as Plaza Theater located at 128 S. Palm Canyon Drive. ERSC crews located the subject property line and monumented both south and north easement lines at the ROW. PSP Airport Baggage Claim: ERSC was contracted to conduct a geotechnical investigation and improvements for the Palm Springs International Airport (PSP) Baggage Claim Expansion project located generally adjacent to the north and east sides of the existing baggage claim and rental car structure. The project consists of an approximately 10,000 sq. ft. expansion of the existing baggage claim and rental car structure at Palm Springs International Airport. Staking - CP 08-25 Ramon Road Widening: ERSC was contracted to provide construction staking for power pole relocation at Landau Blvd and Ramon Rd as part of the Ramon Rd Widening Project. Airport Drainage Outfall Mitigation: ERSC was contracted to prepare a drainage mitigation study report to evaluate the drainage deficiencies at the outfall of the City of Palm Springs International Airport and to provide mitigation construction plans, specifications, and cost estimates. MDP Lateral 20C is planned to intercept flows at East Alejo Road and convey them storm drain along El Cielo Road to Ramon Road. The mitigation will potentially include sizing and reconstructing the outfall structure to convey flows through East Alejo Road to El Cielo Road in a historic manner. City Project 19-15 (CP19-15) involved the construction of master drainage plan facilities in Ramon Road and Farrell Drive. Each facility is part of the revised Master Drainage Plan for the City of Palm Springs (MDP) dated November 1982. Line 20 originates at Tahquitz Creek and exit along El Cielo drive to its intersection with Ramon Road. Catch basins located on Ramon Road and El Cielo Drive indicate short extensions of Line 20 and Lateral 20C west and north along each roadway. Plans, specifications and estimates (PS&E) prepared for CP19-15 guided the installation of reinforced concrete box and various diameter reinforced concrete pipe storm drains in Ramon Road from El Cielo Drive to Farrell Drive and in Farrell Drive from Ramon Road to Tahquitz Canyon Way. Catch basins associated with Line 20 will intercept street flows at critical locations and locations where existing down and under drains require elimination and potential nuisance flows could enter the public right-of-way. Submittals of PS&E and supporting calculations were dictated by the Riverside County Flood Control and Water Conservation District Drafting Manual. CP 19-15 MDP LINE 20, CITY OF PALM SPRINGS, CAProject Term: 2019 - Ongoing | Contract Value (to date): $301,050 ERSC Project Team:John M. Brudin, PEMoe Ahmadi, PEReza Toorzani, PE Isaac GomezStephania Hernandez, EIT Michael Lytar, Associate Civil Engineer, PE (760) 902-4861 Mike.Lytar@PalmSpringsca.gov Joel Montalvo, MPA, PE City Engineer (760) 322-8339 joel.montalvo@PalmSpringsca.gov 6 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section A: Firm Qualifications & Experience The Haystack Channel is located along the north side of Haystack Road between State Route 74 (SR 74) and Portola Avenue in the City of Palm Desert. The existing flood control facility includes two distinct reaches with individual issues and concerns. The City of Palm Desert has issued a contract for the analysis of each reach and the development alternative designs to replace a nuisance water drain system in the reach from SR 74 to Heliotrope Drive and bank erosion and sediment control from Heliotrope Drive to Portola Avenue. The scope of work provides for the development of hydrology calculations, hydraulic analysis of the existing condition, analysis of existing culverts at Alamo Road, Heliotrope Drive and Portola Avenue, alternative development and analysis, preparation of project costs and recommendations. After review and input form the city, final plans, specifications, and estimates will be provided for the preferred alternative. HAYSTACK CHANNEL REHABILITATION, CITY OF PALM DESERT CAProject Term: 2022 - Ongoing | Contract Value (to date): $433,142 ERSC Project Team:John M. Brudin, PEMoe Ahmadi, PEReza Toorzani, PE Travis Moffatt, EITStephania Hernandez, EIT Ryan Gayler, Project Manager(760) 346-0611 rgayler@cityofpalmdesert.org Consistent rainfall during the rainy season resulted in the failure of the rock slope protection downstream of the existing spillway. As a result, a major portion of the slope protection collapsed into the basin and the slope failed undermining a significant portion of the spillway crest. The work also included hydrology analysis of approximately 519 acres of drainage watershed, development of a unit hydrograph tributary to Mid-Valley Channel, flood routing through the existing drainage channels and Section 29 Retention Basin, hydraulic analysis for design and reconstruction of the rock slope protection, spillway, forensic analysis to investigate the cause of the failure, produce contract documents guiding the repair of the Section 29 Basin and an 18-inch basin inlet. There was an existing 12-inch sewer line under the basin spillway that was also impacted and required to be relocated. There were three alternatives developed for the repair of the Section 29 Retention Basin. The recommended alternative was based on maximizing discharge through the primary basin inlet, minimizing impacts to the existing 12-inch sanitary sewer, minimizing impacts to the Mid-Valley Channel, eliminate or minimize future threat of slope failure at the spillway and primary basin inlet and the construction cost. SECTION 29 STORMWATER BASIN, CITY OF PALM DESERT CAProject Term: 2011-13 | Contract Value: $62,270 ERSC Project Team:John M. Brudin, PEMoe Ahmadi, PE Reza Toorzani, PEIsaac Gomez Ryan Gayler, Project Manager(760) 346-0611 rgayler@cityofpalmdesert.org Master planned facilities were verified, and appurtenant facilities were sized through the development of design report consisting of hydrology and hydraulic calculations supporting the facility sizes in the contract documents. Hydrology consisting of synthetic unit hydrograph and rational method calculations were reviewed, evaluated and amended as necessary. The City of Palm Desert contracted ERSC to provide professional design and engineering services for the North Sphere Fire Station Offsite Improvements project. Our team prepared street improvement plans, specifications, and estimates prepared for improvements constructed along the south side of Gerald Ford Drive, between Cook Street and Paseo del Corazon. The improvements consisted of roadway widening for the installation of curb, gutter, sidewalk, asphalt pavement, signage, and striping in addition to a new traffic signal at the location of the new Fire Station (FS102). Work also included a raised median in areas where it is currently missing and landscaping in the median. NORTH SPHERE FIRE STATION OFFSITE IMPROVEMENTS, CITY OF PALM DESERT CAProject Term: 2023 - Ongoing | Contract Value (to date): $548,508 ERSC Project Team:John M. Brudin, PELori AskewTrent Brudin, PE Katherine HernandezCraig Brudin, QSPMarcus Popa, EIT Lucero Leyva, Project Manager(760) 346-0611lleyva@cityofpalmdesert.org 7 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section A: Firm Qualifications & Experience ERSC has provided as needed development plan check services to the Coachella Valley Water District since 2020. ERSC staff regularly review water, wastewater, recycled water, and storm drainage improvements submitted as a part of development activities in the District. ERSC is responsible for plan check for adherence to CVWD preference and design development manual specifications. ERSC has reviewed improvements to be operated and maintained by the District of over 25 large tract developments to date. DEVELOPMENT PLAN CHECK SERVICES, COACHELLA VALLEY WATER DISTRICT, PALM DESERT, CA Project Term: 2020 - Ongoing | Contract Value: $100,000 (to date) ERSC Project Team:John M. Brudin, PECraig Brudin, QSP Jeff Wall, PEJohn Ward Tommy Fowlkes Development Services Supervisor Coachella Valley Water District (760) 398-2661 ext.3535 tfowlkes@cvwd.org ERSC was contracted by the City of La Quinta to assist the cities of La Quinta, Indian Wells, and Palm Desert to modify the intersection at Washington Street and Fred Waring Drive in an attempt to achieve a level of service (LOS) E or better, at peak hours during peak season. A left-turn lane in each direction at this intersection provides the Cities with more vehicular safety by reducing the number of cars intending to turn left in the through lanes. This project is expected to contribute to a reduction in speeding, running reds, passing, changing lanes, and traffic jams. We provided a detailed project description, plans, bid schedules, bid item descriptions, payment methods, engineer’s estimate, special provisions, technical specifications, and any specification detail sheets and/or relevant standard plans. WASHINGTON STREET AT FRED WARING DRIVE TRIPLE LEFT TURN LANES, CITY OF LA QUINTA, CA Project Term: 2019-21 | Contract Value: $164,813 ERSC Project Team:John M. Brudin, PETrent Brudin, PE Bryan McKinney, PE, City Engineer(760) 777-7045bmckinney@laquintaca.gov ERSC has served the City of Also Viejo as an on-call engineering consultant since 2015, significant assignments have included: Traffic Fiber Optic Master Plan: Administrative work includes project management, supervision, and technical guidance for all tasks. Staff will also maintain project correspondence and status reports. Technical design services will include system inventory, data collection, GIS asset review, compilation of service target locations, field audit, equipment audit and a review of carrier services. ERSCs team will also perform a needs assessment of the broadband infrastructure. The Master Plan developed during this effort will be an evolving, longterm planning document that establishes the framework and key elements of Aliso Viejo’s fiber network. Aliso Viejo Ranch Lot Line Adjustment: ERSC provided services to the City related to the boundary survey and Lot Line Adjustment for Aliso Viejo Ranch and the Laguna Audubon HOA. ERSC teams performed work to adjust property boundaries to correctly reflect the City and HOA responsibilities for parkway maintenance. Aliso Viejo City Limits Survey Documents: ERSC completed work requested by the City to ensure the City Limits were accurately depicted in a submittal to LAFCO. ERSC would review the current boundaries, prepare horizontal calculations based on the legal description, and prepare Autocad and Shapefile for use in City’s GIS System. Various Pavement Rehabilitation Projects: Under ERSC’s current and previous contracts with the City, staff have assisted in preparing PS&E for various pavement rehabilitation projects. Scope typically includes grind and overlay, ADA ramp improvements, bus pads, traffic signal improvements, CalTrans permitting, and signing and striping improvements. Notable projects include: • Aliso Creek Road - Wolverine Way to Alicia Parkway • Aliso Creek Road - SR73 to Enterprise Way • Deerhurst, Foxborough, Wolverine Streets • Pacific Park Street Rehabilitation • Enterprise Way Rehabilitation • Alicia Parkway Rehabilitiation ON-CALL ENGINEERING SERVICES, CITY OF ALISO VIEJOProject Term: 2013 - Ongoing | Contract Value (to date): $573,000 ERSC Project Team:Trent Brudin, PE Moe Ahmadi, PEErik Howard, PE, PLSCraig Brudin, QSP Stephania Hernandez, EITTravis Moffatt, EITNathan Shae, EITKatherine Hernandez Shaun S. Pelletier, PE, Public Works Director/City Engineer(949) 425-2533 spelletier@cityofalisoviejo.com Quang Le, PE, Associate Engineer 949-425-2531 qle@avcity.org 8 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section A: Firm Qualifications & Experience ERSC has served the City of Fontana as an on-call engineering consultant since 2021, significant assignments have included: Arrow Blvd and Cypress Ave Traffic Signal: Under an on-call agreement with the City of Fontana, ERSC partnered with STC Traffic to complete a project that will fully signalize the intersection of Arrow Blvd. and Cypress Ave. The intersection will be reconstructed to its ultimate width; 104 foot right of way and 80 foot curb to curb for Arrow Blvd; and 64 foot right of way and 44 foot curb to curb width for Cypress Ave. Curb returns for all corners will be designed at 35 foot radii. Southridge Dog Park East and Southridge Dog Park West: The City of Fontana contracted ERSC to provide professional engineering services for the preparation of construction drawings related to Southridge Dog Park East and Southridge Dog Park West. The planned improvements consist of grading for both properties, construction of the parking lots, including Americans with Disabilities Act (ADA) compliant parking, walkways throughout the park spaces, and installation of ADA-compliant driveways and signing and striping plans as applicable for the driveway approaches. Date Elementary Street Widening/Improvements: The City of Fontana contracted ERSC to provide professional engineering services for the Date Elementary School Street Improvement Project. The project facilitated the construction of sidewalk along Fontana Avenue between Athol Street and Merrill Avenue and on the southside of Merrill Avenue from Fontana Avenue westerly for around 350’ to currently existing sidewalk. The sidewalk provides a safe walking surface for pedestrians where they were previously forced to walk within the vehicular travel lanes or dirt shoulder. The street section was designed to be constructed with asphalt pavement, concrete curb and gutter, and concrete sidewalk. Improvements also included access ramps conforming to current ADA standards, street signing and striping, which will include a Class II bike lane, and traffic signal modifications at Fontana Avenue and Merrill Avenue. ON-CALL ENGINEERING SERVICES, CITY OF FONTANA, CAProject Term: 2021 - Ongoing | Contract Value (to date): $380,787 ERSC Project Team:John M. Brudin, PELori AskewErik Howard, PE, PLSCraig Brudin, QSP,QSD Travis Moffatt, EITKatherine HernandezZoey Dunmire Sid Lambert(909) 350-7678slambert@fontana.org Steve McGuffey(909) 350-7678smcguffey@fontana.org 5th St/Greenspot Rd Bikeway Improvements | Project Term: 2013-19 | Contract Value: $143,860ERSC provided engineering and construction services for the City’s widening of 5th Street/Greenspot road and bikeway improvements. As the City completed the new Greenspot Bridge over the Santa Ana River, it was necessary to widen the road and the old iron bridge would be access restricted to bicycle and pedestrian traffic. Upon completion 5th Street/Greenspot Road would be widened to accommodate 2 travel lanes in each direction with a painted center median and bike lanes. Total length of the widening was approximately 6,000LF. At Santa Ana Canyon Road, the Bikeway would be taken out of the Greenspot Road alignment and onto a new trail system. This trail includes a fully signed and striped bike/pedestrian trail that followed the previous alignment of Greenspot Road and the historic Iron Bridge at Santa Ana Canyon Road. As a part of the project, ERSC designed the trail, signing/striping, and 30 way finding signs/access points along the alignment. Tippecanoe Pavement Rehabilitation | Project Term: 2021 | Contract Value: $150,535ERSC provided professional engineering services related to Cooperative City/County Pavement Rehabilitation Project, str20003 pavement rehabilitation of five street reaches covering four streets. For Tippecanoe Avenue, existing AC and native material was pulverized in place, a portion of the pulverized material removed, cement added to the remaining pulverized material, followed by placement of HMA and RHMA for the reach from 3rd to 6th. Sector E Pavement Rehabilitation | Project Term: 2020-21 | Contract Value: $203,595ERSC was retained to provide engineering services related to the City’s proposed Pavement Management Program, Sector E, Pavement Rehabilitation, str20001. The City proposed rehabilitation of 15 streets in Sector E, located in the southeast portion of the City in an effort to complete implementation of its comprehensive 5-Year Pavement Management Program (PMP). The project is funded with SB – 1, local Measure I, and RAC grant funds. The scope of work also included design for features and/or replacements not yet identified nor quantified to protect the pavement investment from drainage damage and assure ADA compliance. Additionally, formal striping/marking plans were required for the single arterial street, Greenspot Road. A flood channel crossing of Webster Street is located in SBCFCD right-of-way, and therefore also entailed coordination/permitting from that agency. ERSC conducted site visits to assess condition/location of the drainage related issues and of ADA compliance issues concerning damaged or missing ramps. We contracted with a subconsultant geotechnical firm for a visual inspection of all streets and additional subsurface investigation for the single arterial, Greenspot Road. CITY OF HIGHLAND, CA ERSC Project Team:John M. Brudin, PETrent Brudin, PE Lori AskewBen Booth, PE Carlos Zamano, P.E.Assistant Public Works Director(909) 864-6861 czamano@cityofhighland.org 9 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section A: Firm Qualifications & Experience 2018-2019, 2019-2020 & 2020-2021 CDBG Pavement Improvement Projects | Project Term: 2018-22 | Contract Value: $95,442ERSC was retained to provide engineering services for two CDBG-funded projects, for years 2018-19 and 2019-20. Both projects involved site inspection, pavement evaluation, review of drainage and ADA issues and preparation of construction documents for rehabilitation and repair. That for ola2018-2019 involves two streets, Elmwood Road, from Baseline to Fisher Street (1,800 linear feet); and Walker Street from Sterling Avenue to East end, (960 linear feet). Ola 2019-2020 includes two streets also, Del Rosa Avenue from 4th Street to 5th Street (720 linear feet), and Elm Street, from 6th Street to 9th Street (2,040 linear feet). Funding was provided by the Community Development Block Grant Program (CDBG) administered by the County of San Bernardino Development and Housing Department. ERSC coordinated with a subconsultant firm to conduct field investigations and provide recommendations for pavement and rehabilitation methods and costs. The rehabilitation included repair of severely distressed areas by pavement removal and replacement, crack repair/seal, bump grind, edge repair, header cut and cold planing, repair of drainage issues that would compromise new paving, repair of soft or wet subgrade, and HMA overlay. 5th Street to City Creek Storm Drain Connection | Project Term: 2017-21 | Contract Value: $34,804ERSC was contracted to prepare documents needed for completion of the 72” storm drain from its current termination to a connection and outlet into City Creek. A 72” storm drain was constructed in 2013 in Greenspot Road and 5th Street from east of State Highway 210 with intent to discharge via connection to City Creek near an existing catch basin with a 24” outlet. However, clearances and permits were not secured from San Bernardino County at the time and construction was terminated near the south curb of 5th Street and the storm drain bulkheaded. Also required was implementation of a Habitat Conservation Plan (HCP), including SBKR exclusion fencing, salvage and replacement of topsoil to disturbed area, hydroseeding of the disturbed area, regular irrigation, and maintenance for three years. Under an on-call agreement, ERSC provides consulting engineering services including the preparation of plans, technical specifications and cost estimates for various Public Works and Parks/Buildings Capital Improvement Projects, including streets, traffic signal, storm drains, water, sewer and trail improvement projects; park improvements, community building improvements and/or replacement. Belgian Drive Waterline Replacement Project: ERSC is responsible for preparing project plans, providing an itemized engineer’s estimate, bid schedule, bid item descriptions, and project specifications for the Belgian Drive Waterline Replacement Project. Goals of the project include the installation of approximately 700 linear feet of new 12” Ductile Iron waterline within Belgian Drive between Corydon Avenue and Morgan Drive. The proposed waterline will replace the existing 10” water main within Belgian Drive. Bluff Street Waterline Replacement Project: ERSC is responsible for preparing project plans, providing an itemized engineer’s estimate, bid schedule, bid item descriptions, and project specifications for the Bluff Street Waterline Replacement Project. Project goals include the installation of approximately 5,000 linear feet of new 8” Ductile Iron waterline within Bluff Street between Stagecoach Drive and River Road. The proposed waterline will replace the existing 8” water main within Bluff Street. ON-CALL ENGINEERING SERVICES, CITY OF NORCO, CAProject Term: 2021 - Ongoing | Contract Value (to date): $280,000 ERSC Project Team:John M. Brudin, PEErik Howard, PE, PLSReza Toorzani, PE Moe Ahmadi, PETrent Brudin, PEKatherine Hernandez Chad Blais Director of Public Works (951) 270-5678 cblais@ci.norco.ca.us Under a single Engineering Services Agreement for Water and Sewer Capital Improvement Projects, ERSC is providing the design services for the following active projects: Sewer Capacity Improvement Project C-1: Project scope includes the upgrade of 3,022 feet to 15-inch pipe from existing 10-inch pipe. The project intends to allow additional capacity to the sewer system to allow and account for increased commercial and industrial development in this part of the City. The project is generally located in an industrial area around Hesperia Road and Nisqualli Road and generally has impacts on several distribution sites as well as some retail/gas stations. The existing line runs beneath a City owned railroad spur line. ERSC coordinated with the City for preferences on how to propose installing the new line. A jack and bore operation was determined to best suit the scenario and was included in the design. C1, C2, AND C3 SEWER REPLACEMENT PROJECTS, CITY OF VICTORVILLE, CAProject Term: 2017-22 | Contract Value: $405,796 ERSC Project Team:John M. Brudin, PEMoe Ahmadi, PEReza Toorzani, PE Trent Brudin, PETravis Moffatt, EIT Victor J. Fajardo, PE(760) 243-6311vfajardo@victorvilleca.gov 10 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section A: Firm Qualifications & Experience ERSC was contracted for the preparation of Plans, Specifications, and Cost Estimates (PS&E) for Soboba gravity sewer system and lift stations within Soboba Band of Luiseño Indians (SBLI) Reservation. SBLI has historically utilized underground septic tanks to provide wastewater treatment for most customers within the reservation. In addition, Eastern Municipal Water District (EMWD) currently provides wastewater collection and treatment services to the Soboba Springs Country Club, Soboba Fire Station, Indian Health Services Clinic, Economic Development Corporation (EDC) gas station/convenient store, Soboba Casino, and the residential property in the surrounding area. Our work focuses on the development of alignment and preparation of construction plans for an alternative which collects the wastewater flows from the reservation to be conveyed to the EMWD sewer system for treatment. PS&E FOR SEWER COLLECTION SYSTEM AND LIFT STATIONS, SOBOBA BAND OF LUISEÑO INDIANS, SAN JACINTO, CAProject Term: 2023 - Ongoing | Contract Value: $1.4M ERSC Project Team:John M. Brudin, PEMoe Ahmadi, PEMarcus Popa, EIT Stephania Hernandez, EITKatherine Hernandez Kenneth McLaughlin Director of Public Works (951) 654-5544 kmclaughlin@soboba-nsn.gov C/O Mr. Ali Sahabi Optimum Group, Inc. asahabi@optimumgroupllc.com Sewer Capacity Improvement Project C-2: Project scope includes the upgrade of 1,748 feet to 15-Inch pipe from existing 8-inch pipe. The project is generally located in a residential area and crosses an existing golf course. The project is also contiguous to City sewer project C3 as well as a portion of the Structural Sewer Rehabilitation Project. This was important to note because turned out to be beneficial to include both items of work in the same project/contract. The C-2 project generally took place in easements, and only has impacts on a small segment of La Paz Drive as well as Arrowhead Drive. ERSC was able to coordinate with the City during design and make adjustments to the alignment and profile to avoid adjacent properties and an existing drainage course. Sewer Capacity Improvement Project C-3: Project scope includes upgrade of 6,550 of 18-inch pipe upgraded from 12-inch pipe. The project is generally located in residential areas and crosses a park in an easement. The City of Victorville has identified the potential to construct a new sewer main in the San Bernardino County Flood Control District’s (SBFCD) access road, next to the Oro Grande Wash from Hughes Road to Seneca Road. This relocation eliminates a series of existing lines that traverse several properties, which requires the abandonment of any existing easements. This requires coordination with several residences, and the new alignment will require coordination with SBFCD and their approval. Following contact with SBFCD, ERSC coordinated with the City and made several adjustments to the design. ERSC was directed by SBFCD to reach out to CDFW, RWQCB, and ACOE on portions of the project in the County R/W. ERSC submitted a biological assessment and jurisdictional delineation report to CDFW at their request. ERSC will proceed accordingly as the project progresses, while keeping the in consideration the City’s best interest. ERSC was contracted to provide professional engineering services for the design and construction of a dedicated 15-inch diameter Trunk Sewer. Said system, considered Phase 1 of a larger Trunk system effort, runs along Sycamore Avenue (between the 210 Freeway and Baseline Rd) and then along Baseline Road (between Sycamore Ave and Acacia Ave) totaling about 6,500± LF. The Trunk Sewer will parallel an existing 8-inch collector sewer system and serve to accept high flows from the Sycamore Ave Sewer Lift Station (currently undergoing separate upgrades), along with the potential for select/ strategic connections to intercept flows from said collector system. SYCAMORE AVENUE AND BASELINE ROAD TRUNK SEWER, CITY OF RIALTO WATER SERVICES/VEOLIA NORTH AMERICA, RIALTO, CAProject Term: 2023 - Ongoing | Contract Value: $135,500 ERSC Project Team:John M. Brudin, PETrent Brudin, PE Jazz Goodie Michelle Mcley, Project Manager – Capitol Program Management(562) 397-5706michelle.mcley@veolia.com 11 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Section B: Team Qualifications 12 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section B: Team Qualifications Director of Engineering/Principal Engineer Contract/Project Manager Lori Askew John M. Brudin, PE, QSP/QSD Principal in Charge Aragon Geotechnical, Inc. Geotechnical Engineering Community Works Design Group, LLC Landscape Architecture Terra Nova Planning & Research, Inc. Environmental/CEQA/NEPA Subconsultants Moe Ahmadi, PE Vice President Craig Brudin, QSP, QSD Director of Operations/ Sr. Engineering Associate Trent Brudin, PE, QSD Engineering Manager/Engineer V Reza Toorzani, PE Principal Engineer Ben Booth, PE Engineer V Stephania Hernandez, EIT Engineer IV Project Team Project Engineers Additional ERSC Team Travis Moatt, EIT Engineer III Nathan Shea, EIT Engineer II Marcus Popa, EIT Engineer I Katherine Hernandez Engineer III Zoey Dunmire Engineer I Robert Ollerton, PLS Principal Surveyor Erwin Fogerson, PE Sr. Principal Engineer Je Wall, PE Sr. Principal Engineer Robert Righetti Principal Engineer Isaac Gomez Engineer IV Mina Bishara Engineer V Steve Wilson Sr. Engineering Associate John Ward Sr. Engineering Associate Jazz Goodie Engineering Associate III Joseph Wilkins Engineering Associate III Gabriela Rodriguez Engineering Aide I ERSC Professionals The strength behind ERSC is our qualified and experienced engineers, designers, construction observation personnel, and administrative support staff. We excel at matching the exceptional skills, technical abilities, character, and attitude of our team members to the needs of our clients. ERSC staff works daily to create client partnerships and transform projects from the broadest level of general scope to final planning, design, implementation, and construction resolution. Many ERSC professionals have experience as municipal and public agency employees and can approach your project with first-hand knowledge of agency culture and how any agency envisions the planning and processing of a well-executed project. Staffing Plan ERSC’s size makes the firm flexible and adaptable to our clients’ preferred project, budget, and schedule management methods. ERSC is especially accustomed to fluctuations in project demands in on-call assignments. Our approach is flexible and allows for mutually beneficial results with consideration of the City’s immediate needs. Involvement Part of any successful project at ERSC is a Project Manager tasked with constant involvement, project familiarity, open communication with clients and team members, and participation in major design decisions. These basic principles ensure delivery of a complete project that is mindful of overall goals, impacts on the community, and the constructability of the final design. Project Teams Schedule maintenance can be as simple as ensuring adequate resources are dedicated to the project. At ERSC, project teams are developed on a project-by-project basis from a pool of engineers and technicians. Regular staff meetings are held to discuss project needs and deadlines for a given period. Staff is maintained or enhanced for projects on an as-needed basis to ensure that project schedules are upheld. Staff assigned to a particular project will always have the necessary experience. Our goal is to maintain continuity within a given project team at all times. Key Personnel We are pleased to introduce the following key staff who will lead our efforts and the team listed in the org chart at left. John “Matt” Brudin, PE - Principal in Charge Over the past 28 years, Mr. Brudin has been at the helm of ERSC and involved in a number of complex planning, design and construction projects. His ability to effectively communicate with agency personnel and team members provides the vital link between client and consultant and ensures that the goals of each project are met. Mr. Brudin has a broad base of experience in various disciplines including water resources, site development, streets and roads, grading and drainage and flood control facilities. 13 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section B: Team Qualifications ERSC Team Name Licenses Title Role Availability John M. Brudin PE, QSP/QSD President Principal in Charge 5% Lori Askew Principal Engineer Project Manager/Contract Manager 15% Moe Ahmadi PE Vice President Drainage/Hydrology/Flood Control 10% Craig Brudin QSP Sr. Engineering Associate Survey/Party Chief 15% Trent Brudin PE, QSD Engineer V Water/Wastewater 20% Reza Toorzani PE Principal Engineer Structural 15% Ben Booth PE Engineer V Traffic/Transportation 25% Stephania Hernandez EIT Engineer IV Civil Site Design 15% Travis Moffatt EIT Engineer III Drainage/Hydrology/Flood Control 25% Nathan Shea EIT Engineer II Project Engineer 25% Marcus Popa EIT Engineer I Project Engineer 25% Katherine Hernandez Engineer II Project Engineer 15% Zoey Dunmire Engineer I Project Engineer 20% Robert Ollerton PLS Principal Surveyor Survey/City Surveyor 30% Subconsultants Aragon Geotechnical, Inc.Subconsultant Geotechnical Subconsultant Community Works Design Group, LLC Subconsultant Landscape Architecture Subconsultant Terra Nova Planning & Research, Inc.Subconsultant Environmental/CEQA/NEPA Subconsultant Matt has led multiple projects in the City of Palm Springs and throughout the Coachella Valley, including leading the ERSC team providing on-call engineering and plan check to the City of Palm Springs since 2001. In that time, Matt has spent what many would consider a career learning the unique requirements of the City and the Coachella Valley region. He will be assigned as Principal in Charge during term of a potential agreement. Mr. Brudin has also served as a District Engineer for the Lake Hemet Municipal Water District, City Engineer for the City of Hemet, and as a Project Manager for “as-needed” professional engineering plan check services for several cities in the Orange, Riverside and San Bernardino County areas. Under these contracts, he has managed construction inspection/administration, development review, and plan check services for land development and capital projects, including grading, water, sewer, drainage, traffic signal and street improvement plans. Lori Askew - Project Manager Ms. Askew has over 30 years of experience in design and management of public and private improvement projects, four of those with ERSC. She spent the preceding 20 years as a local municipal employee in Public Works with the last eight years in an executive management position overseeing various levels of staff and consultants. She has managed Capital Improvement Program projects for streets, storm drains, water and sewer in addition to large land development projects with significant grading challenges. She is very knowledgeable in understanding the workings and challenges of local government and comprehends the constraints of various City funding sources such as Gas Tax, Measure A and SB1. Ms. Askew has been city liaison to Western Riverside Council of Governments (WRCOG), Riverside County Flood Control & Water Conservation District, Caltrans, Riverside County Transportation Commission (RCTC), several water districts and school boards. The following table summarizes the ERSC team and their assignments related to projects that may be assigned as a result of this submittal. Resumes for key staff are available in the Appendix of this document for review of detailed biographies and experience summaries. 14 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Section C: Project Understanding & Scope of Work 15 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section C: Project Understanding & Scope of Work Section C Project Understanding ERSC understands that the City of Palm Springs intends to retain a list of professional Civil Engineering firms to provide On-Call support to the City on a variety of capital projects. These projects may include street improvements, parking lot design, grading, drainage, utility coordination, preliminary planning, and cost estimating for existing and future projects. ERSC has been providing these services to the City through an On-Call Contract since 2019, so it understands the City’s uniqueness in addition to characteristics that many Southern California cities encounter. ERSC’s proposal will summarize certain items unique to the City and tasks typical of the types of projects that may be carried out during the term of a contract. Features Unique to Palm Springs Being a local firm, ERSC is invested in the local community and understands features unique and important to the City of Palm Springs, its residents, and its stakeholders. Based on ERSC’s experience, below are the outside influences that have the highest potential to impact any project in the City of Palm Springs: Transportation Corridors The City is positioned in the center of one of the region’s largest east-west transportation corridors. The Caltrans-controlled I-10 and SR-111 both traverse the City. Each of these transportation corridors poses its own set of challenges to capital projects within the City. While the highways themselves pose challenges, their associated rights-of-way (ROW), access ramps, and bridges include additional challenges to a project. When working within the requirements of a permitting agency, early coordination is imperative in completing a project in a timely fashion. The Caltrans process and approach to projects includes steps that can impact scope, schedule, and budget. We assembled our team based on experience navigating these challenges and additional requirements of Caltrans. ERSC is currently participating in multiple projects requiring Caltrans coordination, including the Murrieta Creek Bridge at Overland Drive in Temecula. Agua Caliente Band of Cahuilla Indians (ACBCI) Trust lands are dispersed throughout the City of Palm Springs in a checkerboard fashion and are subject to certain requirements different than non-tribal lands. Certain requirements for the projects on tribal lands impact the dedication of easements, rights-of-way, and environmental clearance. Many projects near or bordering tribal lands may be subject to additional requirements. Environmental clearance required for projects that affect tribal lands may be subject to completion of the NEPA process. Depending on potential impacts, NEPA may require varying degrees of analysis through the environmental clearance process. This also includes coordination with additional agencies, including the Bureau of Indian Affairs and ACBCI Planning Departments. In addition, the Tribe maintains a certain level of control over the work on nontribal lands. For projects where earthmoving activities are anticipated, the clearance from the Tribal Historic Preservation Officer or the Tribal Archeologist prior to issuing a grading permit and, in some cases, this clearance requires the presence of a Tribal Monitor. Coachella Valley Multiple Species Habitat Conservation Plan (CVMSHCP) The Coachella Valley Multiple Species Habitat Conservation Plan (CVMSHCP) is administered by the Coachella Valley Association of Governments and was developed to aid in the protection of endangered species and their habitat while allowing for continued development activity. Along with other Cities in the Coachella Valley, the City of Palm Springs must consider the requirements of the CVMSHCP when evaluating proposed projects. ERSC’s recent and past experiences in the City have seen the greatest impacts of the CVMSHCP in the southern and northern parts. In the City’s southern portions, significant amounts of critical habitat are set aside for Casey’s June beetle along the Palm Canyon Wash and vacant parcels of land along the south side of E. Palm Canyon Drive generally east of Linden Way. The presence of Casey’s June beetle will have impacts on projects such as studying and trapping, as well as the development of additional habitat in consultation with the U.S. Army Corp of Engineers. In the northern portions of the City, primarily north of the Whitewater River, there are certain washes and watercourses that cannot be altered in an effort to protect Fringed Toed lizard habitat. The protections limit a project that may alter the washes and watercourses to perpetuate blow sand and the formation of the sand dunes that are habitat for the species. Section 14 Specific Plan Section 14 of the Agua Caliente Indian Reservation is approximately 640 acres in size and is located in the City of Palm Springs. It is bounded by Ramon Road, Indian Canyon Drive, Alejo Road, and Sunrise Way and provides development guidelines for portions of the eastern downtown area. In general, the intent of this plan is the celebration of the tribal heritage of the Agua Caliente Band of Cahuilla Indians. All or portions of Specific Plan Chapters 5, 6, and 7 contain information related to street classifications and typical sections, parking standards, and site design requirements that may impact the potential CIP projects within the specific plan boundary. This will require consideration for projects in the specific plan area. Federal Emergency Management Agency (FEMA) FEMA governs the National Flood Insurance Program, the associated Flood Insurance Studies, and the development and modification of Flood Insurance Rate Maps (FIRM). Significant portions of the city are subject to flooding designated as unnumbered “A” zones, numbered “A” zones, zones of shallow flooding, and areas subject to flooding during 500-year events. In the hillside area at the base of the San Jacinto Mountains, there are areas within unnumbered “A” zones. In these areas, it is important to develop defensible base flood elevations. For applicable projects in these areas, we will employ methods outlined in a 16 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section C: Project Understanding & Scope of Work FEMA publication titled Managing Floodplain Development in Approximate Zone A Areas, A Guide for Obtaining Base (100-Year) Flood Elevations to make the base flood determination. Riverside County Flood Control and Water Conservation District (RCFCWCD) The Riverside County Flood Control and Water Conservation District oversees the design and development of storm drain master plans and regional flood control facilities in areas of the Coachella Valley, including the Cities of Desert Hot Springs, Cathedral City, Palm Springs, Rancho Mirage, and the portions of the County surrounding these Cities. Currently, ERSC is a design consultant for the RCFCWCD and recently completed designs for projects in the City of Banning and Moreno Valley, as well as Palm Springs. Tourism Palm Springs has long been a world-renowned destination for entertainment and tourism. Known for its year-round warm climate, the City boasts numerous attractions that harness the region’s 360 days of sunshine each year. Numerous hotels, restaurants, golf courses, and similar amenities attract people from around the world. The City and region are also home to events such as the Palm Springs International Film Festival, Modernism Week, and the Coachella and Stagecoach Music Festivals. Water and Wastewater The City of Palm Springs is largely served by Desert Water Agency (DWA), with portions served by Coachella Valley Water District (CVWD) and Mission Springs Water District (MSWD). Sewer collection and treatment in the City is contracted to Veolia Water North America. ERSC has worked with each of these organizations in different capacities and understands their relationship to the City. Methodology ERSC has compiled and summarized general scope of work items applicable to all projects and scope of work items by project type for each discipline outlined in the RFP. While these tasks are included in many projects, they are intended to be general in nature. Each project has its own unique features that will dictate a specific scope. Tasks typically associated with all project disciplines: The following are sample tasks universally applicable to most project disciplines identified in the RFP. Some specific projects may require additional tasks to adequately complete a project. Task 1 – Project Management1.1 - Project Kick-Off and Monthly Status Meetings ERSC will work with the City to schedule a project kickoff meeting (pre-design meeting) and planned monthly status meetings. 1.2 - Monthly Progress Reports On a monthly basis, ERSC will issue invoices and progress reports to the City detailing major work items during the billing period and remaining contact amounts for each task. This report will include all necessary backup and establish internal accounting methods and procedures acceptable to the City for documenting and monitoring contract costs. 1.3 - Project Work Plan ERSC will develop a detailed Work Plan for the project, which will house a detailed work program and project schedule. The Work Plan will include details of methodology, sequence of tasks, lists of deliverables, milestone submittal schedule, and a summary of organization responsibilities and contacts, reporting, and invoicing procedures. 1.4 – QA/QC ERSC’s team will review documents against our QA/QC program prior to any submittal. This review will be applied to each submittal and any supporting documents or studies. Task 2 - Environmental Clearance – CEQA/NEPA (As Applicable) ERSC’s team has previously navigated the environmental clearance process in similar circumstances and has considered many proposed projects with regard to the law. ERSC’s team member, Terra Nova, will support the team in navigating the environmental clearance process. If clearance in the form of IS, ND, IS/MND or EIR (CEQA), or EA/EIS (NEPA) is required, the Terra Nova team will provide the documentation and analysis. Often, ERSC’s team finds that projects may be subject to various exemptions afforded by CEQA: CE Section 15301 – Existing Facilities; CE Section 15302 – Replacement or Reconstruction; CE Section 15303 – New Construction or Conversion of Small Structures; Public Resources Code section 21080.21- Construction of pipelines within public right-of-way less than one mile in length. 17 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section C: Project Understanding & Scope of Work Task 2.5 – Notices and Circulation for Public Review Once the City has reviewed and approved the Administrative Draft, ERSC’s team will prepare all the necessary forms for circulating the document to the public and resource agencies. Our team will prepare the document for public review within five days of City authorization. Task 2.6 – Final Environmental Documents ERSC’s team will review any public comments received and discuss any substantive changes that should be made to the project or the IS as a result. We will make any revisions to the document as determined necessary and prepare a Mitigation Monitoring and Reporting Program (MMRP). Task 3 – Preliminary Engineering3.1 - Design Survey/Mapping Control and Topographic Survey – ERSC staff will research available record information pertaining to the projects (i.e., Tract Maps, Record of Survey, Parcel Maps, etc.). Centerline information from these maps will be used as the basis of the survey. The ERSC will perform a control and aerial target survey for each project to be flown. ERSC will utilize existing record maps to field verify and establish centerline control along the existing streets encompassing the proposed projects. The vertical datum will be based on a benchmark nearest the site. The horizontal datum will be provided in the City’s preferred format but is recommended to be based on California State Plane Coordinates NAD83 Zone 6 to allow for utilization in the City’s Geographic Information System (GIS). The survey will also tie in centerline monuments of record recovered during the field survey. ERSC will also conduct a supplemental field topographic survey to locate visible utilities within the project boundaries. To assist with surface modeling profiles and sections, the 3d spots and break lines created from the aerial imagery will also be included in the aerial base map. Centerlines, street rights-of-way, and property sidelines will be drafted on the base map. All work will be performed by or under the supervision of a Licensed Land Surveyor. Pothole Survey—ERSC’s team will survey the locations of utility pothole markers placed by the pothole contractor and provide the x, y, and z coordinates of the surveyed pothole marks. 3.2 - Utility Coordination ERSC’s team will compile record data from utility agencies. The work will also include preliminary notification letters to all Utility companies, which will be sent electronically. Additionally, ERSC’s team will determine Utility requirements for each project and document them in a memo. If required, relocation efforts will be initiated during this task. This work will ultimately include the following: • Issue Relocation Claim Letters to conflicting owners. • Coordinate and plan with the utility owners and their designers as needed to discuss project design, potential conflicts, relocation alternatives, and resolution to conflicts. • Determine liability/prior rights for all conflicting owners. • Obtain detailed scope of work from the utility owner for relocation and estimated start and completion dates. • Issue Notice to Owner to relocate utility. 3.4 - Geotechnical Investigation (As Applicable) ERSC has included Aragon Geotechnical, Inc. (AGI) as part of its team in the event the City requires geotechnical investigation for a project. Information from AGI or the City-provided consultant will be used to guide ERSC’s design. ERSC’s team will submit a proposed geotechnical exploration plan, including locations and the type of tests/borings required. Analysis may include the necessary tests to determine soil conditions and recommendations for bedding, trench shoring requirements, replacement sections, pavement recommendations, retaining wall footing design, WQMP percolation/infiltration rates, and other items as projects dictate. 3.5 – Permitting (As Applicable) Permits would be required for any impacts to endangered species that cannot be avoided (e.g., Fish and Wildlife Code Section 1600) or impacts to jurisdictional waters (Clean Water Act Sections 401 and 404). This task would be initiated at the City’s direction following initial consultation with the ACOE, RWQCB, CDFW, and possibly USFWS. Agency permit application packages would be initiated following the completion of a BRA and JD and a determination that permits are required. Although the agencies will begin the application process early on, a final review of application packages for a Section 1602 Agreement and a Clean Water Act Section 401 certification and issuance of permits will be subject to adoption of a Terra Nova document by the Lead Agency. If required, ERSC’s team would also prepare a Habitat Mitigation and Monitoring Plan (HMMP) to incorporate all mitigation measures imposed for impacts to biological resources. The HMMP would also describe the funding for mitigation in perpetuity if needed. 3.4 – Right-of-Way Engineering (As Applicable) ERSC’s team will work to identify any portions of a project that may not be in an easement or City-owned property (including street right-of-way). This will include processing of easements and the associated legal descriptions and plat maps. The acquisition of right- of-way or easements is assumed to be handled by the City unless requested of ERSC, who will then reach out to several companies we have worked with on prior projects. Each legal description starts with a review of a current title report to ascertain vesting documents, ownerships, and third-party interests. All legal descriptions prepared by ERSC will include a plat clearly depicting the described parcel(s) for ready interpretation by laypeople. The City’s current standards for legal descriptions and plats will be used to maintain consistency of property records. 3.6 – Special Engineering Studies/Reports (As Applicable) ERSC regularly prepares documents to support design or as required by agencies for approval. Hydrology/Drainage calculations and 18 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section C: Project Understanding & Scope of Work studies, WQMPs, SWPPPs, and other similar documents for preparation will be initiated during this task. 3.7 – Preliminary Plans (As Applicable) ERSC’s team will prepare preliminary plans using the information gathered in previous tasks. These preliminary plans will include rudimentary information to present the overall concept for review with the City prior to detailed design phases. Following concept approval by the City, ERSC will complete and submit with the preliminary grading, drainage, hydrology, preliminary WQMP, conceptual landscape plan, and geotechnical report. These items will all be reviewed and approved for advancement to the next phase. • Landscape and Irrigation Plans – ERSC has included Community Works Design Group (CWDG) on its team to prepare landscape and irrigation plans within roadway medians, parkways, recommended planting for hillside stabilization, etc. Planting plans will include soil preparation and plant suitability for the current application. Irrigation plans will include optimal watering for conditions with MWELO calculations. Task 4 - Final Engineering4.1 - 30% Plans 30% plans are typically a preliminary set to begin final design of a project. Utilizing the data acquired during the previous tasks, ERSC’s team will prepare preliminary plans (base sheets) for the project. With this information, ERSC will provide alignment-level detail based on the approved concepts from the previous tasks. The 30% plans will also include the locations of existing utilities and features in the immediate vicinity of the project site. The plans will include all sheets necessary for construction. Typical sheets include title, details, general notes, plan/profile, demolition, and erosion control sheets as applicable. Landscaping plans (as applicable) will be advanced based on concept approval. Irrigation plans/components, hydraulic constraints, material, and spacing. Following completion of the plans and in-house QA/QC, ERSC will make a 30% submittal to the City for review and comment. 4.2 - 60% Plans & Specifications Using the information created in 30% design and the resulting City comments, plans will be advanced to the 60% level. The work in this phase will include identification of all stationing and existing utility locations and final alignments for each project. Final layout/ alignments will consider locations of the existing City-owned facilities, existing utilities, regulatory separation requirements between potable and non-potable conveyances, proper connection to existing facilities, and the least disruption to the traveling public. The work will include an advancement of the layouts, including, but not limited to, horizontal alignments as well as vertical profiling, geometrics, striping, details, and other similar items. The 60% design phase, specifications, and bid quantities will be put together based on City preference; however, Greenbook is the recommended format. Landscape plans will be advanced to the 60% level. This will include planting requirements, notes, dimensions, and details and specifications. ERSC typically prepares specifications, quantity estimates, and associated costs for all bid items included in the plans. Specifications typically follow the latest edition of Standard Specifications for Public Works Construction, or the “Greenbook,” and Caltrans but also may need to incorporate outside agencies such as Riverside County Flood Control and Water Conservation District, and water districts if affecting any of their appurtenances. Specifications are typically prepared in Word format and submitted in .pdf format. They will minimally include the Technical Specifications for each construction item noted on the plans. ERSC will request the Boilerplate specification from the City and format it for use in preparation. All construction items identified on the plans will be noted under Demolition/Removal, Construction, or Protect in Place. These items will be quantified for inclusion in the Bid Schedule of the Bidding Documents. The bidding documents will have a matrix prepared identifying the items listed on the construction documents, with estimated quantity, a unit of the quantity identified, a unit price for each item, and a total cost. An Engineer’s Estimate of Probable Cost will be prepared, which is identical to the bid schedule except that the unit price is filled out based on ERSC’s best cost estimate. ERSC keeps a book of past project bid results to use as a current indicator of unit costs for the various items. Calls may be made to local contractors or product providers to get further updated information for the estimate. WQMPs, SWPPPs, and other supporting documents will be re-submitted during this phase. Following in-house QA/QC, the 60% project documents will be submitted to the City. 4.3 - 90% Plans, Specifications, and Estimates (PS&E) Upon receipt of the 60% Plan review comments, the Project team will advance the plans to the next step or 90% completion. Construction notes will be added to the items of construction on the plan. All specifications and bid quantities will be updated to the 90% completion. 4.4 - Final PS&E Upon receipt of the 90% Plan review, the Project team will advance the plans to the final step or 100% completion. The work will finalize the design, supporting documents, specification, and bid quantities. This submittal will include comments, reviews, coordination efforts, and updated information from the updated PS&E Package (100% Submittal). Task 5 – Construction Phase Services5.1 - Bid Support Our Project Manager and key personnel will work closely with City staff to respond to all bid inquiries and questions relating to the plans and specifications during the bid period. Should addenda be required, our team will assist the City with their preparation. All 19 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section C: Project Understanding & Scope of Work written request to Contractor inquiries will be provided. Along with this support, we will also be available to attend the pre-bid meeting and the bid opening. If requested, our staff will conduct a review of the bids and supporting documentation to confirm the lowest responsive and responsible bidder. 5.2 - Construction Staking ERSC’s survey staff will pre-calculate staking items based on the approved schedule of work submitted by the contractor. This work involves verifying distances and grades, which, in essence, is a QA/QC of the plans. This quickly identifies any problems or concerns associated with construction/design plans prior to staking. We then submit requests for information/clarification as needed, in order to prevent work delays. ERSC will typically respond to written staking requests within one business day. Additionally, ERSC’s field crews always “collect” the location of all off-set stakes that they set. This enables us to re-establish the placement of the off-set stakes in the event of a dispute. ERSC will also perform peer reviews on construction projects. This entails a review of plans and completed cut-sheets or a field check to verify line and grade staking. For construction staking projects, we keep a binder and digital files with submitted staking requests in chronological order, along with notes detailing the disposition of these requests. Both client and contractor will be provided with electronic files and hard copies of cut sheets (and field notes, when necessary) on approved agency forms. For all of ERSC’s field work, and especially on construction contracts, ERSC’s field staff uses high-visibility and current safety equipment and signs to protect our staff and the public. We also conduct regular tailgate/safety meetings outlining project-specific safety awareness and concerns. ERSC can provide as-built surveys for any type of improvement. The data can be provided digitally and added to CAD improvement plans or PDF files (Bluebeam). Datums will be based on control used during construction. Sample ProjectsSite Development Site development projects generally include coordination with other architectural and/or landscape design firms for the detailed civil design of improvements such as grading, drainage, utilities, lighting, hardscape, parking, and other infrastructure needs as required. ERSC has provided site development services for: • Sports Complexes • RV Resort Parking • Fire Station Site Development • Water Agency Reservoir Sites Street Improvement Plans Street improvement plans may include complete street widening to include a new curb, gutter, sidewalk, and raised medians. Pavement rehabilitation projects generally include full depth replacement of failed areas, pavement grinding, asphalt overlay, detector loop replacement, raising utility structures, and striping. Geotechnical investigations, if required, utilizing core sampling, in-place strength testing, and laboratory testing to determine subgrade strength and recommendation for repairs shall be coordinated with the ERSC’s Geotechnical Consultant, Aragon Geotechnical, Inc. ERSC is currently providing sidewalk/ADA access improvements for the Cities of Chino, Colton, Rialto, and Palm Springs, replacing sidewalks and ramps to current standards. All street projects ERSC works on are reviewed for ADA compliance with recommendations presented to the City for their input. Pedestrian/Bicycle facilities may include new paths, path enhancements, bridges, striping, signage, and other appurtenances related to these facilities. Storm Drain and Flood Control Design-Specific Tasks ERSC’s extensive knowledge of flood control systems and experience with a variety of projects allows us to be prepared for any type of project the City proposes. ERSC has provided the following services to various agencies: • SWPPP & WQMP Reports • Hydrology & Hydraulic Reports • Master Drainage Plans • Construction documents for local and master drainage plan improvements Water and Wastewater ERSC was founded on the premise of water and wastewater engineering services. The firm’s first clients were local water agencies, and for 23 years, many of the same agencies have remained ERSC clients. Our services in the water and wastewater disciplines have included not only design but also planning, construction management, inspection, permitting, and independent plan review for clients throughout the region. ERSC staff has successfully assisted water districts and Special Districts in designing and inspecting hundreds of water and wastewater projects within the past two decades. Given our experience with water districts, ERSC thoroughly understands the standards and procedures and pertinent regulations and requirements of state and federal agencies and local utility purveyors. ERSC designs and makes recommendations for well location(s) and well designs to maximize well yield. ERSC has provided services to agencies under on-call and task-order-based contracts for municipalities, water agencies, and special 20 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section C: Project Understanding & Scope of Work districts, including but not limited to: • Water Resources Planning Studies • Domestic, Recycled, Irrigation, and Wastewater Pipelines • Production and Treatment Facilities • Storage and Conveyance Teams Experience with State and Federally Funded Projects ERSC staff has worked on several state and federally-funded projects – many funded federally but disbursed through California Transportation Commission and Caltrans. Caltrans has the Local Assistance Procedures Manual (LAPM) to help guide agencies on projects. Familiarity with the various forms and chapters is necessary to navigate the requirements. Keeping good records of all transactions and approval history of the project will make close-out of the project easier. Also, knowing the representative from Local Assistance for your agency is essential when questions on procedures come up. Federal/State Funded Programs: • Active Transportation Program (ATP) • Safe Routes to School Program (SRTS) • American Rescue Plan Act (ARPA) • Community Development Block Grant (CDBG) Coordination Efforts with Permitting Agencies ERSC has prior work experience with most utility companies, Caltrans, RCFC & WCD, RCA/MSHCP, CDFW, USACOE, and others. The key to success is to make contact early for their role in the project and then gather insights into processes they will need to occur to obtain necessary permits. Hiring the correct subconsultant to navigate some of the agency’s procedures is also key, as they will “speak the language” of the agency. Following the agency’s requirements may be time-consuming and laborious but will usually result in obtaining the necessary clearances. Identify Project Problems Any Project has the potential to encounter problems with varying degrees of severity. The key is identifying them early in the design process and addressing them with the City first (whether a City issue or an outside agency issue). The City may have knowledge and experience from prior circumstances and provide direction. When identifying the problem, ERSC will have potential solution(s) ready for consideration. Virtual meetings hosted on Microsoft Teams are beneficial as plans or pictures may be shared and discussed for resolution. Having as much information as possible during discussions with the City eliminates back-and-forth meetings and time consumption. ERSC Approach to Project Control ERSC’s project administration is conducted to ensure timely progress reporting and billing, accurate project record keeping, monitoring of costs, progress, deliverables, and adherence to quality standards. Internal project coordination meetings are conducted regularly through office meetings, conference calls, and email exchanges to maintain good project communication. Schedule Control During project development, ERSC ensures that the schedule adheres to all contractual requirements and is constantly updated. ERSC will work closely with the City to establish the delivery requirements. Document Control All design and correspondence materials shall be logged and filed according to a project-specific document control system. Accounting and Invoicing Procedures ERSC shall follow general City (and other agency) accounting and billing requirements. All man-hours and direct and indirect costs shall be tracked. Cost Control Project costs shall be verified monthly. Cost-to-date, estimated actual percent completed, and estimated budget to complete by the individual task at each invoicing period will be documented. Quality Assurance and Quality Control ERSC shall provide Quality Control and Quality Assurance (QC/QA) for all project documents and plans to ensure the project moves forward to delivery as quickly as possible. The project team shall review the design documents to ensure that the development of the Preliminary Engineering Studies, Environmental Documents, and Final PS&E are consistent with any funding requirements so that the approval process is expedited. 21 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Section D: Financial Responsibility 22 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>Section D: Financial Responsibility ERSC affirms that it is a professional firm in good financial health and free of any conditions that could hinder its ability to contract for the work described in the subject RFQ. 23 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Section E: Attachments 24 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Similar Project Experience: MDP Lines 6A and 8, Laterals 20C and 20A, City of Palm Springs, Palm Springs, CA – Principal-in-Charge during the design of the three major flood control projects commissioned by the City of Palm Springs. Line 6A and Line 8 along Sunrise Way resulted in the elimination of “down and under drains” and support commercial development between Via Escuela and Vista Chino Drive and Andreas Road and the Baristo Channel, respectively. Similarly, Laterals 20C and 20CA resulted in the elimination of “down and under drains” and support residential development along El Cielo and Baristo Road. Services provided include review and modification of master plan hydrology, design surveys, utility coordination, geotechnical engineering, alignment selection and analysis, hydraulic modeling and the development of plans, specifications and estimates. Section 29 Stormwater Basin, City of Palm Desert, Palm Desert, CA – Project Manager during design for the failed rock slope protection downstream of the existing spillway and collapsed slope that undermined a significant portion of the spillway crest. The work also included hydrology analysis of approximately 519 acres of drainage watershed, development of a unit hydrograph tributary to Mid-Valley Channel, flood routing through the existing drainage channels and Section 29 Retention Basin, hydraulic analysis for design and reconstruction of the rock slope protection, spillway, forensic analysis to investigate the cause of the failure, produce contract documents guiding the repair of the Section 29 Basin and an 18-inch basin inlet. Relocation of an existing 12-inch sewer line under the basin spillway. East Drop Structure Repair Mitigation Within Whitewater River Channel, City Of Indian Wells, Indian Wells, CA – Principal-in-Charge for redesign of the East Drop Structure along the Whitewater River. Site analyses and development of potential replacement structures such as a concrete drop structure that incorporates a baffle chute at the outlet of the low flow channel, a USBR stilling basin or a drop structure similar to the one constructed in 1995 using materials sized to withstand the anticipated flows. Regulatory permitting and clearance for an RWQCB CWA Section 401 Water Quality Certification, CDFW 1602 Streambed Alteration Agreement, USACE Nationwide Section 404 Dredge and Fill Permit, and CEQA IS/MND coordination. On-Call Plan Check and Inspection Services, City of Banning – Principal in Charge responsible for technical and budget oversight, resource allocation and contract management throughout the assignment. Plan check services include review of maps, street, sewer, water, grading and storm drain projects, as well as review of construction drawings to assure compliance with City, State and Federal regulations. ERSC also provides conditions of approvals for City projects, as needed. On-Call Plan Check Services, City of Rialto, CA - Project Manager responsible for day- to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. ERSC provides civil engineering plan check services of various private and public development items, consisting of improvement plans (including, but not limited to rough & precise grading, street, sewer, water, landscaping, irrigation, streetlight, storm drain, traffic signal, traffic striping/signage: subdivision maps (final tract maps and parcel maps); and professional studies (including, but not limited to hydrology/hydraulic, sewer, traffic, geotechnical, stormwater pollution prevention/NPDES and water quality management plans).Services also include review and verification of Right-of-Way document including but not limited to legal descriptions for easements, dedications, lot line adjustments and parcel mergers. Riverside Drive Street Widening, Signal Modifications, Signing and Striping, Lake Elsinore, CA - Principal-In-Charge in the development of program documents and planning and design activities related to the reconstruction of an existing campground located along Riverside Drive on the westerly end of Lake Elsinore. Steven coordinated completion of all CalTrans requirements to facilitate completion of the project. Storm Drain Development Standards, Storm Drain Criteria and Drainage Design Manual, City of Hemet, CA – Project Manager during the preparation of a focused manual to provide for the planning and implementation of planned storm drainage systems in the City of Hemet. Major elements of the manual addressed the goals and objectives of the City, provided written policy statements related to the development of drainage systems, preparation of preliminary drainage design and submittal, and established criteria for the design of surface and subsurface drainage and flood control facilities. Over the past 25 years, Mr. Brudin has been involved in a number of complex planning, design and construction projects. His ability to effectively communicate with agency personnel and team members provides the vital link between client and consultant and ensures that the goals of each project are met. Mr. Brudin has a broad base of experience in various disciplines including water resources, site development, streets and roads, grading and drainage and flood control facilities. Mr. Brudin has served as a District Engineer for the Lake Hemet Municipal Water District, City Engineer for the City of Hemet, and 1as a Project Manager for “as-needed” professional engineering plan check services for several cities in the Orange, Riverside and San Bernardino County areas. Under these contracts, he has managed construction inspection/ administration, development review, and plan check services for land development and capital projects, including grading, water, sewer, drainage, traffic signal and street improvement plans. CA, Civil Engineer No. C41836 QSD/QSP No. 00707 BS, Civil Engineering, Loyola Marymount University, Los Angeles, CA American Public Works Assc. Floodplain Management Assc. Water/Wastewater Engineering Flood Control Engineering Project Management Quality Control Education Affiliations Areas of Expertise John M. Brudin, PE | President 25 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Similar Project Experience: North Park Improvements, Town of Yucca Valley, CA - Project Manager responsible for day-to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. ERSC provided plans, specifications and construction cost estimates prepared for a project involving construction of a parking lot on an undeveloped piece of City owned property to service an 80-acre open-space used by hikers and mountain bicyclists. Arrow Boulevard and Cypress Avenue Traffic Signal Project, City of Fontana, CA - Project Manager responsible for day-to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. Work included development of plans, specifications and estimates and other engineering services to signalize the intersection using traffic signal poles and mast arms, while constructing minor improvements including curb access return ramps to ultimate locations determined by the Hierarchy of Streets Plan, curb and gutter, extending and/or improving the existing concrete bus pads adjacent to the intersection, and an asphalt concrete transition to the existing asphalt concrete pavement. Infrastructure and Roadway Improvements for Lake Park Drive, Soboba Band of Luiseño Indians - Project Manager responsible for day-to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. Providing civil design services to Soboba Economic Development Corporation (EDC) for the site improvements including design and preparation of plans for onsite infrastructures and also road widening for Lake Park Drive. Design of the Easton Street Sidewalk Improvements, City of Rialto, CA - Project Manager responsible for day-to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. Work includes engineering/planning for the construction of Americans with Disabilities Act (ADA) compliant sidewalk and curb ramps along the north and south sides of Easton Street between Acacia Avenue and Sycamore Avenue; to additionally include general sidewalk repair between Sycamore Avenue and E. Highland Avenue and from the southeast corner of Easton Street and Acacia Avenue to approximately 250 feet south. State Street Gap Closure Project, City of San Bernardino, CA - Project Manager responsible for day-to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. Design for roadway design and environmental clearance for the Street; a vital transportation corridor. State Street will be a four-lane roadway with a center median and bike lanes connecting Baseline Street to State Route 210. The design includes a new roadway in the portion of the project where no transportation infrastructure exists, rehabilitating existing portions to updated standard, and ROW acquisition is required to complete the project. Murrieta Creek Bridge, City of Temecula, CA - Project Manager responsible for day-to- day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. As a partner to the CNS Engineers’ team, ERSC designed a bridge structure over and across Murrieta Creek connecting Avenida Alvarado at the intersection of Diaz to the west of the creek, with Overland Drive at the intersection of Enterprise Circle to the east of the creek. Overland Drive Widening, City of Temecula, CA - Project Manager responsible for day- to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. ERSC completed an analysis of the impacts related to the widening of Overland Drive from Jefferson Avenue to Commerce Center Drive. At Overland Drive and Commerce Center Drive, a previous project resulted in the installation of conduit and pull boxes associated with future traffic signal construction and the previously installed conduit and pull boxes, and the easterly leg of Overland Drive, require reconstruction. The widening project included the installation of a new traffic signal and striping modifications, and installation of new street lighting including street light plans developed per industry standards and City of Temecula standards and guidelines. Ms. Askew has over 30 years of experience in design and management of public and private improvement projects. She has spent the past 20 years as a local municipal employee in Public Works with the last eight years in an executive management position overseeing various levels of staff and consultants. She has managed Capital Improvement Program projects for streets, storm drains, water and sewer in addition to large land development projects with significant grading challenges. She is very knowledgeable in understanding the workings and challenges of local government and comprehends the constraints of various City funding sources such as Gas Tax, Measure A and SB1. Ms. Askew has been city liaison to Western Riverside Council of Governments (WRCOG), Riverside County Flood Control & Water Conservation District, Caltrans, Riverside County Transportation Commission (RCTC), several water districts and school boards. BS, Civil Engineering, Michigan Technological University, Houghton, MI Land Development Municipal Engineering Traffic and Transportation Education Areas of Expertise Lori Askew | Principal Engineer 26 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Similar Project Experience: Section 29 Stormwater Basin, City of Palm Desert, CA – Project engineer during design for the failed rock slope protection downstream of the existing spillway and collapsed slope that undermined a significant portion of the spillway crest. Work also included hydrology analysis of approximately 519 acres of drainage watershed, development of a unit hydrograph tributary to Mid-Valley Channel, flood routing through the existing drainage channels and Section 29 Retention Basin, hydraulic analysis for design and reconstruction of the rock slope protection, spillway, forensic analysis to investigate the cause of the failure, produce contract documents guiding the repair of the Section 29 Basin and an 18-inch basin inlet. Relocation of an existing 12-inch sewer line under the basin spillway. CSPD Line 3-5, and Master Drainage Plan (MDP) Update, City of Colton, CA – Managing Engineer for a Master Plan Update and the design of a regional drainage facility to convey 1,000 cfs from a 2,045-acre area. The MDP included hydrology and hydraulic analysis, preliminary design and sizing of drainage facilities, cost estimates and a project report for the 3-5 and 3-8 watersheds within the City of Colton. Storm Drain Project 3-5 required the installation of 11,500 feet of 108- and 120-inch reinforced concrete pipe from Valley Boulevard south to the Santa Ana River, including the installation of approximately 1,700 feet of 108-inch RCP by boring and jacking methods at multiple locations. The final design of the facilities included the preparation of construction plans and specifications meeting the requirements of the San Bernardino County Flood Control District, utility coordination and relocation, preparation of right-of-way documentation and coordination of construction permits from the State of California and the Union Pacific Railroad. Sierra Way Storm Drain Project, City of San Bernardino, CA - Project Manager responsible for plan design and supporting analysis during the design of approximately 5,000 lf of 39” – 84” storm drain in the City. The project sought to eliminate surface drainage on the local streets and temporary lines that traversed private property. Highland Avenue Extension, West Valley Water District, Rialto, CA – Project Engineer for the project wherein the Highland Ave reach was planned to provide connection from the upper reaches to the new Pepper Avenue pipeline. Construction of the Pepper Avenue pipeline was possible following Caltrans improvements to the I-210 Freeway offramps. The Highland Avenue Extension consisted of constructing 4,200 lf of 30-inch CML&C waterline. Connection points to the existing system were achieved at both Oakdale Street and Pepper Avenue. The pipeline is located within Caltrans ROW. Coordination with the agency was required to obtain an encroachment permit through the Caltrans process. ERSC also prepared the Caltrans required Water Pollution Control Plan (WPCP). Base Line, Water Street, and Greenspot Storm Drain Improvements, City of Highland, CA – Managing Engineer during preparation of construction plans, specifications and cost estimates for storm drains ranging from 24-inch to 48-inch in size in East Highland in Base Line, Water Street, Club View and Greenspot. The work also included hydrology and hydraulic analysis, construction management and inspection of the project. San Jacinto Area Master Drainage Plan Line “E-2”, City of San Jacinto, CA – Managing Engineer to prepare construction plans for MDP Lines E-2 and E-2A in the City of San Jacinto and Hemet. The project reach for MDP Line E-2 is over 7100 feet along State Street between Menlo Avenue and MDP Line E and over 250 feet for MDP Line E-2A along Esplanade Avenue. The size of the storm drain facilities are from 36-inch to 72-inch diameter. Work included hydrology analysis to determine the 10-and 100-year storm runoff within the MDP facilities watershed. using CivilDesign software. San Jacinto Area Master Drainage Plan Line “H”. City of San Jacinto, CA – Managing Engineer to prepare a feasibility study to evaluate alternative alignments for MDP Line H, H-2 and H-3 per the current City of San Jacinto MDP. Work also included preparation of construction plans for the most cost-effective alignment. The project included evaluation of the existing drainage facilities at the intersection of Ramona Expressway and State Street; to mitigate drainage deficiencies as required. It also includes Rational Method Hydrology using CivilDesign software to determine the 10- and 100-year storm runoff. Over the past 30 years Mr. Ahmadi has actively participated in the preparation of numerous feasibility studies, design reports, construction plans, specifications and cost estimates for drainage and flood control facilities throughout Southern California. Mr. Ahmadi is experienced with numerous computer programs including AutoCAD 2019, CivilCAD Hydrology programs, Water Surface Profile Gradient (WSPG), and HEC-RAS flood plain analysis software. He is also experienced in preparation of Stork Water Prevention Plan (SWPPP) as required by the NPDES Industrial General Permit and the Construction General Permit (CGP), which identify BMPs used to reduce or eliminate potential pollutant discharges in storm water runoff. Under his direction, plans for various residential, commercial, and industrial projects in the Counties of Riverside, San Bernardino, and Orange have been prepared. As part of the requirements of the CGP, Mr. Ahmadi has provided SWPPP services to address new requirements. This work included Data Submitter services, conducting the risk assessment; an evaluation of a project’s sediment risk and receiving water risk, and then determining the overall Risk Level for traditional projects, or LUP Type for linear utility projects, and assisting clients to register and submit applications in the SMARTS System to obtain the applicable WDID numbers from the SWQCB prior to construction. CA, Civil Engineer No. C58784 QSD/QSP No. 00706 BS, Civil Engineering, Texas A&M University College Station, TX MS, Civil Engineering Construction Management, Texas A&M University, College Station, TX American Society of Civil Engineers National Society of Prof. Engineers Water Resources, Flood Control, Hydraulics and Hydrology, Erosion Control Education Affiliations Areas of Expertise Moe Ahmadi, PE | Vice President 27 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Craig Brudin, QSP | Sr. Engineering Associate Similar Project Experience: East Drop Structure Repair Mitigation Within Whitewater River Channel, City Of Indian Wells, Indian Wells, CA – Survey Party Chief responsible for oversight of field data collection and processing including data reduction and base mapping supervision during redesign of the East Drop Structure along the Whitewater River. Site analyses and development of potential replacement structures such as a concrete drop structure that incorporates a baffle chute at the outlet of the low flow channel, a USBR stilling basin or a drop structure similar to the one constructed in 1995 using materials sized to withstand the anticipated flows. Regulatory permitting and clearance for an RWQCB CWA Section 401 Water Quality Certification, CDFW 1602 Streambed Alteration Agreement, USACE Nationwide Section 404 Dredge and Fill Permit, and CEQA IS/MND coordination. General Plan Check Services, City of Chino – Project Engineer responsible for review of maps, legal documents, improvement plans, and grading plans during general plan check services to the City of Chino since 2016. ERSC reviews Rough and Precise Grading Plans, Wet Utility, Plans (e.g. Sewer, Water, Storm Drain), Street Improvement Plans, Street Light Plans and Voltage Drop Calculations, Hydrology Studies and Hydraulic Calculations, Water Quality Management Plans (WQMPs), Survey documents and maps, and oils Reports, for private development and capital improvement projects. 11th Street Pavement Rehabilitation Project, City of Chino - Project Surveyor responsible for field data collection, base map preparation, plat maps, and drafting of legal descriptions during design of a street pavement reconstruction, alley, and intersection accessibility project. Special considerations were paid to concurrent storm drain projects as well as potential impacts from asphalt conditions, existing utilities, and ADA requirements in affected alleyways. Winchester Property Land Survey Mapping Services, Soboba Band of Luiseno Indians, San Jacinto, CA - Project Surveyor responsible for field data collection, base map preparation, plat maps, and drafting of legal descriptions. ERSC was contracted to provide professional surveying and mapping services related to the Tribe’s property at the Northeast and Southeast corners of the intersection of Winchester Road and Domenigoni Parkway. Murrieta Inverted Sewer Siphon, Western Municipal Water District, Murrieta, CA- Project Surveyor responsible for field data collection, base map preparation, plat maps, and drafting of legal descriptions during the design of an upgrade an existing 8-inch sewer siphon. The project will upgrade the siphon from a single barrel to a larger diameter or a “double barrel” configuration where the line crosses below a Flood Control District owned channel. ERSC will develop a profile of the 8-inch inverted siphon using CCTV and prepare plan and profile drawings of this line. Strawberry Creek Diversion Pipeline, Idyllwild, CA - Project Surveyor responsible for field data collection, base map preparation, plat maps, and drafting of legal descriptions. ERSC performed a topographic survey of the diversion structure and the pipeline alignment to the well site, legal documents for the portion of pipeline crossing private property, and design of new pipeline to avoid existing structures and above ground pipes. Stagecoach and Substation Topographic Survey, On-Call Engineering and Design Services, City of Banning - Project Surveyor responsible for field data collection, base map preparation, plat maps, and drafting of legal descriptions as part of an on-call engineering agreement. ERSC was contracted for land surveying services related to the development of the Ivy Substation Project at 1581 Charles Street and the Stagecoach Substation Project located on Hargrave Street. ERSC performed boundary and topographic surveys of both sites to establish the boundary and locate the property corner monuments. On-Call Civil Engineering and Plan Check Services, City of Colton – Project Engineer responsible for review of maps, legal documents, improvement plans, and grading plans during Engineering and Plan Check services in the City. ERSC works closely with City staff in the review of grading, street improvements, hydrology studies, soils reports, WQMP, SWPPP, lot line adjustments, and parcel maps. ERSC also provides on-call engineering services, such as the design for the La Cadena and 8th Street Intersection Reconfiguration. Education BS, Environmental Policy & Management BA, Business Managerial Studies Affiliations CASQA Areas of Expertise Erosion and Sediment Control Water Quality Improvement Plan Check Mr. Brudin has been with the ERSC team since 2014. Since joining, he has become a valuable member of ERSC’s project team in both survey related tasks and plan and map review services. While providing these services he has gained extensive working knowledge of the subdivision map act, local grading manuals, ordinances and design guidelines, the California Building Code, local wet utility design guidelines and the preparation and evaluation of erosion control plans. In various Cities, he is responsible for the review of maps, legal documents, mass and rough grading plans, residential precise grading plans, grading plans for residential development, commercial development projects, sewer improvement plans, and erosion control plans. CA, QSP No. 26269 CESSWI No. 4852 28 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 BS, Civil Engineering, Loyola Marymount University, Los Angeles, CA Mr. Brudin was introduced to the industry in 2012 as an intern at Lake Hemet Municipal Water District. Since then, he has held positions as Assistant Project Engineer and Project Engineer at C.W. Driver, a general contracting firm, until shortly after his graduation in 2015 when he took a position as Associate Civil Engineer at Parsons Corporation. Trent joined ERSC as Engineer II in early 2016. Trent has become a highly skilled engineer assisting in the management of a wide variety of projects at ERSC. Trent regularly performs complex design level tasks on water resources, civil site design, and transportation related projects included hydrology studies, drainage design, site grading, geometric site layout, WQMP and SWPPP documentation, intersection improvements, traffic signal modifications, water and wastewater pipeline design, and water feasibility studies Site Layout & Geometrics Hydrology & Drainage AutoCAD Civil 3D Traffic and Transportation Water and Wastewater SWPPP Compliance SWPPP Development Areas of Expertise Education CA, Professional Engineer No.90924 AZ, Professional Engineer No. 73812 QSD No. C90924 Similar Project Experience: Aliso Creek Roadway Improvements, City of Aliso Viejo, CA - Project Manager responsible for day-to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. ERSC prepared plans, specifications and estimates for the Aliso Creek Road Roadway Improvement Project in the City. The City initiated the project to address the deteriorating roadway between Wolverine Wat to Alicia Parkway. The project includes grind/overlay for the six-lane road segment, ADA Ramps, and bus pads along with the associated signing, striping, and traffic signal loop replacements. ERSC’s survey crews performed all field data collecting, control surveys, and base mapping during the project. Rehabilitation of Alicia Parkway, City of Aliso Viejo, CA - Project Manager responsible for day-to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. ERSC was contracted for the rehabilitation of Alicia Parkway from Pacific Park Drive to City limits. Alicia Parkway is classified as a Major Arterial (6-Lanes, Divided) per the City of Aliso Viejo General Plan, Circulation Element. In addition, the Circulation Element calls for a Class II “bike lane” along this segment of roadway. To assist the City of Aliso Viejo in maintaining the condition and riding surface of Alicia Parkway, ERSC prepared all necessary survey, roadway improvement plans and specifications, as well as signing and striping and traffic control plans. Rehabilitation of Pacific Park Drive, City of Aliso Viejo, CA - Project Manager responsible for day-to-day project guidance, team oversight, client contact, as well as schedule and budget management throughout the assignment. The City of Aliso Viejo contracted with ERSC for the rehabilitation of Pacific Park Drive from Aliso Viejo Parkway to Aliso Creek Road. Pacific Park Drive is classified as a Major Arterial (6-Lanes, Divided) per the City of Aliso Viejo General Plan, Circulation Element. In addition, the Circulation Element calls for a Class II “bike lane” along this segment of roadway. To assist the City of Aliso Viejo in maintaining the condition and riding surface of Pacific Park, ERSC will prepare roadway improvement plans and specifications, as well as signing and striping and traffic control plans for full depth replacement of failed pavement and base, sidewalk improvements, and ADA improvements. On-Call Plan Check and Inspecton Services, City of Banning – Project Engineer assisting with interim staff augmentation acting as part time water/wastewater engineer. Duties include checking plans and preparing COAs for private development projects, analyzing and producing information for capital improvement project RFPs, coordinating the City’s water system model update, and other water/wastewater engineering tasks as needed. Parking Lot at Library Street, City of Lake Elsinore, CA - Project Engineer responsible for concept development, design recommendations, and special study drafting throughout the assignment. ERSC services included design and preparation of supporting documents for the City Park parking lot. Work included preparation of construction documents, demoluition plan, erosion control plan, engineer’s cost estimate, hydrology report, and a Water Quality Management Plan (WQMP per Santa Ana Regional Water Quality Control Board Order No. R8-2010-0033). CIP Water Pipeline Replacement Project, City of Redlands, CA - Project Engineer during the design of new water mains ranging from 8 inch to 12 inch ductile iron pipe (DIP). The purpose of the project is to eliminate undersized and aging infrastructure. The design will include the reconnection of all water service laterals to the new main. The project includes approximately 55,000 linear feet of existing pipeline that need to be replaced. Pipeline Replacement, Alpine Water Users Association, Twin Peaks, CA – Project Engineer on the 1,600 linear feet pipeline replacement for Maxon Drive and Lake Forest Drive. Design pipeline replacement utilizing C900 PVC pipe, including required fittings and thrust restraint be necessary due to the significant changes in alignment of the pipeline, as well as utility research and coordination for the project. Water Usage and Storage Study, City of Loma Linda, CA – Project Engineer assisted in providing research and evaluation of storage needs for specific zones within the City. Research included, but was limited to, City Master reports, assessment and review of City’s existing storage facilities, preparation of schematic profile of the City’s water system to source, transfer/conveyance facilities, procure and review water production records to develop a recommendation to the City for their storage and usage needs. Trent Brudin, PE, QSP/QSD | Engineer IV 29 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Reza Toorzani, PE | Principal Engineer Education BS, Civil Engineering, Southern University and A&M College, Baton Rouge, LA MS, Civil Engineering, New Jersey Institute of Technology, Newark, NJ Affiliations American Concrete Institute Areas of Expertise Construction Management Structural Engineering Structural Analysis Material Analysis Mr. Toorzani joined the ERSC team in 2003, with more than 26 years of rich and extensive experience. He has gained particular skill in design, and a distinguished reputation for the overall supervision of large and complicated projects, insuring that the contracted works meets the required specifications. He has managed several site supervision teams and played a major role in completing projects according to program and within budget. In addition, Mr. Toorzani has practiced as an analyst, designer and site superintendent in the implementation of major civil infrastructure projects mainly in the United States and Iran. Since joining the ERSC team, Mr. Toorzani has focused his extensive experience and expertise on the design and peer review of various structures. His design experience includes large scale solar projects, walls and foundations, reinforced concrete box storm drains and substructures and block enclosures and small wood framed structures at pump station and large metal buildings. Has conducted peer review for conical wind turbine foundations in the City of Palm Springs, Con-Span bridge structures along the Cactus Valley Wash in the City of Hemet and reinforced concrete structures crossing the East Garden Grove/Wintersburg Channel in the City of Huntington Beach. CA, Civil Engineer No. C74906 DE, Civil Engineer No. C13235 Similar Project Experience: Palm Springs Master Drainage Plan Lines 6A and 8 and Laterals 20C and 20CA, Palm Springs, CA – Project Engineer and Construction Manager during the design and construction of the three major flood control projects across the City. Located along Sunrise Way Line 6A and Line 8 will result in the elimination of “down and under drains” and support commercial development between Via Escuela and Vista Chino Drive and Andreas Road and the Baristo Channel, respectively. Similarly, Laterals 20C and 20CA will result in the elimination of “down and under drains” and support residential development along El Cielo and Baristo Road. Mr. Toorzani provided review and modification of master plan hydrology, utility coordination, alignment selection and analysis, hydraulic modeling and the development of plans, specifications and estimates, and construction management. Horseshoe Development, Soboba Band of Luiseno Indians, San Jacinto, CA - Construction Manager attending construction/coordination meetings each week, maintained all meeting minutes, R.F.I. logs and change order logs. Review of all shop drawings/submittals for conformance with plans and specs. Maintained the submittal log and provided weekly updates. Provided daily oversight of construction activities by the contractors and subcontractors and maintained daily inspection reports. Provided value engineering as needed to maintain the project construction on track and within budget. Work also included coordinating commissioning of the Fire Station, tests of all mechanical/electrical systems performance for conformance with plans/specs. Inspectors also performed a punch list and back check review of the substantially completed building. Soboba Sports Park and Parking Lot, San Jacinto, CA - Construction manager and Project Engineer for the design, survey, and construction management services in preparation of grading and drainage improvement plans for a new sports park on the reservation. The project included construction of a proposed building, restrooms, removal and replacement of an existing playground, 8 row bleacher and parking lot expansion. The new parking lot included new paved spaces to accommodate additional traffic expected from the park’s expansion. South Gate Park Infrastructure Improvements (Area S Picnic Area), City Project No. 488-PRK - Construction Manager during the course of the project. The project will include conversion of an existing Roller Hockey rink into a group picnic area. The park improvements are located near the northwest corner of South Gate Park, near the intersection of Southern Avenue and Hildreth Avenue, at the roller court facility. Work will include construction/ installation of concrete flatwork, decomposed granite paving, seat wall, tree planters, landscaping, picnic structures, and park furniture. State Street Park, and Cycle 8 & 9 Safe-Route-to-School Projects, City of South Gate - Construction Manager during a $3.5 Million project for construction of a new park and several Street and Intersection Safety improvements projects in the City of South Gate. The project involves working with School District, LADWP, Fire Department and the adjacent community. The work involves street resurfacing, and construction of curb & gutter, sidewalk, ADA Ramps, installation of signs and markings, installation of Traffic Loops, grading, drainage, water quality systems, landscaping, hardscaping, building facilities, playground facilities, picnic shelters, utilities, lighting, and basketball court/ sport facilities. CSDP Line 3-5, City of Colton – Project Engineer involved in the design of a regional drainage facility to convey 1,000 cfs from a 2,045-acre area. The project required the installation of 10,000 feet of 108- and 120-inch reinforced concrete pipe from Valley Boulevard south to the Santa Ana River. The project required protecting sewer and water mains, MCI fiber optics cable, major petroleum products line and gas lines, and an existing aqueduct system. Completion of the project required the installation of approximately 1,700 feet of 108-inch RCP by boring and jacking methods. 30 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Similar Project Experience: City of Highland Elder Creek Hydrology Analysis and Feasibility Study, City of Highland, Highland, CA – Project Engineer for the preparation of a drainage feasibility study report for Elder Creek Storm Drain Facilities at Greenspot Road. The report was prepared to determine the tributary flows to the existing 12’x 4’ Reinforced Concrete Box (RCB) at Greenspot Road and Elder Creek Channel. La Cadena and 8th Street Intersection Reconfiguration, City of Colton, CA – Project Engineer during reconfiguration of the La Cadena & 8th Street intersection. Staff created a concept considering the wishes of City staff and council members that would reconfigure the intersection. The new concept included a free right bypass lane protected by raised median for north west traffic on La Cadena. Traffic from surrounding residential streets would stop at the new intersection with turn restrictions and channeled through raised medians for additional traffic calming. The reconfiguration of the intersection also required reconfiguration of existing drainage improvements. Pavement Management Program, Signing and Striping, City of Highland, CA – Engineer II in the development of street/signing & striping plans and engineering estimates for residential pavement rehabilitation in Highland and San Bernardino, CA. Benjamin assisted in the drafting of plans as well as the construction cost and quantity estimates. Overland Bridge at Murrieta Creek, CNS Engineers, Temecula, CA - As a partner to the CNS Engineers’ team, served as Project Engineer during the design of a bridge structure over and across Murrieta Creek connecting Avenida Alvarado at the intersection of Diaz to the west of the creek, with Overland Drive at the intersection of Enterprise Circle to the east of the creek. The ERSC team was responsible for all ancillary improvements to the design of the bridge. Street improvements, drainage improvements, legals/plats, hydraulic/hydrology analysis, and WQAR were all facilitated in house by the ERSC team. State Street Gap Closure Project, City of San Bernardino, CA - Project Engineer during the design for roadway design and environmental clearance for the Street; a vital transportation corridor. State Street will be a four-lane roadway with a center median and bike lanes connecting Baseline Street to State Route 210. The design includes a new roadway in the portion of the project where no transportation infrastructure exists, rehabilitating existing portions to updated standard, and ROW acquisition is required to complete the project. Golden Avenue Bridge, Placentia, CA – Project Engineer during the development of plans for the bridge replacement project in Orange County. Plan and profile views were created for the proposed bridge layout and the existing Carbon Creek flood control channel below. Considerations during geometric layout included aligning with existing streets, identification of existing utilities and storm drains, proposing new storm drain locations, an adequate bridge width to accommodate future traffic, pedestrian and bike flows, and the placement of the OC Bike Loop that is planned to run within the Carbon Creek channel which has entrance/exit ramps on either side of the bridge. Bridge design was provided by Biggs Cardosa Associates, Inc. Perimeter Wall, Grading, Street Improvement, LA County, CA – Assisted in the design of a perimeter wall plan and driveway entrance for an SCE substation in Palmdale, CA. Benjamin made design modifications to the proposed perimeter wall and grading that surrounded the electrical powerplant. He also drafted signing and striping plans for the front entrance deceleration lanes and erosion control plans for the areas that were disturbed by construction. Site Development for New Apartment Complex, Los Alamitos, CA – Responsible for designing the conceptual and precise grading plans for a 4-acre residential apartment complex in Los Alamitos, CA. Benjamin assisted with pre-development and post- development hydrology studies with the use of Orange County CivilDesign software. He drafted Rational Method and Unit Hydrograph Method hydrology maps. Using the hydrology results, he designed detention basins and storm drain lines for the site. Site Development for Parking Lot, Redlands, CA – Responsible for designing the precise grading, horizontal control and erosion control plans for an ESRI parking lot in Redlands, CA. Benjamin also assisted with the vertical and horizontal surveying of the project site that was later used to develop the grading plans. Mr. Booth has a broad base of experience in various disciplines such as site development, street improvements, and grading and drainage, pavement rehab design and construction, and utility design. Mr. Booth is a recent graduate from Arizona State University and interned with notable companies such as Schuler Constructors, PACE, and HDR during his undergraduate studies. He worked for a local private engineering consultant where he served as a survey chairman and a design engineer. Projects recently undertaken by Mr. Booth involving the design and construction services include the following significant assignments. CA, Professional Engineer No.92625 BS, Civil Engineering, Arizona State University, Tempe, AZ Pavement Rehabilitation Services Utility Services Land Development Services Education Areas of Expertise Ben Booth, PE | Engineer V 31 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Similar Project Experience: Washington Street at Fred Waring Drive Triple Left Turn Lanes, City of La Quinta, La Quinta, CA – Assisting in design of improvements to this high traffic intersection by adding a third, left turn lane in each direction of the intersection in order to alleviate traffic congestion and improve traffic flow. Ms. Hernandez also assisted on the detailed project description, plans, bid schedules, bid item descriptions, payment methods, engineer’s estimate, special provisions, technical specifications, and any specification detail sheets and relevant standard plans. Inundation Study for Mineral Hot Springs Lake, San Manuel Band of Mission Indians, San Bernardino, CA - Project Engineer during the decommissioning of Mineral Hot Springs Lake (MHSL). The Tribe wished to reclassify the lake to reduce the oversight of the State of California’s Department of Dam Safety. In decommissioning and reclassification, ERSC will work to redesign the weir and outlet structure to allow the lake to operate below 15 acre feet. Soboba Band of Luiseño Indians, Master Drainage Plan (MDP) Storm Drain Improvements within EDC Commercial Retail Development - Project Engineer during preparation of a drainage study and improvement plans for construction of MDP Lines B1, B2, and B3 for the Horseshoe Development Site consistent with the current MDP Report. CIP Water Pipeline Replacement Project, City of Redlands, Redlands, CA - Assisted in the design of new water mains ranging from 8 inch to 12 inch ductile iron pipe (DIP). The purpose of the project was to eliminate undersized and aging infrastructure. The design included the reconnection of all water service laterals to the new main. The project includes approximately 55,000 linear feet of existing pipeline that need to be replaced. Sewer Capacity Improvement Project C-3, City of Victorville, Victorville, CA – Assisted designer during the project that included upgrading of 6,550 of 18-inch pipe upgraded from 12-inch pipe. The project is generally located in residential areas and crosses a park in an easement. The City of Victorville has identified the potential to construct a new sewer main in the San Bernardino County Flood Control District’s (SBFCD) access road, next to the Oro Grande Wash from Austin Road to Seneca Road. This relocation eliminates a series of existing lines that traverse several properties, which requires the abandonment of any existing easements. This requires coordination with several residences, and the new alignment will require coordination with SBFCD and their approval. It is assumed that this has been discussed with SBFCD but will require appropriate reviews and permitting. Aliso Creek Road Rehab from Aliso Viejo Parkway to SR-73, City of Aliso Viejo, CA - Project Engineer on the design of the Aliso Creek Road Rehab project, which included the grind and overlay of the roadway, localized full depth replacements, signing and striping, traffic signal loops, traffic control and Caltrans Coordination. The project involved additional detailed design of ADA ramps at the SR-73 interchange and obtaining a Caltrans Encroachment permit. C Street Angled Parking, City of Ontario, Ontario, CA - Designer for the C Street angled parking. Work included reconfiguration of the existing roadway to allow for thirteen (13) angled stalls to accommodate parking for the existing Wells Fargo. 4th Street Apartments, City of Yucaipa, Yucaipa, CA - Assisted with the design of 18 apartment units on approximately 2.5 acres of land. Scope of work also includes production of the preliminary WQMP and hydrology calculations. Design of Murrieta Creek Bridge, City of Temecula, Temecula, CA – Assisting in the design of a bridge structure over Murrieta Creek connecting Overland Drive at the intersection of Enterprise Circle West on the east side of the Creek to Avenida Alvarado at the intersection of Diaz Road on the west side of the Creek. Ms. Hernandez is also assisting on the PS&E and utility research and coordination. Stephania Hernandez, EIT | Engineer III BS, Geographic and Environmental Engineering, University of Applied and Environmental Sciences (UDCA), Bogotá, Colombia EIT No. 174746 Ms. Hernandez joined ERSC in 2019 as an Engineer I. Since then, she has gained experience in the preparation of design plans and public works projects. She is able to identify and solve problems related to roadway/design rehabilitation, ADA improvements, horizontal and vertical geometric design, site improvements, and WQMP. She is also efficient in the planning and organization of geographical space and in the use of modern cartographic technologies and of Geographic Information Systems (GIS). Site layout & Geometrics Grading Hydrology and Drainage Water and wastewater WQMP SWPPP AutoCAD Civil 3D Areas of Expertise Education 32 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Similar Project Experience: Overland Bridge at Murrieta Creek, CNS Engineers, Temecula, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC served as a partner to the CNS Engineers’ team, during the design of a bridge structure over and across Murrieta Creek connecting Avenida Alvarado at the intersection of Diaz to the west of the creek, with Overland Drive at the intersection of Enterprise Circle to the east of the creek. The ERSC team was responsible for all ancillary improvements to the design of the bridge. Street improvements, drainage improvements, legals/plats, hydraulic/hydrology analysis, and WQAR were all facilitated in house by the ERSC team. Tippecanoe Pavement Rehabilitation Project, City of Highland, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. Also assisted with survey tasks. ERSC provided professional engineering services related to Cooperative City/County Pavement Rehabilitation Project, str20003 pavement rehabilitation of five street reaches covering four streets. For Tippecanoe Avenue, existing AC and native material was pulverized in place, a portion of the pulverized material removed, cement added to the remaining pulverized material, followed by placement of HMA and RHMA for the reach from 3rd to 6th. B&H Gas Station and Minimart, Simmons Built, Calimesa, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC provided professional engineering services required to complete contract documents for onsite and offsite improvements related to a gas station and minimart located on the southwest corner of County Line Road and California Avenue in the City of Calimesa. Multi Family Residential Project, Simmons Built, Yucaipa, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC provided professional engineering services required to complete contract documents related to the construction of 13 multi-family units and the renovation of an existing residence on Assessor’s parcel 0319- 252-02 located on Avenue H east of 3rd Street in the Yucaipa, California. Madison Avenue Waterline Project, Rancho California Water District, Murrieta, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. RCWD’s Madison Avenue Waterline Project consists of the design and construction of 700± linear feet (LF) of 16-inch replacement waterline in the City of Murrieta. ERSC services included surveying and mapping, alignment selection, preliminary design report & corrosivity evaluation, potholing & geotechnical study, final construction drawings and bid phase support. Aliso Creek Road Rehab from Aliso Viejo Parkway to SR-73, City of Aliso Viejo, CA – Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC provided services including the grind and overlay of the roadway, localized full depth replacements, signing and striping, traffic signal loops, traffic control and Caltrans Coordination. The project involved additional detailed design of ADA ramps at the SR-73 interchange and obtaining a Caltrans Encroachment permit. Parking Lot at Library Street, City of Lake Elsinore, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC services included preparation of construction documents, demoluition plan, erosion control plan, engineer’s cost estimate, hydrology report, and a Water Quality Management Plan (WQMP per Santa Ana Regional Water Quality Control Board Order No. R8-2010-0033). Travis Moffatt, EIT | Engineer II Education California Baptist University, Civil Engineering Areas of Expertise AutoCAD CIVILD GeoHEC-RAS HEC-RAS Travis Moffatt first joined ERSC as an intern during his collegiate journey. He is now a permanent member of our design team, having earned his EIT. Travis continues to expand his engineering toolkit by performing various engineering tasks such as AutoCAD drafting, hydrology calculations with CIVILD, analysis using GeoHEC-RAS and HEC-RAS, Excel calculations and spreadsheets, surveying and project coordination for plan checks. EIT #174538 33 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Similar Project Experience: TELD-4 Storage Forebay Reservoirs Condition Assessment, Coachella Valley Water District, Palm Desert, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. Services consisted of evaluating the exterior and interior surfaces to determine the condition of the existing coating systems, structural integrity, and to evaluate the reservoir for Cal/ OSHA requirements, SWRCB compliance, and AWWA D100 regulations. Annual Condition Evaluation of Water Storage Reservoirs, Coachella Valley Water District - Project Designer responsible for preparation photo analysis and corrosion assessment reports for each reservoir. Coachella Valley Water District contracted with ERSC to perform annual inspections of water storage reservoirs within its system and to date ERSC has evaluated 42 of the 66 potable reservoirs in the CVWD service area. The annual inspections allow CVWD to meet the requirements of the health department as well as keep apprised of the reservoir’s condition to determine when maintenance is required. Alamitos Reservoir Potable Tank No. 7 & Recycled Tank No. 22 Rehabilitation, Long Beach Water Department, City of Long Beach, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. Work includes preparing two construction bid packages and providing construction management & inspection services for the rehabilitation of two 3.3 million gallon water tanks at LBWD’s Alamitos Reservoir. ERSC prepared one set of construction documents for each tank including cost estimates and provide bid phase services for the Projects. Condition Evaluation & Cleaning Services of 2022 Tank Inspections by Underwater Diving, Bighorn-Desert View Water Agency, Yucca Valley, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. Services consisted of cleaning the interior bottom surfaces and evaluating the exterior and interior surfaces to determine the condition of the existing coating systems, structural integrity, and to evaluate the tank for Cal/OSHA requirements, SWRCB compliance, and AWWA D100 regulations. Washwater Tank No. 2 Upgrades, City of Poway, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC was contracted to complete the preparation of plans, specifications, and estimates for the Washwater Tank No. 2 Upgrades project. Washwater Tank No. 2 is a 0.2 MG welded steel tank with a diameter of 35 feet and a height of 28 feet. The tank was originally constructed in 1995 per AWWA D100 standards, and the tank vent structure was repaired in 2014. West Valley Water District R2-3 TANK REHABILITATION PROJECT, Thienes Engineering, Fontana, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC was contracted to prepare documents for use by Thienes Engineering in bidding and construction of the recoating and selected repairs to the West Valley Water District (WVWD) water storage tank R2-3. Tank 2-3 has a nominal capacity of 4,000,000 gallons (4.0 MG), a diameter of 150 feet, a shell height of 31 feet, and was constructed in 1991. CSA 64 Tanks 2A & 2B Rehabilitation Project, San Bernardino County Special Districts Department, Hesperia, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC was contracted to provide professional design engineering services for the recoating of two water tanks and a new well for CSA 64 Spring Valley Lake Comunity. Tank 2A is a 675,000 gallon steel welded tank in need of interior recoating. Tank 2B is a 1.0 MG steel welded tank and in need of exterior recoating. Our work includes preparation of documents for use by Special Districts in bidding and construction of the recoating and selected repairs to the two steel tanks. Nathan Shea, EIT | Engineer II Mr. Shea joined ERSC, bringing an accumen for civil design, consulting, and client service. His duties on our team include applying engineering judgement to design solutions for various public works projects. He is also tasked with interacting with clients as the point of contact for various projects. Nathan also creates legal documents for right of way dedications and land easements. In previous assignments he drafted conceptual grading plans for industrial projects using Civil 3D, wrote drainage reports using FEMA and survey data for submittal to clients, and drafted lot exhibits for residential land development projects. Engineer in Training California Baptist University, Civil Engineering Civil 3D AutoCAD Surveying Adobe Photoshop Microsoft Office Excel Education Areas of Expertise 34 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Mr. Popa joined ERSC, bringing an acumen for design, programming, and consulting. His duties on our team include applying engineering judgment to design solutions for various public works projects. Stress Analysis Heat Transfer Fluid Dynamics Safe Product Design and Analysis Strength of Materials Machine Design Themed Entertainment Design Areas of Expertise California State Polytechnic University, Pomona, BS in Mechanical Engineering Engineer in Training Education Similar Project Experience: McCoy Equestrian Center Trailer Parking Area Expansion, City of Chino Hills, CA - Project Engineer responsible for concept development, design recommendations, and special study drafting throughout the assignment. ERSC was contracted to provide professional engineering services for the preparation of construction drawings related to Equestrian Center Horse Trailer Parking Expansion Project. RV Booster Station Rehabilitation, Pechanga Band of Indians, Temecula, CA - Project Engineer responsible for concept development, design recommendations, and special study drafting throughout the assignment. ERSC was contracted to provide professional engineering services for upgrading a booster station that was originally constructed in 2000 at an RV resort. BM 17-115 - Sewer C3 Replacement Project, City of Victorville, CA - Project Engineer responsible for concept development, design recommendations, and special study drafting throughout the assignment. Project scope includes upgrade of 6,550 of 18-inch pipe upgraded from 12-inch pipe. PS&E for Sewer Collection System and Lift Stations, Soboba Band of Luiseño Indians, San Jacinto, CA - Project Engineer responsible for concept development, design recommendations, and special study drafting throughout the assignment. ERSC was contracted for the preparation of Plans, Specifications, and Cost Estimates (PS&E) for Soboba gravity sewer system and lift stations within Soboba Band of Luiseño Indians (SBLI) Reservation. Water Tower Construction at Plant 120, East Valley Water District, CA - Project Engineer responsible for concept development, design recommendations, and special study drafting throughout the assignment. ERSC was contracted to provide quality control inspection for the construction of a new 0.63 MG ground-level bolted steel water reservoir on District property near the intersection of Gold Buckle Road and Silver Buckle Road. Lake Gregory Chamber of Commerce Prefabricated Restroom, STK Architecture, County of San Bernardino, CA - Project Engineer responsible for concept development, design recommendations, and special study drafting throughout the assignment. ERSC was contracted to provide professional engineering and surveying services required to complete contract documents for proposed site improvements for construction of a prefabricated restroom near the Lake Gregory Chamber of Commerce building. Pavement Rehabilitation, Enterprise from Aliso Creek Rd to Aliso Viejo Parkway, City of Aliso Viejo, CA - Project Engineer responsible for concept development, design recommendations, and special study drafting throughout the assignment. ERSC was contracted to provide professional engineering services for the improvement of a stretch of Enteripse identified as structurally deficient in the City’s Pavement Evaluation and Repair Recommendations Report. Marcus Popa, EIT | Engineer I 35 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Similar Project Experience: Washington Street at Fred Waring Drive Triple Left Turn Lanes, City of La Quinta, CA – Project Engineer assisting in design of improvements to this high traffic intersection by adding a third, left turn lane in each direction of the intersection in order to alleviate traffic congestion and improve traffic flow. Ms. Hernandez also assisted on the detailed project description, plans, bid schedules, bid item descriptions, payment methods, engineer’s estimate, special provisions, technical specifications, and any specification detail sheets and relevant standard plans. Traffic Signal System, Rancho California Road and Tee Drive, City of Temecula, CA - Project Engineer during the design and utility coordination for a new traffic signal system, including a new power source. Work includes exploration and evaluation of several blow offs, valves and manholes valves, as well as overhead electrical lines along the south side of the intersection. In addition to the utilities, the proposed design will incorporate necessary features to facilitate bicycle crossings at the intersection per the City of Temecula’s Multi-use Trails and Bikeways Master Plan. Design of Murrieta Creek Bridge, City of Temecula, CA – Assisting in the design of a bridge structure over Murrieta Creek connecting Overland Drive at the intersection of Enterprise Circle West on the east side of the Creek to Avenida Alvarado at the intersection of Diaz Road on the west side of the Creek. Ms. Hernandez also assists on the PS&E and utility research and coordination. GIS System Atlas and Field Map, Riverside Highland Water Company, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC assisted in creating a new atlas map of the water system that allowed interactive access to view the system and the associated record drawings. Staff converted record drawings and CAD information to a comprehensive GIS Map, archived and mapped entire system, appended all record drawing information to facilities on GIS Map, added to GIS Field Maps for crew access to Atlas and record drawings from the field, and deployed to Tablet devices and trained field staff to use the new tools. State Street Gap Closure Project, City of San Bernardino, CA - Project Engineer for roadway design and environmental clearance this vital transportation corridor. State Street will be a four-lane roadway with a center median and bike lanes connecting Baseline Street to State Route 210. The design includes a new roadway in the portion of the project where no transportation infrastructure exists, rehabilitating existing portions to updated standard, and ROW acquisition is also required. Aliso Creek Road Rehab from Aliso Viejo Parkway to SR-73, City of Aliso Viejo, CA – Project Engineer on the design of this rehab project, which included the grind and overlay of the roadway, localized full depth replacements, signing and striping, traffic signal loops, traffic control and Caltrans Coordination. The project involved additional detailed design of ADA ramps at the SR-73 interchange and obtaining a Caltrans Encroachment permit. Golden Avenue Bridge Replacement Project, Biggs Cardoza Associates, Placentia, CA - Project Engineer during the development of plans for the bridge replacement project in Orange County. ERSC coordinated plans for channel modification and permitting with ACOE. ERSC also provided geometric layout including aligning with existing streets, identification of existing utilities and storm drains, proposing new storm drain locations, an adequate bridge width to accommodate future traffic, pedestrian and bike flows, and the placement of the OC Bike Loop that is planned to run within the Carbon Creek channel. Rancho Ave. A & N Street Intersection Improvements, City of Colton, CA - Project Engineer during traffic and civil engineering services to the City of Colton to improve safety at the Rancho Avenue and N Street intersection. The new intersection will include reduced lanes from 2 to 1 approaching the intersection, signing/striping improvements, permanent delineators, and a CalTrans High Tension Barrier System. Also provided services for design survey, pavement reconstruction, raised median, ADA, and curb and gutter improvements. Katherine Hernandez | Engineer II Ms. Hernandez joined the ERSC team as an Engineer I in 2019. With a strong background in geographic and environmental engineering, she excels in addressing issues related to environmental, geographical, and territorial resources while focusing on sustainable development and territorial planning. Her expertise includes roadway design rehabilitation, ADA compliance improvements, geometric design (both horizontal and vertical), and traffic and transportation systems. Additionally. Ms. Hernandez is skilled in cartography and proficient in modern geographic information systems (GIS). She brings over 5 years of experience in managing and analyzing GIS for utility management, demonstrating proven expertise in spatial data analysis, map creation, and GIS software. Her work effectively optimizes utility infrastructure, enhances data accuracy, and supports strategic planning initiatives. Spatial Analysis Data Visualization Environmental Analysis Water Resources Planning Site Layout & Geometrics AutoCAD Civil 3D Traffic & Transportation Areas of Expertise BS, Geographic and Environmental Engineering, University of Applied and Environmental Sciences (UDCA), Bogotá, Colombia Education 36 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Zoey Dunmire | Engineer I Zoey joined ERSC in 2023 after a collegiate tenure in which she earned both undergraduate and graduate engineering degrees. She is now a part of our design team, expand her engineering toolkit by performing various engineering tasks such as AutoCAD drafting, utility calculations, Excel calculations, and spreadsheets. MS, Mechanical Engineering, University of California San Diego BS, Environmental Engineering, University of California San Diego MATLAB Autodesk Fusion 360 SolidWorks AutoCAD 3D Printing Arduino Education Areas of Expertise Similar Project Experience: 5th Street, Greenspot Road, & Orange Street Pavement Rehabilitation Project City of HIghland, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC was contracted to provide professional engineering services for a pavement rehabilitation project slated to improve five street segments. Rehabilitation efforts include Cold In-Place Recycling (CIR) and 1.5” grind and overlay with Petromat, and additional scope includes assessing pavement failures, settled pavement, ponding areas, raised and damaged sidewalk panels, and deficient curb and gutter and shoulder areas. Overland Drive Widening, City of Temecula, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC was contracted to provide professional engineering services for the widening of Overland Drive from Jefferson Avenue to Commerce Center Drive. The project included mapping and an evaluation of the effects of a roadway widening, coordination with the Rancho California and Eastern Municipal Water Districts for relocation and adjustment of water and sewer facilities, as well as various power and communications companies for the relocation of dry utilities impacted by the project (pad mount transformers, underground vaults, and service pedestals). The project also included the installation of a new traffic signal and striping modifications, installation of new street lighting, and preparation of legal descriptions and plats in support of the right- of-way ac-quisition effort. PS&E for Sewer Collection System & Lift Stations, Soboba Band of Luiseño Indians, San Jacinto, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC was contracted for the preparation of Plans, Specifications, and Cost Estimates (PS&E) for gravity sewer system and lift stations within Soboba Band of Luiseño Indians (SBLI) Reservation. Our work focuses on the development of alignment and preparation of construction plans for an alternative which collects the wastewater flows from the reservation to be conveyed to the EMWD sewer system for treatment. PS&E for the Soboba MDP Line J & J-1, Soboba Band of Luiseño Indians, San Jacinto, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC was contracted for the preparation of Plans, Specifications, and Cost Estimates (PS&E) for the design and construction of the MDP Line J and J-1 that would avoid/minimize adverse impacts on the existing and planned residential developments within the project location. Our scope included field reconnaissance, utility research, design survey, hydrology analysis, hydraulic analysis, geotechnical investigation, preparation of construction plans, specifications, cost estimates, coordination and processing, and post-design bidding support services. RV Booster Station Rehabilitation, Pechanga Band of Indians, Temecula, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC was contracted to provide professional engineering services for upgrading a booster station that was originally constructed in 2000 at an RV resort. The design will include replacing pumps, motors, valves, and electronic equipment and relocating the electrical equipment to the adjacent electrical room. Our work includes project management and coordination, research and preliminary layout, specifications and plans, and bidding phase assistance. Public Works Yard Restroom, City of Chino Hills, CA - Project Designer responsible for preparation of project documents and completion of computer aided design throughout all phases of the assignment. ERSC was contracted to provide engineering services for the preparation of construction drawings related to installation of a new staff restroom building at the City Yard Facility. Improvements include the installation of a prefabricated restroom adjacent to an existing storage building, necessary utility connections including water, sewer and electricity, construction of a concrete pad to house the restroom, and necessary asphalt pavement reconstruction to meet ADA requirements. 37 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Similar Project Experience: On-Call Engineering Plan Check Services, City of Palm Springs – Principal Surveyor responsible for oversight of review of survey documents during an on-call professional services agreement with the City of Palm Springs. ERSC provides plan and map checking for the City’s development projects. Specific tasks include the review of improvement plans, final subdivision maps, and other survey related documents as prepared by design consultants for accuracy and completeness, conformance to local codes, ordinances, and design standards. Riverside County Surveyor - Under direction of the County Surveyor, checked tract maps for conformance with the Subdivision Map Act, County ordinances, and development standards. Reviewed records of surveys and corner records for conformance with the Land Surveyor’s Act. Managed on-call field surveying services for aerial mapping, control, topographic and construction surveys. Highway 111 Widening from Jefferson Street to Madison Street, City of Indio - Managed the construction surveying for the widening of Highway 111 which included new street curbs, sidewalks and medians and over one mile of 48” storm drain. Highway 111 Bridge over the La Quinta Channel, City of Indio - Managed construction staking for the bridge, underground utilities and a commercial parking lot. Monroe Street Widening, City of Indio - Managed control, topographic and construction staking for the widening of Monroe Street between Avenue 52 and Avenue 49. The project included the undergrounding of over a mile of electrical transmission lines and street improvements. City of Indio Storm Drain System, Indio, CA - Oversaw field surveys to locate all city storm drain facilities that outlet into the Whitewater River Channel. The survey utilized RTK GPS methods to locate the storm drain networks and outfalls to the river channel. Using ArcGIS, the data was used to develop a map atlas for public works crews. On-Call Plan Check and Inspection Services, City of Banning – Principal Surveyor responsible for oversight of review of survey documents during plan check and inspection services of residential and development projects. Plan check services include review of maps, street, sewer, water, grading and storm drain projects, as well as review of construction drawings to assure compliance with City, State and Federal regulations. ERSC also provides conditions of approvals for City projects, as needed. General Plan Check Services, City of Chino – Principal Surveyor responsible for oversight of review of survey documents during general plan check services to the City of Chino since 2016. In the City of Chino, ERSC is commissioned to provide the review of Rough and Precise Grading Plans, Wet Utility, Plans (e.g. Sewer, Water, Storm Drain), Street Improvement Plans, Street Light Plans and Voltage Drop Calculations, Hydrology Studies and Hydraulic Calculations, Water Quality Management Plans (WQMPs), Survey documents and maps, and Soils Reports, for private development and capital improvement projects throughout the City. On-Call Plan Check, Inspection and Design Services, City of Beaumont – Principal Surveyor responsible for oversight of review of survey documents during civil engineering plan check, design, and inspection services to the City of Beaumont since in 2017. ERSC reviews development projects, CIP projects, and WQMPs. Development plans range from 1-million sqft commercial complexes to multiple lot subdivisions. As an on-call design consultant, ERSC is responsible for paving projects, survey projects, and drainage projects. Most recently, ERSC completed the Highland Springs/1st Drainage project to mitigate erosion and sedimentation issue near a local golf course. On-Call Civil Engineering and Plan Check Services, City of Colton – Principal Surveyor responsible for oversight of review of survey documents during Engineering and Plan Check services in the City. ERSC works closely with City staff in the review of grading, street improvements, hydrology studies, soils reports, WQMP, SWPPP, lot line adjustments, and parcel maps. ERSC also provides on-call engineering services, such as the design for the La Cadena and 8th Street Intersection Reconfiguration. Robert Ollerton, PLS | Principal Surveyor Robert has over 35 years of professional experience in land surveying for municipal agencies. He has managed a wide variety of land survey projects including surveys for topographic mapping, geodetic control, right of-way, boundary, and construction projects. Most recently, Robert’s responsibilities as the Principal Surveyor include the management and coordination of construction staking contracts for civil engineering projects, boundary surveys, title analysis, topographic mapping, detailed design surveys, ALTA Surveys and mapping. Since joining ERSC, Robert’s wide range of skills and background have enabled ERSC to provide clients with localized and personalized service, keeping true to ERSC’s philosophy of dedication to customer service and satisfaction. CA, Land Surveyor No. 7731 Civil Engineering & Land Surveying Coursework, University of California at Riverside, Riverside, CA Civil3D MicroStation ArcMap Boundary Surveying Right-Of-Way & Easements Construction Surveying Topographic Mapping Consulting Surveyor to Municipal Agencies Education Areas of Expertise 38 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Aragon Geotechnical, Inc. | Geotechnical Engineering C. FERNANDO ARAGÓN, M.S., P.E., G.E. CIVIL ENGINEER, GEOTECHNICAL ENGINEER 16801 Van Buren Blvd., Bldg. B Riverside, CA 92504 TTeell:: 951.776.0345 ● FFaaxx:: 951.776.0395 www.aragongeo.com EDUCATION • Loyola Marymount University of Los Angeles, B.S., Civil Engineering • University of California, Berkeley, M.S., Civil Engineering with emphasis in Geo Engineering PROFESSIONAL REGISTRATIONS • Registered Civil Engineer, California, No. 72277 [Exp. 6/30/24] • Registered Geotechnical Engineer, California, No. 2994 [Exp. 6/30/24] • California Department of Transportation, Certificate of Proficiency, Expires: 9/2022 • Governor’s Office of Emergency Services – Disaster Services Worker – Volunteer PROFESSIONAL AFFILIATIONS AND HONORS • American Society of Civil Engineers • ASTM International – Participating Member • Member of Tau Beta Pi National Engineering Honor Society • Member of Chi Epsilon National Civil Engineering Honor Society • Association of Drilled Shaft Contractors (ADSC), The International Association of Foundation Drilling, 2004-2005 graduate student scholarship recipient • University of California at Berkeley, 2004-2005 graduate fellowship PROFESSIONAL HISTORY 1997-Present: Aragón Geotechnical Inc., Riverside, California; Soils Technician (Laboratory and Field) to Engineering Assistant, Staff Engineer, Project Engineer to President. 5/2002-8/2002: Kiewit Pacific Company, Santa Fe Springs, California; Engineering Field Intern. 1996-1997: Aragón Geotechnical Consultants, Inc., Riverside and Lake Arrowhead, California; Engineering Assistant; Soils Technician (Laboratory and Field.) 39 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Community Works Design Group. LLC | Landscape Architecture FIRM OVERVIEW COMMUNITY WORKS DESIGN GROUP, LLC (CWDG) Landscape Architecture - Planning 4649 Brockton Avenue Riverside, California 92506 (951) 369-0700 Federal I.D. 82-1854334 California Department of Industrial Relations #: PW-LR-1000707823 PRINCIPAL: Scott Rice ASLA, LEED AP, CASp - President/ Authorized Signer CONTACT: Scott Rice, LLA #5111 (Licensed 15+ years - since 2005; expiration date: 12/31/22) scott@cwdg.fun | (951) 369-0700 office / (909) 754-1257 cell Community Works Design Group (CWDG) was established in 1985 and provides municipal planning services throughout the State of California. The firm focuses on Park, Recreation, Streetscape and Trails Planning projects. CWDG has a ready and available staff of eight professionals. We draw upon four Licensed Landscape Architects, a LEED Accredited Professional, an in-house ISA Arborist, a Certified Irrigation Designer/Certified Landscape Irrigation Auditor, a SITES Accredited Professional, and a Certified Access Specialist (CASp). Community Works Design Group does what its name implies - it assists communities with the design of park projects that work. Our focus is on park and recreation and municipal projects and has been since day one in 1985. We come from your side of the fence. Scott Rice has served under contract as City Landscape Architect for City of Highland continuously since 2005. Our newest Senior Landscape Architect/ ISA Certified Arborist, Dan Burkhart, joined our team after serving as Senior Landscape Inspector for the City of Yorba Linda. CWDG has designed over 250 trails and streetscape projects in our 35 year history, including 20 public works projects within the past 5 years (2017-present). “Designing your Dreams” starts here at our two story design studio - complete with an indoor spiral slide and a 25’ swing! 40 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Terra Nova Planning & Research, Inc. | Environmental Engineering Terra Nova Planning & Research, Inc. Summary Statement of Qualifications/3.9.23 Terra Nova Company Profile Terra Nova is a full service land use and environmental planning firm with a highly professional team of experienced urban and environmental planners and technical staff. Founded in Palm Springs in 1984, Terra Nova enjoys a strong reputation for providing clients with professional services of high quality, creativity and innovation, and scientific objectivity. Terra Nova has provided public sector planning, environmental and other analytical services to a wide range of public agencies, including all cities of the Coachella Valley, the City of 29 Palms, the Towns of Yucca Valley and Apple Valley, the County of Riverside, the City of San Bernardino, the City of Riverside and others. The firm's experience is wide ranging and includes the preparation of EIR/EISs for major projects, Comprehensive and General Plans, Zoning Ordinances, and large scale mixed-use development. We have also prepared CEQA Initial Studies for dozens of jurisdictions and hundreds of projects, and NEPA EAs for the Bureau of Land Management, Bureau of Reclamation, Bureau of Indian Affairs, the Federal Highway Administration, the US Economic Development Administration and the US Department of Energy. Terra Nova has extensive experience in environmental assessment and planning, including land use and resource surveys, natural resource assessments and inventories, demographic profiles, housing trends and supply assessments, facilities planning and market feasibility studies. As a planning firm, Terra Nova is particularly attuned to certain environmental assessment issues, including land use feasibility and compatibility, housing impacts, natural resources protection and integration, visual, traffic and noise impact analyses, and air quality. Representative Experience Since the firm’s inception, Terra Nova has worked on a wide variety of projects in infrastructure projects, including CEQA, NEPA and permitting for Coachella Valley Water District’s (CVWD) 17-mile long Mid Valley Stormwater Channel Project, CVWD Coachella Valley Stormwater Channel Improvement Project-Thermal Reach, several Coachella Valley bridges (South Palm Canyon, Ramon Road, Vista Chino, Cathedral Canyon, Eldorado Drive), the College Park Specific Plan and EIR, the Museum Market Plaza Specific Plan/Downtown Palm Springs and EIR, and a variety of current planning projects. The firm also prepared the College of the Desert West Valley Campus Master Plan and EIR, the CV Link CEQA EIR/NEPA EA/Permitting and other projects. The following briefly describes recent infrastructure projects. City of Twentynine Palms Sewer System Implementation Initial Study The City of Twentynine Palms currently only has septic tanks or on-site treatment (pocket plant) systems for sanitary sewage, which has significantly limited expansion potential. For several years, the City has been working toward implementing a centralized sanitary sewer system, including a wastewater treatment plant and about 30 miles of backbone conveyance. Terra Nova is currently preparing a comprehensive Initial Study that will lead to a Mitigated Negative Declaration for this backbone system. Because funding for the project will come, in part, from California Water Board sources, the analysis has been completed under CEQA+, with federal cross-cutting, to assure compliance with the Board’s requirements. Cathedral Canyon Bridge over the Whitewater River CEQA/NEPA/Permitting Terra Nova was the lead on preparing CEQA and NEPA environmental documents and securing 404 permits, Streambed Alteration Agreements (SBA) and 401 certifications for the future Cathedral Canyon Drive bridge over the Whitewater River in Cathedral City. The project involved extensive channel work, including additional channel lining and modifications to the channel profile in the vicinity of the bridge. Terra Nova prepared a combined CEQA/NEPA EA for processing through Caltrans/FHWA and the Army Corps of Engineers. We have also secured a Section 1602 SAA from CDFG. Prepared PES, managed jurisdictional delineations, Native American consultations, and inter-agency coordination. Continued responsibility for annual HMMP monitoring (through 2023) CV Link Multi-Modal Transportation Facility EIR/EA Permitting CV Link is a 50± mile long multi-modal roadway that extends from Palm Springs to Coachella and recently completed construction of its first segment in Cathedral City. It intersects with numerous arterial roadways, parks and neighborhoods and is the new backbone facility supporting a much larger network of regional and local multi-modal 41 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Terra Nova Planning & Research, Inc. | Environmental Engineering Terra Nova Planning & Research, Inc. Summary Statement of Qualifications/3.9.23 facilities. Terra Nova prepared a CEQA EIR and NEPA EA, and was part of the project design team in resolving numerous design and location issues. Comprehensive demographic and socio-economic analysis conducted for eight valley cities and the county has also informed Terra Nova’s modeling of regional and municipal constraints and opportunities. Terra Nova also processed Clean Water Act permits and state streambed agreements for more than 30 sites impacted by CV Link. Coachella Valley Stormwater Channel CEQA EIR and NEPA EA and Regulatory Permitting Terra Nova completed a CEQA Environmental Impact Report and NEPA Environmental Assessment for the Coachella Valley Water District on improvements to a two-mile segment of the Stormwater Channel currently nearing completion between Avenues 54 and 58 in the City of Coachella and unincorporate Riverside County. The project impacts major transportation corridors, including bridges carrying Highway 111, Avenue 56 and two lines of the Union Pacific Railroad crossing the channel. Major issues addressed in the EIR and EA included potential impacts on roads and highways, major rail lines, biological and cultural resources, air and water quality, public facilities and socio-economic resources. Terra Nova also secured CWA 404 (USACE) permits, CWA 401 certification, and CDFW 1602 streamed alteration agreement. Continued involvement regarding construction monitoring. City of La Quinta Eisenhower Retention Basin Initial Study The City of La Quinta purchased a parcel of land on Eisenhower Drive, immediately north of the La Quinta Resort, to install a regional retention basin designed to prevent flooding in this area during significant storms. Terra Nova completed the Initial Study and coordinated with staff for its adoption, and helped to implement the project, including selection of biological monitoring, and coordination with two Native American tribes to assure cultural resource monitoring. KEY PERSONNEL Nicole Sauviat Criste, Principal Ms. Criste joined Terra Nova in 1985, coming from a career in publishing, marketing, market research and analysis. She manages the firm’s current planning team, including the preparation of Initial Studies, Environmental Impact Reports and other CEQA documents for the firm’s public and private sector clients. Ms. Criste has prepared CEQA and NEPA documents for a broad range of projects, ranging from Initial Studies for residential subdivisions to the 6,000 acre North Apple Valley Industrial Specific Plan EIR. She manages a team of highly skilled planners and technical specialists who assure comprehensive analysis and thorough research into each project, resulting in complete, highly defensible documents for all of the cities in the Coachella Valley. She has managed the preparation of numerous General Plans, Specific Plans, Zoning Ordinances and other projects, including the La Quinta and Apple Valley General Plans, the Palm Springs Museum Market Plaza Specific Plan and provides ongoing on-call current planning services to the cities of La Quinta and Coachella. Ms. Criste is a graduate of Scripps College with a Bachelor of Arts degree in European Studies. She is a member of the American Planning Association. Ms. Criste will be the City’s primary point of contact and will serve as Project Manager for this project. John D. Criste, AICP, Principal Mr. Criste founded Terra Nova in 1984. Mr. Criste has more than 40 years experience in land use, transportation, urban and regional planning, and environmental assessment and impact analysis. His experience covers all aspects of CEQA and NEPA, and he has been a CEQA instructor for the Association of Environmental Professionals and the American Planning Association. He also has more than 30-years experience in regulatory permitting, including CWA 404/401, and CDFG 1600 permits. Transportation project experience includes the SCAG/Rancho Cucamonga Foothill Boulevard BRT Corridor Study, and environmental and permitting for such projects as the Cathedral Canyon Bridge project, the Ramon Road Bridge Widening Project, the Vista Chino Bridge project, and the CV Link multi-modal transportation project. Mr. Criste holds a Bachelor of Arts degree in Architectural History from Pennsylvania State University. He has been certified by the American Institute of Certified Planners (AICP, #6672). He is also a member of the American Planning Association (APA), the Association of Environmental Professionals (AEP), the Institute of Transportation Engineers and is an Associate Member of the Urban Land Institute. Mr. Criste will be the primary point of contact and will serve as Project Manager and principal environmental and regulatory permit manager. 42 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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. Engineering Resources of Southern California, Inc. 1861 W. Redlands Blvd., Redlands, CA 92373 (909) 890-1255 John M. Brudin, PE info@erscinc.com John M. Brudin, PE, President October 16, 2024 CA 33-0718153 N/A - None Issued 43 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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. 44 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: Date: John M. Brudin, PE, President Engineering Resources of Southern California, Inc. John M. Brudin, PE, President October 16, 2024 45 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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) Engineering Resources of Southern California, Inc. John M. Brudin, PE, President October 16, 2024 46 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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 Engineering Resources of Southern California, Inc. 1861 W. Redlands Blvd., Redlands, CA 92373 77-564 Country Club Drive, Suite 128, Palm Desert, CA 92211 California John M. Brudin, PE, President Moe Ahmadi, PE, Vice President Trenton Brudin, PE, Secretary 47 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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 Craig Brudin, QSP, Treasurer 48 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 7. Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity EXAMPLE JANE DOE [name of owner/investor] 50%, ABC COMPANY, Inc. [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 John M. Brudin, PE 65% Moe Ahmadi, PE 15% Trent Brudin, PE 10% Craig Brudin, QSP 10% October 16, 2024John M. Brudin, PE, President 49 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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 Palm Springs Joel Montalvo, MPA, PE - City Engineer 3200 E.Tahquitz Canyon Wa Palm Springs, CA 92262 (760) 323-8299 joel.montalvo@palmspringsca.gov 2001 On-Call Development Plan Check and Professional Civil Engineering Services City of Banning Nate Smith, PE, Deputy Director of Public Works/City Engineer 99 E Ramsey Street Banning, CA 92220 (951) 922-3100 nsmith@banningca.gov 2018 $8M (to date) $3M (to date) On-Call Plan Check and Construction Inspection Services City of Rialto Vince Giron, Engineering Manager 150 S. Palm Avenue\ Rialto, CA 92376 (909) 820-2525 vgiron@rialtoca.gov 2003 $450,000 (to date) On-Call Development Plan Check and Professional Civil Engineering Services 50 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: Title: Firm Name: Date: John M. Brudin, PE President Engineering Resources of Southern California, Inc. October 16, 2024 51 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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) President Vice President Principal Engineer Engineer V Engineer IV Engineer III Engineer II Engineer I Senior Engineering Associate $114.42 $92.31 $86.54 $65.00 $55.29 $52.88 $34.86 $30.29 $71.39 $269.11 $203.53 $217.10 $152.87 $130.04 $124.37 $81.99 $71.24 $167.90 10% 113.81% Principal Surveyor $72.12 $169.62 52 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal{s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 1.Generally Accepted Accounting Principles {GAAP) 2.Terms and conditions of the contract 3.Title 23 United States Code Section 112 -Letting of Contracts 4.48 Code of Federal Regulations Part 31 -Contract Cost Principles and Procedures 5.23 Code of Federal Regulations Part 172 -Procurement, Management, and Administration of Engineering and Design Related Service 6.48 Code of Federal Regulations Part 9904 -Cost Accounting Standards Board {when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Prime Consultant or Subconsultant Certifying: Name: Title*: Signature: Date of Certification {mm/dd/yyyy): Phone Number: Email: Address: _ *An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. Engineering Resources of Southern California, Inc.John M. Brudin, PE - President October 16, 2024 (909) 890-1255 info@erscinc.com 1861 W. Redlands Blvd., Redlands, CA 92373 53 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 <Section Title>###<Section Title>Engineering Resources of Southern California, Inc. | Schedule of Rates Professional Staff President ...........................................................................$305.00 Vice President ....................................................................$260.00 Sr. Principal Engineer .........................................................$255.00 Principal Engineer ..............................................................$230.00 Assistant Principal Engineer ..............................................$215.00 Engineer V .........................................................................$195.00 Engineer IV ........................................................................$175.00 Engineer III ........................................................................$160.00 Engineer II .........................................................................$145.00 Engineer I ..........................................................................$130.00 Engineering Staff Principal Engineering Associate .........................................$210.00 Senior Engineering Associate ............................................$190.00 Engineering Associate V ....................................................$165.00 Engineering Associate IV ...................................................$145.00 Engineering Associate III....................................................$135.00 Engineering Associate II.....................................................$120.00 Engineering Associate I......................................................$115.00 Engineering Aide II ..............................................................$65.00 Engineering Aide I ...............................................................$60.00 Survey Staff and Services Principal Surveyor..............................................................$215.00 Senior Surveyor .................................................................$175.00 Surveyor III ........................................................................$140.00 Surveyor II .........................................................................$125.00 Surveyor I ..........................................................................$105.00 2-Man Survey Crew (Std Equipment/Truck) ......................$320.00 1-Man Survey Crew (Std Equipment/Truck) ......................$250.00 3rd Man on Survey Crew ...................................................$140.00 Construction Support Staff Construction Manager .......................................................$215.00 Chief Construction Inspector .............................................$165.00 Sr. Construction Inspector .................................................$155.00 Construction Inspector ......................................................$145.00 Inspector Overtime (Hours 8-12/Saturdays) .....................$200.00 Inspector Overtime (Hours 12+/Sundays) .........................$235.00 Administrative Staff Operations Manager .........................................................$120.00 Operations Specialist .........................................................$100.00 Administrative Assistant II ...................................................$90.00 Administrative Assistant I ....................................................$80.00 Other Direct Expenses Vehicle Mileage ................................................$0.70/Mile Subconsultant ...................................................Cost + 20% Reimbursable Expenses/Charges .....................Cost + 15% Forensic Analysis .................................Standard Rate X 2 Expert Witness ....................................Standard Rate X 3 NOTE: All rates hereon are subject to automatic increase upon July 1st of each year. Rates will be adjusted by the percent increase in California Consumer Price Index-All Urban Consumers for the twelve-month period ending February as calculated by the California Department of Industrial Relations (CADIR) California Consumer Price Index Calculator. Prevailing Wage Rates are dictated by the CADIR. All classifications which are subject to Prevailing Wages will be adjusted when revised determinations are published by the CADIR. Unless otherwise established by contractual agreement, payment is due and payable upon receipt. Payment is considered delinquent if not paid within 30 days of invoice date. If payment is not completed within agreed terms, Client agrees to pay a service charge on the amount past due at the rate of 1.5% per month (18% per annum). March 1, 202454 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 EXHIBIT “D” FEE SCHEDULE Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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) President Vice President Principal Engineer Engineer V Engineer IV Engineer III Engineer II Engineer I Senior Engineering Associate $114.42 $92.31 $86.54 $65.00 $55.29 $52.88 $34.86 $30.29 $71.39 $269.11 $203.53 $217.10 $152.87 $130.04 $124.37 $81.99 $71.24 $167.90 10% 113.81% Principal Surveyor $72.12 $169.62 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Certification of Direct Costs: I, the undersigned, certify to the best of my knowledge and belief that all direct costs identified on the cost proposal{s) in this contract are actual, reasonable, allowable, and allocable to the contract in accordance with the contract terms and the following requirements: 1.Generally Accepted Accounting Principles {GAAP) 2.Terms and conditions of the contract 3.Title 23 United States Code Section 112 -Letting of Contracts 4.48 Code of Federal Regulations Part 31 -Contract Cost Principles and Procedures 5.23 Code of Federal Regulations Part 172 -Procurement, Management, and Administration of Engineering and Design Related Service 6.48 Code of Federal Regulations Part 9904 -Cost Accounting Standards Board {when applicable) All costs must be applied consistently and fairly to all contracts. All documentation of compliance must be retained in the project files and be in compliance with applicable federal and state requirements. Costs that are noncompliant with the federal and state requirements are not eligible for reimbursement. Prime Consultant or Subconsultant Certifying: Name: Title*: Signature: Date of Certification {mm/dd/yyyy): Phone Number: Email: Address: _ *An individual executive or financial officer of the consultant's or subconsultant's organization at a level no lower than a Vice President or a Chief Financial Officer, or equivalent, who has authority to represent the financial information utilized to establish the cost proposal for the contract. Engineering Resources of Southern California, Inc.John M. Brudin, PE - President October 16, 2024 (909) 890-1255 info@erscinc.com 1861 W. Redlands Blvd., Redlands, CA 92373 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 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: Title: Firm Name: Date: John M. Brudin, PE President Engineering Resources of Southern California, Inc. October 16, 2024 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 8/26/2024 Cavignac 451 A Street,Suite 1800 San Diego CA 92101 Certificate Department 619-744-0574 619-234-8601 certificates@cavignac.com Travelers Property Casualty Company of America 25674 ENGIRES-01 Hartford Casualty Insurance Co 29424EngineeringResourcesOfSouthernCalifornia,Inc. 1861 W.Redlands Blvd,Bldg 7B Redlands,CA 92373 Berkley Insurance Company 32603 777782503 A X 1,000,000 X 1,000,000 10,000 1,000,000 2,000,000 X X Y 6802H222963 9/1/2024 9/1/2025 2,000,000 Deductible 0 A 1,000,000 X Y BA2S03978A 9/1/2024 9/1/2025 B XY72WEGGG63719/1/2024 9/1/2025 1,000,000 1,000,000 1,000,000 C Professional Liability AEC908006405 9/1/2024 9/1/2025 Each Claim Aggregate $5,000,000 $5,000,000 Re:“On-Call”Civil Engineering Services for a variety of future Civil Engineering projects.Additional Insured coverage applies to General and Automobile Liability for City of Palm Springs,its officials,employees,and agents per policy form.Primary coverage applies to General Liability and Automobile Liability per policy form.Waiver of subrogation applies to Workers Compensation per policy form.Professional Liability -Claims made,defense costs included within limit.If the insurance company elects to cancel or non-renew coverage for any reason other than nonpayment of premium they will provide 30 days notice of such cancellation or nonrenewal. City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs CA 92262 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Policy #BA2S03978A Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Policy #BA2S03978A Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Policy #BA2S03978A Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Policy #BA2S03978A Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 09/01/2024 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 Docusign Envelope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z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ocusign Envelope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z0-1-873* -2796%2') *SV XLI TYVTSWIW SJ HIXIVQMRMRK XLI ETTPMGEFPI)EGL3GGYVVIRGI0MQMXEPPVIPEXIH EGXWSVSQMWWMSRWGSQQMXXIHMRTVSZMHMRKSV JEMPMRK XS TVSZMHI MRGMHIRXEP QIHMGEP WIVZMGIW JMVWX EMH SV +SSH 7EQEVMXER WIVZMGIWXSER]SRITIVWSR[MPPFIHIIQIH XSFISRISGGYVVIRGI 8LI JSPPS[MRK I\GPYWMSR MW EHHIH XS 4EVEKVETL)\GPYWMSRWSJ7)'8-32-z '3:)6%+)7 z'3:)6%+)% z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z '311)6'-%0 +)2)6%0 0-%&-0-8= '32(-8-327 8LMWMRWYVERGIMWI\GIWWSZIVER]ZEPMHERH GSPPIGXMFPISXLIVMRWYVERGI[LIXLIVTVMQEV] I\GIWW GSRXMRKIRX SV SR ER] SXLIV FEWMW XLEXMWEZEMPEFPIXSER]SJ]SYVIQTPS]IIW JSVFSHMP]MRNYV]XLEXEVMWIWSYXSJTVSZMHMRK SV JEMPMRK XS TVSZMHI MRGMHIRXEP QIHMGEP WIVZMGIW XS ER] TIVWSR XS XLI I\XIRX RSX WYFNIGXXS4EVEKVETLE SJ7IGXMSR--z ;LS-W%R-RWYVIH / 1)(-'%04%=1)287z-2'6)%7)(0-1-8 8LI JSPPS[MRK VITPEGIW 4EVEKVETLSJ 7)'8-32---z0-1-873*-2796%2') 7YFNIGXXS4EVEKVETLEFSZIXLI1IHMGEP )\TIRWI0MQMXMWXLIQSWX[I[MPPTE]YRHIV 'SZIVEKI'JSV EPP QIHMGEP I\TIRWIW FIGEYWISJFSHMP]MRNYV]WYWXEMRIHF]ER] SRITIVWSRERH[MPPFIXLILMKLIVSJ ESV F8LIEQSYRXWLS[RMRXLI(IGPEVEXMSRWSJ XLMW'SZIVEKI4EVXJSV1IHMGEP)\TIRWI 0MQMX 0 %1)2(1)28 3* )<')77 -2796%2') '32(-8-32z463*)77-32%00-%&-0-8= 8LI JSPPS[MRK MW EHHIH XS 4EVEKVETLF )\GIWW -RWYVERGI SJ7)'8-32 -: z '311)6'-%0 +)2)6%0 0-%&-0-8= '32(-8-327 8LMWMRWYVERGIMWI\GIWWSZIVER]SJXLI SXLIV MRWYVERGI [LIXLIV TVMQEV] I\GIWW GSRXMRKIRX SV SR ER] SXLIV FEWMW XLEX MW 4VSJIWWMSREP 0MEFMPMX] SV WMQMPEV GSZIVEKI XS XLI I\XIRX XLI PSWW MW RSX WYFNIGX XS XLI TVSJIWWMSREP WIVZMGIW I\GPYWMSRSJ'SZIVEKI%SV'SZIVEKI& 1 &0%2/)8 ;%-:)6 3* 79&63+%8-32 z ;,)2 6)59-6)( &= ;6-88)2 '3286%'8 36%+6))1)28 8LIJSPPS[MRKMWEHHIHXS4EVEKVETL8VERWJIV 3J6MKLXW3J6IGSZIV]%KEMRWX3XLIVW8S 9W SJ7)'8-32 -: z '311)6'-%0 +)2)6%0 0-%&-0-8='32(-8-327 -JXLIMRWYVIHLEWEKVIIHMRE[VMXXIRGSRXVEGXSV EKVIIQIRX XS [EMZI XLEX MRWYVIHW VMKLX SJ VIGSZIV]EKEMRWXER]TIVWSRSVSVKERM^EXMSR[I [EMZISYVVMKLXSJVIGSZIV]EKEMRWXWYGLTIVWSR SVSVKERM^EXMSRFYXSRP]JSVTE]QIRXW[IQEOI FIGEYWISJ E&SHMP] MRNYV] SV TVSTIVX] HEQEKI XLEX SGGYVWSV F4IVWSREPERHEHZIVXMWMRKMRNYV]GEYWIHF] ERSJJIRWIXLEXMWGSQQMXXIH WYFWIUYIRX XS XLI WMKRMRK SJ XLEX GSRXVEGX SV EKVIIQIRX 1PMJDZ/VNCFS)Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Countersigned by Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Process Date:07/23/24 Policy Expiration Date:09/01/25 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number:72 WEG GG6371 Endorsement Number: Effective Date:09/01/24 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:ENGINEERING RESOURCES OF SOUTHERN CALIFORNIA INC 1861 W REDLANDS BLVD BLDG 7B REDLANDS CA 92373 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 % of the California workers' compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization for whom you are required by written contract or agreement to obtain this waiver of rights from us Docusign Envelope ID: A87F6B2D-0CB4-4E37-AEF8-0E6726F8E796