Loading...
HomeMy WebLinkAbout24P380 - Harris & Associates, 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 Harris & Associates, Inc. Ehab Gerges, Principal-in-Charge ehab.gerges@weareharris.com On-Call Civil Engineering Services NTE $5,000,000 3 years (with 2 one year options) On file Ehab Gerges, ehab.gerges@weareharris.com Marcus Fuller, marcus.fuller@weareharris.com Engineering Services Joel Montalvo / Anthony Acosta X8740 November 21, 2024, Item 1MM 24P380 N/A Yes Yes Yes Department N/A No Agreement and Insurance are attached. N/A 12/02/2024 Vonda Teed Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Page 1 of 18 CITY OF PALM SPRINGS PROFESSIONAL SERVICES AGREEMENT 24P380 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 Harris & Associates, 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: Marcus Fuller, PE, PLS, Contract Manager. 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Page 12 of 18 federal, state, or local law or ordinance or to the extent arising out of, pertaining to, or relating to any negligent 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: Harris & Associates, Inc. Attention: Marcus Fuller, PE, PLS, Contract Manager 101 Progress, Suite 250 Irvine, CA 92618 Telephone: (949) 536-2510 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Page 18 of 18 SIGNATURE PAGE TO AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND HARRIS & ASSOCIATES, 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 12/9/2024 12/9/2024 12/9/2024 EXHIBIT “A” SCOPE OF SERVICES Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 EXHIBIT “B” REQUEST FOR QUALIFICATIONS Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 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: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 EXHIBIT “C” CONSULTANT SIGNED PROPOSAL Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 ON-CALL CIVIL ENGINEERING SERVICES CE RFQ 20-24 CITY OF PALM SPRINGS October 16, 2024 City of Palm Springs, Sludge Drying BedsCity of Palm Springs, Demuth Park ADAs City of Palm Springs, Skylight Railings Response File Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 TABLE OF CONTENTS Section A: Firm Qualifications and Experience Including References ..............................................2 Section B: Staff/Team’s Qualifications & Experiences .........................................................................8 Section C: Demonstrated Understanding of the Overall Project & Requested Scope of Work ....................................................................................................................12 Section D: Financial Responsibility .......................................................................................................19 Appendix .......................................................................................................................................................A Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Cover Letter  1 Harris & Associates, Inc. One California Plaza 300 S Grand Avenue, Suite 3830 Los Angeles, CA 90071 Harris & Associates, Inc. 207 1/2 1st Avenue S., Suite 250 Seattle, WA 98104 Harris & Associates, Inc. 450 Lincoln Avenue, Suite 103 Salinas, CA 93901 Harris & Associates, Inc. 2375 Northside Drive, Suite 125 San Diego, CA 92108 619.481.5011  WeAreHarris.com Harris & Associates, Inc. 101 Progress, Suite 250 Irvine, CA 92618 949.655.3900  WeAreHarris.com October 16, 2024 Anthony Acosta Engineering Department City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Anthony.Acosta@ palmspringsca.gov On-Call Civil Engineering Services (CE RFQ 20-24) Dear Evaluation Committee: The City of Palm Springs (City) has long been a beacon of innovation and growth, advancing its infrastructure and enhancing the quality of life for residents and visitors alike. At Harris & Associates (Harris), we deeply value our ongoing partnership with the City and the opportunity to continue supporting your vision for a thriving and resilient community. Having been a trusted advisor under two prior on-call contracts, we are uniquely positioned to provide the expertise and efficiency needed to deliver projects that will shape the City’s future. A Proven Partnership Rooted in Local Knowledge. Harris’ extensive experience with the City’s priorities, related to city infrastructure, public facilities, and local roadways, positions us as a strong contender for this on-call contract. Our long-standing relationship with Palm Springs, beginning in 2014, reflects our commitment to consistently delivering high- quality professional services. Marcus Fuller, our Contract Manager, brings unparalleled insight to this effort, having served for nearly 20 years in key roles within the City, including as Assistant City Manager and City Engineer. His familiarity with the City’s processes, stakeholders, and priorities allows us to hit the ground running and provide seamless, responsive services tailored to your specific needs. A Dynamic, Multidisciplinary Team Ready to Execute. Led by Marcus Fuller, PE, PLS, our Contract Manager, Harris will provide a team of experienced professionals who have a deep understanding of public sector project delivery. A former Assistant City Manager and City Engineer of the City, Marcus is a Contract Manager that understands a comprehensive history of the City and its key challenges and can seamlessly guide the Harris team to help deliver the associated on-call tasks on schedule and within budget. Principal-in-Charge Ehab Gerges also has a decade of experience with the City, having managed 12 projects since 2013. Our combined team offers robust support, from preliminary planning and cost estimating to comprehensive project execution, grounded in the City’s standards and requirements. Tailored Solutions for Palm Springs’ Unique Needs. Harris’ approach to this on-call contract is centered on proactive collaboration, transparency, and accountability. We recognize that each project assigned under this contract will require agility, precision, and a thorough understanding of local conditions. As we have demonstrated in the past with the delivery of critical projects like the Demuth Park ADA improvements and annual pavement management program, we are committed to delivering results that not only meet but exceed the City’s expectations. Our team is prepared to continue building on the successes of our previous contracts and help the City address new challenges, from regulatory coordination to community engagement. With Marcus’ unique insight into the City’s operations and our team’s technical expertise, we are confident in our ability to support Palm Springs in delivering projects that uplift the community and foster long-term prosperity. We look forward to continuing our partnership and contributing to the City’s bright future. Sincerely, Harris & Associates, Inc. Ehab Gerges, PE Principal-in-Charge 949.683.2011 Ehab.Gerges@weareharris.com Minimum Requirements: Harris certifies that we meet the minimum requirements outlined by the City in the RFQ Insurance: Harris has reviewed the insurance requirements outlined by the City in the RFQ and confirms that we meet these expectations Proposal Validity: Per the RFQ, Harris guarantees that all contents of our submittal shall be valid for a period of 120 calendar days from October 16, 2024 Marcus Fuller, PE, PLS Contract Manager 949.536.2510 Marcus.Fuller@weareharris.com Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section A: Firm Qualifications and Experience Including References  2 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. SECTION A: FIRM QUALIFICATIONS AND EXPERIENCE INCLUDING REFERENCES DESCRIPTION OF SERVICES Since our establishment in 1974, Harris has helped improve communities and create better places to live through smart, safe, and sustainable planning and project delivery solutions over the past 50 years. Harris’ civil engineering design team brings value beyond meeting deadlines, providing accurate estimates and reports, and comprehensive plans and specifications. From street and sewer improvements, storm drainage, curb and gutter work, parking lots, buildings, and staff augmentation, we apply our experience to find innovative and cost-saving solutions that enhance safety, sustainability, and quality of life for our communities. We are careful stewards of our clients’ resources and reputation and hold ourselves accountable for delivering on our commitments. This commitment to our clients is especially demonstrated through our ability to provide our clients with a wide array of services—from staff augmentation to environmental clearance for CEQA to serving as agencies’ representatives on contract document interpretation and related contract matters. Our team includes construction managers who serve as leaders and catalysts to help move projects forward by fostering a culture of collaborative partnership around project objectives. One of our fundamental goals during the construction phase is to deliver reliable cost and schedule information to decision makers, so they can make informed decisions on project scope and delivery. Through effective public outreach and stakeholder communication, we help manage public expectations, minimize disruptions to project neighbors, and promote a positive image of the project. Similar Projects Ci v i l E n g i n e e r i n g De s i g n Ro a d w a y s Se w e r s St o r m D r a i n Pr e l i m i n a r y Pl a n n i n g a n d C o s t Es t i m a t i n g Ri g h t o f W a y Cl e a r a n c e En v i r o n m e n t a l Cl e a r a n c e f o r C E Q A Co n s t r u c t i o n Ma n a g e m e n t Sa f e t y Im p r o v e m e n t s As s e t M a n a g e m e n t Fa c i l i t i e s St a f f A u g m e n t a t i o n City of Palm Springs, On-Call  City of Yorba Linda On-Call  City of Huntington Beach, Oak View Streetscape Improvements  City of Cathedral City, Ramon Road East  City of Cathedral City, Da Vall/I-10 Interchange  City of Palm Desert, Cook Street Improvements  City of Palm Desert, Synchro Traffic Model and Traffic Coordination for Highway 111 Corridor  City of Indio, Ave 44 at Cochella Valley Stormwater Channel Bridge Replacement  Valley Sanitary District, On-Call and Sewer Collection System Replacement Program  Riverside County Flood Control and Water Conservation District, On-Call  City of Temecula, Pavement Rehabilitation  QUALIFICATIONS Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section A: Firm Qualifications and Experience Including References  3 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. SUBCONSULTANTS We have selected several subconsultants to enhance our team for the projects the City aims to accomplish during this contract. Our subconsultants are experts in their fields and will provide expertise to increase the overall value we can deliver to the City. Please read more about their qualifications below: ADVANTEC Consulting Engineers, Inc. (Advantec) [DBE] | Traffic Engineering Advantec is a professional consulting firm specializing in multimodal planning, engineering and technology services. Advantec is currently working with the City of Palm Springs on the following projects: City of Palm Springs Traffic Signal Improvements (HSIP Cycle 8), and the Indian Canyon Drive Bridge Widening Project. Construction Quality Management Solutions (CQMS) [DBE] | Community Outreach CQMS offers a wide range of quality services and will serve as our community outreach partner on this contract. CQMS is a trusted partner to Harris for several high- profile projects throughout Southern California. They pride themselves on their competent problem-solving abilities, leveraging lessons learned to bring their clients comprehensive community outreach services. MINIMUM REQUIREMENTS Required Experience Harris has been providing civil engineering services for public works projects since our inception 50 years ago, beginning with our first project, the Rio Vista Wastewater Treatment Plant. Since then, we have offered numerous civil engineering services for a variety of public and private clients, some of which are included in the table above. We exceed the City’s requirement of at least 15 years of experience providing civil engineering services for public works projects and a minimum of 25 years providing civil engineering services (including both public and private work) as a business. Our extensive experience equips us to deliver exceptional value and expertise to the City through this contract. Related Projects Harris has included three (3) projects completed within the last five (5) years showing civil engineering related work for a public agency. Our contract price for these projects is ≥ $150,000 each (design/support costs, not total construction costs). More details surrounding these projects can be found on page five. They include: • City of Palm Springs, On-Call Wastewater Engineering Services • City of Yorba Linda, Town Center Infrastructure Improvements • City of Huntington Beach, Oak View Streetscape Improvements Business License Harris currently holds a business license with the City of Palm Springs, proof of which has been included below: The Harris team on-site with City engineers at your Sludge Drying Beds Rehabilitation Project Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section A: Firm Qualifications and Experience Including References  4 CWE | Water Quality Since 2006, CWE has provided trusted civil infrastructure, water resources, and environmental engineering services, enhancing the quality of life across Southern California. They specialize in water quality services and have successfully collaborated with clients like the City of Palm Springs, Harris, and agencies throughout Coachella Valley and Riverside County. Their practical, constructible designs consistently minimize change orders, saving clients time and money. KDM Meridian | Surveying Founded in 2000, KDM Meridian is a leading land surveying firm based in Irvine, California, offering GPS, LiDAR scanning, aerial mapping, and conventional land surveying services. As part of the Harris team, they will provide topographic and boundary surveys, construction staking, and digital terrain modeling using advanced UAV photogrammetry for maximum accuracy. Their extensive experience in Palm Springs and Coachella Valley, coupled with their long-standing collaboration with Harris, supports reliable, high-quality survey solutions. LOR Geotechnical | Geotechnical LOR Geotechnical, based in Riverside, has provided expert geotechnical engineering services for over 3,000 projects across Southern California. Their certified professionals, including Caltrans, ICC, ACIA, and ACI-certified staff, offer a wide range of services such as pavement rehabilitation, slope stability and liquefaction analysis, and stormwater infiltration testing. With a Caltrans-approved laboratory and principals directly involved in each project, they facilitate quality from start to finish. TJC & Associates (TJCAA) [SBE] | Electrical & Communications TJCAA will support Harris in providing On-Call Electrical, Instrumentation and Controls Services for the City of Palm Springs. TJCAA has extensive experience working with Harris on water and wastewater improvement projects, including for the City of San Diego Stormwater Pump Station D Replacement project, and for the Valley Sanitary District Lift Station Improvements Project, located in the Coachella Valley. Verdantas | Geotechnical Through strategic acquisitions, including Southern California’s Leighton Consulting, Inc., Verdantas now brings over 63 years of geotechnical engineering and environmental consulting expertise to its clients. Their three Caltrans-approved, ASTM- and AASHTO-certified laboratories offer comprehensive materials testing services, with certifications from DSA, the City of Los Angeles, and NICET. With proven local experience, including projects with the City of Palm Springs, Verdantas employs precise, tailored solutions to keep projects on schedule. 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. KNOWLEDGE AND UNDERSTANDING OF APPLICABLE FEDERAL, STATE, AND LOCAL LAWS AND REGULATIONS Harris begins every project with the end in mind. We have consistently passed state and federal project audits with a 100% success rate, receiving favorable comments on our project record-keeping practices. Our team will work diligently to get your projects approved by Caltrans and/ or federal sources without delay, mitigating any risk of funding being removed from the project. In cases where multiple funding sources are involved, we will track documentation carefully to make sure it stands up to any audit. Our deep understanding of Federal, State, and local regulations, standards, and processes allows us to deliver projects efficiently while maintaining compliance. The Harris team will coordinate seamlessly with all involved agencies, focusing on what’s important to your staff and constituents—clear communication, alignment around project goals, and robust quality control. We are well-versed in the following standards and guidelines: • Americans with Disabilities Act Regulations • Caltrans Highway Design Manual • Caltrans Local Assistance Program Guidelines (LAPG) • Caltrans Local Assistance Procedures Manual (LAPM) • Caltrans Standard Plans and Specifications • AASHTO Design Specifications with Caltrans Amendments • Greenbook Standards • California Manual on Uniform Traffic Control Devices (MUTCD) • National Association if City Transportation Official (NACTO) Guidelines • National Bridge Inspection Standards (NBIS) Recording and Coding Guide • Bridge Design Codes • Highway Bridge Program (HBP) Guidelines • Uniform Act • Complete Street Design Guide • City of Palm Springs Master Drainage Plan • City of Palm Springs Fugitive Dust Control • Riverside County Flood Control Hydrology & Hydraulic Design Manual Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section A: Firm Qualifications and Experience Including References  5 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. ON-CALL WASTEWATER ENGINEERING SERVICES City of Palm Springs Harris has entered into an agreement with Carollo Engineering to provide on-call wastewater engineering services at the City’s Wastewater Treatment Plant (WWTP). With operations managed by Veolia Water North America, the plant plays a key role in supporting the community’s infrastructure and environmental health. Harris is leading the charge on multiple vital projects that address the plant’s long-term functionality and safety, including the demolition of outdated facilities and the rehabilitation of essential systems. Our team is committed to delivering innovative solutions that meet the City’s needs while staying on schedule and within budget. Notable projects include: Demolition of Abandoned Headworks, Primary Clarifiers, Sand Filter, and Chlorine Contact Scope of Work: The project focuses on the demolition of several previously abandoned facilities identified in TM1, including the mechanical bar screen, aerated grit chambers, grit washer (collectively known as the “headworks”), primary clarifiers, and sand filters. Initially, the chlorine contactor was slated for demolition; however, after discussions with Veolia’s Plant Operations Manager, it was determined that the chlorine contactor is used for recycled water storage and will remain in place. Harris was responsible for delivering preliminary design, final design, bid period services, and construction phase services for the demolition of the identified abandoned facilities at the WWTP. Success Story: The Harris team delivered the project within budget and on schedule. Sludge Drying Beds 13-18 and 19-25 Rehabilitation Scope of Work: The WWTP utilizes 26 existing sludge drying beds for solar drying and dewatering purposes, and nine of them are designated for rehabilitation. The sludge drying beds that require rehabilitation will have the existing asphalt concrete cement bottoms replaced with steel-reinforced Portland cement concrete (PCC). Harris led the design portion of this project, creating plans that detail the demolition extents for the existing beds, as well as detailing plans for construction of new steel-reinforced PCC sludge bed bottoms. Harris is also coordinating with structural subconsultants to make sure the proposed designs of bed bottoms and existing retaining walls are structurally sound to withstand standard operating procedures at the WWTP.  Success Story: As the project approaches the final design stage, Harris has delivered satisfactory plans and estimates while remaining well under the project’s budget. CONTRACT DURATION 2020 - 2024 (Ongoing) CONTRACT VALUE $447,053 REFERENCE Andrew Crider, PE 760.323.8253 Ex. 8738 SIMILAR ELEMENTS TO THE SCOPE OF SERVICES • Asphalt/Concrete Rehabilitation • Sanitary Sewer System • Water Quality • Environmental Services • Large Facility Improvements Sludge Drying Beds Rehabilitation Project Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section A: Firm Qualifications and Experience Including References  6 TOWN CENTER INFRASTRUCTURE IMPROVEMENTS PROJECT City of Yorba Linda Scope of Work: The Town Center area of Yorba Linda abounds with history, serving as the City’s historic Main Street and meeting place. The site’s future has been debated for more than two decades. It is now a completed full-scale renovation that is bringing the community together. The aim of the Yorba Linda Town Center project is to add state-of-the-art green and sustainable technologies to this retail gathering place, while maintaining its Old Towne charm and boosting city pride. The 10.9-acre site, with 125,000 SF of leasable space, includes: • A high-end supermarket • A luxury movie theater • Retail shops • Sit-down and fast-casual restaurants • An open space “commons” • A three-to four-story parking structure Challenges & Solutions: The project required the placement of extensive permanent BMPs (bio-swales) within the parkways along Lakeview Avenue, Imperial Highway, and Yorba Linda Boulevard, triggered by the significant amount of widening. The Harris team was able to weave an aesthetic mix of sidewalk pavers, decorative streetlights, tree wells with grates, and vegetated bio- retention swales. The swales were fed by curb-cuts in the curb and gutter and included an enhanced underground treatment with extra capacity that extended under the sidewalk and a perforated pipe collection system that outlets to adjacent downstream catch basins. The latter were required due to the non-percolating nature of the existing soil. Percolation tests of the existing soil were performed and confirmed that the native soil was not permeable and would require a sub-drain collection system. The passive nature of the bio-retention system that the Harris team proposed will reduce the City of Yorba Linda’s long-term costs because they require less maintenance than a typical off-the-shelf Filtera type unit. Success Story: Harris assisted the City in the successful transformation of the Town Center area to develop an attractive, compelling, pedestrian-friendly place where people want to relax, socialize, shop, dine and learn. This project won the APWA Southern California B.E.S.T. Historic Renovation Project of the Year Award. CONTRACT DURATION 2012 - 2021 CONTRACT VALUE $1,345,090 REFERENCE Rick Yee 714.961.7170 SIMILAR ELEMENTS TO THE SCOPE OF SERVICES • Road Rehabilitation • ADA Ramps & Sidewalks • Median Improvements • Storm Drainage • Park Improvements • Trails • Landscaping B.E.S.T. Historic Renovation Project of the Year Award, American Public Works Association of Southern California “Harris has demonstrated depth of experience and responsiveness on a consistent basis. Given the political sensitivity and time lines that have been imposed upon the delivery of their services, Harris has performed extremely well over the years.” —Rick Yee, Deputy Director of Public Works/Assistant City Engineer, City of Yorba Linda Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section A: Firm Qualifications and Experience Including References  7 OAK VIEW STREETSCAPE IMPROVEMENTS City of Huntington Beach Scope of Work: Harris provided civil engineering, streetscape design, and community outreach services for this complete streetscape improvement project. The project includes complete streets elements to improve the Oak View neighborhood with specific pedestrian enhancements as follows: • Enhanced sidewalk experience and comfort for pedestrians • Calmer streets with lower vehicle speeds • Enhanced connectivity for pedestrians The Oak View neighborhood consists primarily of high-density apartments with a lack of parkway shade trees, pedestrian-level lighting and other pedestrian enhancements that are required for the neighborhood school children to get safely to Oak View Elementary School, Oak View Library, Oak View Community Center and Oak View Family Resource Center, which are located in the southwest portion of the neighborhood. The community appears to have been under served by past improvement projects such that the proposed improvements will be transformative and welcomed by the community. Success Story: The project scope improved the neighborhood streetscape via artistic crosswalk painting, traffic striping, traffic, signage, wayfinding signage, roadway improvements, landscaping and irrigation, pedestrian lighting, curb/gutter bulb outs, sidewalk, stormwater infrastructure, water quality enhancements, curb ramp upgrades, and artistic neighborhood signage to create a sense of community identity. The local community had the opportunity to provide input on the proposed improvements and color themes at several community outreach meetings that were facilitated with Spanish translators. CONTRACT DURATION 2022 - 2024 CONTRACT VALUE $1,074,276 REFERENCE Chau Vu 714.374.5345 SIMILAR ELEMENTS TO THE SCOPE OF SERVICES • Road Improvements • ADA Ramps & Sidewalks • Median Improvements • Pedestrian Enhancements • Stormwater Infrastructure • Landscaping • Water Quality Improvements • Enhanced Streetlights, Shade trees and bio-swale planters Groundbreaking Ceremony Ribbon Cutting Ceremony Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section B: Staff/Team’s Qualifications & Experiences  8 B.1 Include 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. STAFFING PLAN Having worked with public agencies in various staff augmentation roles, Contract Manager Marcus Fuller, PE, PLS understands the critical importance of clear and effective communication across all levels to avoid any surprises for the City of Palm Springs management or City Council. Through our experience managing on-call contracts for the City and other agencies across California, we recognize that staffing is key to successfully managing these contracts. Our approach is to assemble a highly qualified team that is tailored to meet the unique requirements of each task order. To determine the right staffing levels, we will review the scope, budgets, and staffing plans from similar projects and develop labor estimates specific to the task at hand. We also consider the project schedule, identifying key milestones and estimating the labor hours per task to meet deadlines. The staffing effort is further refined by breaking down personnel needs by discipline and expertise to confirm all project requirements are covered. This process will be integrated with our weekly project planning, monitoring, and reporting tools, including the Time-Phased Backlog and Three-Month Look Ahead Schedule, to allocate sufficient resources for timely project delivery. Marcus will serve as the City of Palm Springs’ designated point of contact for all projects under this contract, taking responsibility for: • Maintaining effective communication between the City and the Harris team. • Being responsive and readily available to City staff as the primary point of contact. • Managing Harris’ resources and coordinating personnel to meet project-specific goals and schedules. • Verifying that all technical and contractual requirements are thoroughly met. • Making sure that quality control measures and City standards are fully implemented. Harris is confident in our ability to provide the City of Palm Springs with experienced and readily available staff to meet the evolving needs of your task order projects. Throughout each project, staffing needs will be continuously monitored to maintain positive momentum. AVAILABILITY The Harris team is ready to begin work immediately. With a long history of serving over 200 public agency clients across California, we have built strong, lasting relationships, reflected in our high rate of repeat contracts—a true testament to our success with agencies like the City. Marcus and our team understand the importance of responsiveness and flexibility in on-call engineering services and are fully prepared to adapt to changing needs and priorities, bringing about the successful completion of each project. SECTION B: STAFF/TEAM’S QUALIFICATIONS & EXPERIENCES B.3 List the name, years of experience, years with company, and summarize qualifications/experience of each key staff/team member. KEY STAFF QUALIFICATIONS We have identified our team based on their experience managing a wide variety of public infrastructure projects that share similarities with the range of projects identified in the most recent FY 22/27 City Capital Improvements Program (CIP) Budget, including Bridges, Buildings, Facilities, Drainage Systems, Parks, Streets, Highways, Traffic Signals, and Utilities. It is our experience through on-call agreements with many public sector agencies, extending across the spectrum of the types of projects we have delivered, that will benefit the City of Palm Springs. The table below presents a list of our key staff and a summary of their qualifications: “Not only did Harris’ design team keep costs down, ensure compliance with all applicable laws and regulations, maintain tight schedule deadlines, perform quality control and assurance, but the team also became part of the City staff.” —Kevin Kwak, Senior Civil Engineer City of Fullerton Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section B: Staff/Team’s Qualifications & Experiences  9 Key Personnel Qualifications Ehab Gerges, PE Principal-in-Charge 34 Yrs. Exp. | 24 Yrs. w/ Co. City of Palm Springs, Pavement Management Program Update (18-19) City of Palm Springs, Indian Canyon Drive Widening and UPRR Bridge Replacement City of Palm Springs, Demuth Park ADA Access City of Palm Springs, Calle Santa Cruz and Sonora Road Storm Drain Marcus Fuller, PE, PLS Contract Manager 28 Yrs. Exp. | 1 Yr. w/ Co. City of Palm Springs, Assistant City Manager City of Palm Springs, Assistant Public Works Director/Assistant City Engineer City of Palm Springs, Associate Engineer/Senior Engineer City of Menifee, On-Call Civil Engineering/Plan Check Randy Berry, PE QA/QC Manager 39 Yrs. Exp. | 25 Yrs. w/ Co. City of Palm Springs, On-Call Traffic and/or Civil Engineering City of Palm Springs, Demuth Park ADA City of Palm Springs, Arnico Street Sewer Improvements City of Palm Springs, Canyon Drive at La Plaza Elizabeth Reyes, PE, PMP, QSD Roadway/Grading & Drainage Project Manager 22 Yrs. Exp. | 20 Yrs. w/ Co. City of Palm Springs, Sonora Road Storm Drain City of Palm Springs, Pasatiempo Road and Farrell Drive Drainage Improvements City of Palm Springs, On-Call Civil Engineering Services City of Huntington Beach, Oak View Neighborhood Improvements City of Yorba Linda, Town Center Jason Caprio, PE, PMP Drainage & Sewer Project Manager 20 Yrs. Exp. | 8 Yrs. w/ Co. City of Palm Springs, On-Call Wastewater Engineering Services City of Palm Springs, Arnico Street Sewer Improvements Valley Sanitary District Collection System Infrastructure Project City of Anaheim, Water Main Replacement Program Randall Bliss, PE Asset Management Lead 37 Yrs. Exp. | 33 Yrs. w/ Co. City of Palm Springs, Pavement Management Program Update (22-23) City of Palm Springs, Demuth Park ADA City of Los Angeles, 7th Street Complete Streets Project City of Oceanside, On-Call Engineering Services Mark Nassar, PE CIP Support Lead 33 Yrs. Exp. | 3 Yrs. w/ Co. City of Palm Springs, Pavement Management Program Update (22-23) Valley Sanitary District, Wastewater Collection Infrastructure Improvement Program City of Rialto, Capital Improvement Program County of Monterey, 10-Year $100M Bond Pavement Plan Craig Siefert, PE Plan Review Lead 22 Yrs. Exp. | 9 Yrs. w/ Co. Eastern Municipal Water District, On-Call Development Review Services City of Anaheim, On-Call Plan Checking Staff Augmentation Services City of Ontario, On-Call Plan Checking, Map Checking, and City Surveyor’s Services City of Menifee, Staff Augmentation & Land Development Plan Checking Ryan Binns, PMP, ENV SP Environmental Compliance Lead 25 Yrs. Exp. | 8 Yrs. w/ Co. City of Palm Springs, Indian Canyon Drive Widening and Union Pacific Railroad 22nd District Agricultural Association, On-Call Environmental Services Padre Dam Municipal Water District, East County Advanced Water Purification Pipeline City of San Marcos, On-Call Environmental Services Karina Guevara, PE, CMIT Senior Project Engineer 11 Yrs. Exp. | 9 Yrs. w/ Co. City of Palm Springs, Skylight Railings Project City of Palm Springs, Cooling Units - Co-Gen Plant City of Ontario, Land Development Review Services City of Chula Vista, G. Street Force Main Sewer Project Subconsultants Richard C. Maher, PLS Surveying Lead 34 Yrs. Exp. | 24 Yrs. w/ Co. City of Buena Park, Regio Avenue Rehabilitation City of Oceanside, Citywide Ramp and Sidewalk Improvements City of Fullerton, Victoria Drive Improvements Patrick Earl, PLS Surveying Project Manager 23 Yrs. Exp. | 16 Yrs. w/ Co. City of Fullerton, Map Checking Services City of Yorba Linda, Town Center Infrastructure Improvements City of Ontario, Map Checking Services Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section B: Staff/Team’s Qualifications & Experiences  10 ANY ORGANIZATIONS HARRIS PLANS TO PARTNER WITH TO COMPLETE THE SCOPE OF WORK • Advantec | Traffic Engineering • CQMS | Community Outreach • CWE | Water Quality • KDM Meridian | Surveying • LOR Geotechnical | Geotechnical • TJC & Associates | Electrical & Communications • Verdantas | Geotechnical B.6 The respondent should list any organizations they plan to partner with to implement the scope of work. John P. Leuer, GE, CE Geotechnical 40 Yrs. Exp. | 35 Yrs. w/ Co. City of Palm Springs, Canyon South 1 Pavement Evaluation & Three Private Streets City of Palm Springs, Proposed Wind Wall - Gene Autry Trail City of Cathedral City, Pavement Evaluation - Ramon Road City of Cathedral City, Subsurface Soils Investigation - Sanitary Sewer Improvements Bashir Saiid, PE Geotechnical 18 Yrs. Exp. | 16 Yrs. w/ Co. City of Palm Springs, 9 Rec Field Musco Lights Palm Springs Unified School District, Palm Springs High Concession Building City of Cathedral City, Cathedral City Fire Station No. 411 City of Coachella, Coachella Commercial Center Carlos A. Ortiz, PE, TE, PTOE Traffic Engineering Lead 35 Yrs. Exp. | 9 Yrs. w/ Co. City of Palm Springs, Indian Canyon Widening City of Palm Springs, Uptown District Enhanced Crosswalks City of Palm Springs, Traffic Signals Improvements (HSIP Cycle 8) City of Palm Desert, Cook Street and Market Place Drive Intersection Improvements John A. Dorado, PE Traffic Engineering 25 Yrs. Exp. | 8 Yrs. w/ Co. City of Palm Springs, Traffic Signals Improvements (HSIP Cycle 8) Riverside County Transportation Department, On-Call Traffic Engineering Services City of Claremont, On-Call Traffic Engineering Services City of Rancho Mirage, On-Call Traffic Engineering Services B.5. Provide information of related projects the key staff have worked on that would make them well suited for this contract. Please see our response to B.4 Provide an organizational chart, on the following page. Harris & Associates has assembled a team of highly qualified professionals, each with extensive experience on public infrastructure projects similar to those outlined in the City of Palm Springs’ requirements. Key personnel include Marcus Fuller, who has nearly 30 years of experience in public works and engineering, much of it directly for the City of Palm Springs. His familiarity with the local landscape and extensive history of managing large-scale capital projects make him a valuable asset for overseeing task orders under this contract. Additionally, Jason Caprio brings over 19 years of expertise in water, sewer, and storm drain infrastructure projects. As the Principal-in-Charge for the City’s On-Call Wastewater Engineering Services, Jason has led several critical rehabilitation projects at the Palm Springs Wastewater Treatment Plant, implementing timely and cost-effective solutions. The combined experience of these key staff members in addition to the capabilities of our trusted subconsultant partners supports Harris’ capability to navigate the complexities of this contract and deliver high-quality outcomes. Full resumes describing the qualifications of our key personnel can be found in the Appendix (beginning page A). Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section B: Staff/Team’s Qualifications & Experiences  11 B.4. Provide an organization chart. 🔑 Key Personnel [KDM] KDM Meridian [TJC] TJC & Associates [V] Verdantas [LOR] LOR Geotechnical [CWE]CWE [ADV] ADVANTEC Consulting Engineers [C] CQMS Organizational Chart City of Palm Springs Contract Manager Marcus Fuller, PE, PLS🔑 QA/QC Managers Randy Berry, PE🔑 Vern Phillips, PEKourosh Iranpour, PE, QSD Harris has teamed with subconsultants with whom we have partnered on many successful projects. Our selected subconsultants have a successful track record of working throughout California with the Harris team, resulting in increased synergy, collaboration, and established communication protocols that will benefit the City. We specifically selected our subconsultant teaming partners due to their strong technical capabilities. Harris takes full ownership of our teaming partners and will handle all subconsultant management and keep the City appraised of all progress! Roadway Elizabeth Reyes, PE, PMP, QSD/QSP🔑 Marc Gallardo, PEAlyssa Kumnoonsate, PERandall Bliss, PE🔑 Drainage & Sewer Jason Caprio, PE, PMP🔑 Gabriel Gutierrez-Garcia, PE, QSD/QSPJean-Luc Delbecq, PEFidel Salamanca, PEVictoria Orduno, PE Asset Management Randall Bliss, PE🔑 Marissa Baclig, MTCPaul Muse, MTCTitan Smith Grading & Drainage Elizabeth Reyes, PE, PMP, QSD/QSP🔑 Marc Gallardo, PEAlyssa Kumnoonsate, PERandall Bliss, PE🔑 CIP Support Mark Nassar, PE🔑 Jennifer Scott, PEKamran Iradjpanah, PE Plan Review Craig Siefert, PE🔑 Teck Loh, LEED APBijan Yazdani, PEKarina Guevara, PE, CMIT🔑 Environmental Compliance Ryan Binns, PMP, ENV SP🔑 Emily Mastrelli, SCPKelsey Hawkins Subconsultant Services SurveyingRichard C. Maher, PLS [KDM]🔑 Parick Earl, PLS[KDM]🔑 Electrical/Instrumentation & Controls ServicesMcKenzie Campagna, PE [TJC] GeotechnicalJohn P. Leuer, GE, CE [LOR]🔑 Bashir Saiid, PE [V]🔑 Simon Saiid, PE, GE [V]Brent Adam, PG, CEG [V] Water QualitySteven Bell, PE, ENV SP, CFM, QSD [CWE]Chris Pendroy, CPSWQ [CWE] Traffic EngineerCarlos A. Ortiz, PE, TE, PTOE [ADV]🔑 John A, Dorada, PE [ADV]🔑 Bryan Elenes [ADV]Madeleine Ortiz [ADV]Nicholas Park [ADV] Community OutreachChloe Lee [C]Saroya Sandiford [C] Principal-in-Charge Ehab Gerges, PE🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section C: Demonstrated Understanding of the Overall Project & Requested Scope of Work  12 PROJECT UNDERSTANDING The City of Palm Springs is inviting proposals from qualified Civil Engineering firms to create a roster of on-call consultants for a variety of capital projects. Anticipated tasks include street improvements, parking lot design, grading, drainage enhancements, utility coordination, preliminary planning, and cost estimation for both current and future initiatives. Selected consultants will be expected to demonstrate a proven track record in providing civil engineering services to municipal government agencies for projects of this scope and complexity. This call for civil engineering support aligns with Palm Springs’ continued investment in public infrastructure, addressing vital areas such as climate resilience, transportation, and public safety. Recent initiatives include a $50 million project on Indian Canyon Drive, spearheaded by the Coachella Valley Association of Governments (CVAG) and funded by the California Transportation Commission (CTC). This project, focused on improving storm resilience and addressing frequent connectivity disruptions from flooding and sand, includes the construction of bridges at low-water crossings, a solar-shaded bike path, sand fencing, and a wildlife undercrossing. These improvements will enhance mobility, protect local ecosystems, and provide better access to critical services like the Desert Regional Medical Center. Additional infrastructure improvements are largely made possible by Measure J, a voter-approved, one-cent sales tax that funds major city initiatives. This one-cent sales tax generates critical funds for the city’s infrastructure, including extensive street repaving, park enhancements, and public facilities like the Palm Springs Convention Center and Plaza Theatre. Measure J funding also supports public safety enhancements and has recently allocated $9 million to street paving and rehabilitation, emphasizing the city’s dedication to maintaining and modernizing public infrastructure. Additionally, the city participates in the Highway Safety Improvement Program (HSIP), implementing signal and safety upgrades at numerous intersections to improve public safety. Palm Springs’ substantial infrastructure projects highlight the pressing need for capable civil engineering support to facilitate planning, design, and execution. Project assignments will be made solely at the City’s discretion and based on project approval and available funding, with Measure J providing a sustainable revenue model to support these essential efforts. MANAGEMENT APPROACH Harris’ Overall Management Approach We aspire to synchronize our passion, purpose, and principles to earn your trust as advisors while increasing your return on investment into public infrastructure. To do this, our management strategy emphasizes the importance of cultivating trust through attentive service, achieving outstanding results, and taking complete responsibility for the project’s team, scope, timeline, and budget. Together, we are committed to achieving our shared goal of developing a prosperous and welcoming community. Role of Contract Manager The fluid nature of this contract demands a Contract Manager who is adaptable, quick to respond, and deeply committed to your success. Marcus Fuller will serve as Contract Manager for this contract, enabling the delivery of responsive, high quality, and economically efficient services to the City. Marcus’ experience highlights include: • 30 years of experience in public works and engineering. Over his career, Marcus has delivered hundreds of capital improvement projects with an estimated portfolio of $500 million. He has served in the capacity of City Engineer and Project Manager on highly complex capital projects. • Nearly 20 years working directly for the City of Palm Springs. Marcus held positions such as Assistant City Manager, Assistant Public Works Director/Assistant City Engineer, and Senior Engineer managing and assisting with the delivery of dozens of vital improvement projects throughout the City. This unique experience 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. SECTION C: DEMONSTRATED UNDERSTANDING OF THE OVERALL PROJECT & REQUESTED SCOPE OF WORK Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section C: Demonstrated Understanding of the Overall Project & Requested Scope of Work  13 ultimately allows him to identify potential challenges that are critical to the city, effectively coordinate and communicate with key stakeholders, and leverage his public sector experience to proactively manage the delivery of various Task Orders assigned by the City pursuant to the on-call agreement. • Exceptionally skilled in delivering high-profile City projects. Marcus’ track record includes successfully managing complex and high-priority capital projects including the $35 million wastewater treatment plant upgrade and $38 million Palm Springs Airport Ticketing Hall Expansion. This demonstrates his ability to carefully navigate project intricacies, collaborate with diverse teams, and deliver projects that instill community pride all while protecting the City’s best interests. Task Order Assignment & Delivery This section details our approach to task orders commencing with notice to proceed through construction closeout. The City relies on our ability to respond quickly to task order requests, review the suitability of project scope, and provide the right staffing to perform the work to move these projects forward in line with City objectives. Marcus will spend time to understand the unique requirements of each project to identify and assign the most appropriate team member to serve as the Task Order Project Manager. Upon assigning team members, Marcus will meet with the city to present the team and address city objectives and outcomes. City Requests Task Order Review Information, Refine Scope Harris Provides Scope and Fee Harris Receives Purchase Order and Mobilizes YES NO Approved? • City Project Managers notify Marcus of new TOs • Marcus reviews the TO's documents and required permits • Harris conducts field visit • Marcus confirms TO scope, budget, schedule, goals, and technical challenges with City Project Managers • Marcus identifies the team member/s to deliver the TO, and looks for opportunities to utilize subconsultants • Marcus provides scope, fee, and resumes to City Project Managers • Once purchase order received from City, Harris mobilizes • Harris CM works directly with City Project Manager to deliver the TO TASK ORDER ASSIGNMENT PROCESS. Harris utilizes a comprehensive task order management system to address each of the City's requests/needs. All task orders will go through Marcus who will be responsible for assigning the appropriate team members to each task. 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. NAVIGATING STATE & FEDERAL REGULATIONS Harris & Associates has extensive experience managing state and federally funded projects, guiding public agencies through the complexities of regulatory frameworks like CEQA, NEPA, and other key mandates. Our team includes environmentalists with experience preparing and obtaining regulatory permits, and related monitoring and compliance reporting. This experience allows us to thoroughly evaluate the contractor’s conformance to mitigation measures and permit conditions. Our expertise includes producing high-quality environmental documentation, managing permitting processes, and facilitating grant writing and financial planning to secure essential funding. We meticulously handle procedural requirements, from environmental reviews to compliance with regulations like the Clean Water Act and Endangered Species Act. Notable projects include developing Watsonville’s Local Hazard Mitigation Plan and enhancing Irvine’s Housing Element, both of which involved navigating intricate state and federal regulations. CEQA NEPA Our team includes environmentalists with experience preparing and obtaining regulatory permits, and related monitoring and compliance reporting. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section C: Demonstrated Understanding of the Overall Project & Requested Scope of Work  14 COMPLYING WITH FEDERAL FUNDING REQUIREMENTS To confirm compliance with the funding requirements for the Project, we will benefit from our experience administering, managing, and inspecting projects as required by Chapter 16 of the LAPM. The LAPM guides us on how we perform most of our basic functions including, but not limited to, engineer’s daily reports, project files, construction records and procedures, safety provisions, labor compliance, equal opportunity employment, disadvantaged business enterprise, contract change orders, material sampling and testing, and project safety. Our team will model your project’s documentation in alignment with the Caltrans LAPM and oversight checklist requirements. We will be prepared for Caltrans oversight and audits. The team will make our files available for their review throughout construction and will audit the project for LAPM and Construction Manual conformance periodically, in order to achieve full reimbursement of funding to the City. Our approach is rooted in the expectations set forth in the LAPM, which states, “Generally, whenever the [Local Public Agency (LPA)] is unable to produce requested records, it must be assumed by reviewing personnel that the required actions were never performed.” This is our burden to carry, a responsibility we understand, and our prior experience with cleared federal audits on federally funded projects support us in meeting this obligation. The key is organized project documentation. The ability to manage the substantial volume of paperwork on any construction project is daunting. This is why our team utilizes project management information systems, such as Newforma, for document control. 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. COORDINATION EFFORTS During his successful 30 years of delivering civil engineering projects, with 16 years specifically serving the City of Palm Springs, Marcus Fuller has developed a reputation for his proactiveness and the strength of his communication, collaboration, and professionalism. Managing this contract will be Marcus’ primary responsibility and he will work closely with City staff to track contract capacity, listen to your feedback, and understand your needs in order to swiftly resolve your concerns, explore ways to streamline systems, and increase value on your projects. Marcus will use a structured approach that fosters open communication, defines roles, and aligns timelines. Clear Lines of Communication The city administers the delivery of dozens of projects, impacting several community groups and stakeholders. Therefore, it is vital to communicate project updates in a timely manner. Our team is committed to regular coordination meetings with City staff on a weekly or biweekly cadence to raise potential issues early, discuss upcoming milestones, and align on priorities. Marcus will serve as the Single Point of Contact (SPOC) to the city for project requests and designate a SPOC for each project task order, who is typically the Project Manager. The SPOC will be responsible for all lines of communication between project team members, city staff, stakeholders, and the community. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section C: Demonstrated Understanding of the Overall Project & Requested Scope of Work  15 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. Our team takes a proactive, systematic approach to identifying and resolving project problems, issues, or conflicts to ensure successful project completion. Recognizing that scope creep, schedule management, and cost control are interrelated challenges, we use a combination of real-time monitoring tools, regular team reviews, and well-defined communication protocols to address these concerns promptly. Identifying Project Issues To identify issues early, our team leverages project management software that provides real-time data on schedule adherence, budget utilization, and any scope adjustments. We conduct regular project reviews where team members and stakeholders discuss emerging issues. By establishing clear lines of communication with design team and client representatives, we ensure a continuous flow of information on potential conflicts or deviations from the project scope, timeline, or budget. Approach to Problem Resolution When issues or conflicts arise, our team applies a structured problem-solving framework that includes identifying root causes, developing multiple solution options, and evaluating their impacts on scope, schedule, and cost. This framework allows us to balance client needs, project goals, and regulatory requirements when selecting solutions. For conflicts involving multiple parties, we facilitate collaborative meetings to align interests and expectations, aiming for resolutions that maintain project momentum. Managing Scope Creep To control scope creep, we apply a rigorous change management process that tracks all requested changes and evaluates them against project goals and constraints. We involve stakeholders in reviewing and approving any scope adjustments, ensuring that all impacts on cost and schedule are thoroughly assessed and documented before implementation. Experience with Unforseen Problems and Innovative Techniques Our team has encountered unforeseen issues on past projects, including regulatory changes and unexpected subsurface conditions. In response, we evaluate schedule impacts and implement contingency planning frameworks for rapid adjustments. One innovative technique we’ve adopted is using a risk register to prioritize and manage high-impact risks, enabling quick reallocation of resources and decision-making flexibility. Overall, our approach combines proactive issue identification, structured resolution processes, and innovative techniques to mitigate scope, schedule, and cost challenges, ensuring project goals are met efficiently and effectively. Regular reports on progress, emerging issues, and resolution actions improves accountability. Harris leverages our internal Deltek VantagePoint dashboards to effectively communicate project status during our internal Project Review Meetings. This data can be summarized in an easy to view format when working with the Measure J Oversight Commission and other stakeholders. Aligning City & Stakeholder Expectations Organizing projects into phases allows different agencies to review and provide input at designated stages, which reduces the likelihood of costly redesigns. Caltrans and CVAG, in particular, should be consulted early for any transportation-related projects to align on standards and timelines, as delays with these entities can significantly impact project schedules. Scheduling specific workshops with utility providers verifies that their infrastructure requirements and potential conflicts with project design (e.g., underground lines, poles) are addressed. For instance, electrical and water line relocations often require coordination with regulatory timelines and operational constraints, so identifying these in planning phases can help avoid roadblocks. Caltrans Coordination The Harris team has extensive experience delivering designs and managing construction of roadway improvements within Caltrans right- of-way and will proactively coordinate with Caltrans District 11 on Encroachment Permit requirements and any other applicable permit process. In addition, Harris’ experience with the LAPM and understanding of federal requirements related to federally funded projects allows us to easily navigate these requirements to document the progress of the Work and completion of the Project to satisfy federal audit requirements. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section C: Demonstrated Understanding of the Overall Project & Requested Scope of Work  16 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. PROJECT MANAGEMENT APPROACH Harris is committed to making certain the City attains optimal success in every task order project. Utilizing technology such as our accounting system, Deltek Vantagepoint, we streamline our project management approach and our project management program, resource planning, and project performance tracking. Deltek Vantagepoint utilizes tracking capabilities and serves as our internal benchmark for reporting cost efficiencies to the City. This integrated system seamlessly manages all aspects of project management and accounting, facilitating real-time sharing of project information with the City on a weekly, monthly, and quarterly basis. Our system enables prompt internal reporting and can accommodate requests from City staff as needed. With Deltek, Harris is able to efficiently allocate resources, monitor project progress in real-time, and make informed, data-driven decisions to optimize overall performance. Furthermore, Harris’s approach to project management is based on philosophies and practices that are rooted in PMI’s Project Management Body of Knowledge (PMBOK®) Guide and Standards and tailored specifically for the City. In addition to foundational best practices, we have a Harris Project Management Program that establishes our formal processes, and provides tools, training, and guidelines for Harris Contract and Project Managers. Obtaining the Project Management Professional (PMP) certifications through PMI is encouraged for all existing and new Harris Project Managers. This approach emphasizes the importance of applying all of PMI’s knowledge areas as it relates to management of a demanding project. Maintaining Software Availability and Schedule and Management Reporting Harris uses Microsoft Project to support the team’s ability to manage and track project schedules. Internal milestones and deadlines for deliverables are established for each task order with an emphasis on maintaining integrity of the critical path to achieve completion dates. Variances from the projects’ schedules and budgets may be encountered during any project. These variances could be the result of coordination issues with utility agencies, obtaining permits or approvals from regulatory agencies, or resolving unforeseen issues during the design process. As part of our process, these variances are tracked and flagged. Appropriate corrective action plans are put in place to address any variances, placing the tasks/projects back on schedule and flagging shortfalls in staffing resources, all the while keeping the City Project Manager informed. Harris’ Management Approach at the Task-Level/Role of Task Order Project Managers In addition to Marcus’ commitment to the success of the portfolio of projects assigned to Harris, the Task Order Project Managers are equally committed to the success of the projects they are assigned. Harris has assembled a team of Task Order Project Managers skilled in stormwater/ sewer/water and storm drains, streets, utility coordination, preliminary planning, cost estimating, and environmental documentation on projects. Under Marcus’ oversight, the responsibilities of the Task Order Project Managers include, but are not limited to, the following: Refinement and Concurrence with the Work Breakdown Structure (WBS) Phase, task, and milestone deliverable schedules management Schematic design development Updating the project plan Delivery of design development (30%, 60%, 90%, and IFC- type milestones) Implementation of the Quality Assurance Program and verification of the quality control reviews Confirming the contractual obligations are entirely satisfied Exercising the (internal/external) communication plan Analyzing the key performance metrics (KPMs) at key milestones Progress reporting Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section C: Demonstrated Understanding of the Overall Project & Requested Scope of Work  17 Managing Resources to Meet High Volume Demands Harris has prepared a comprehensive team of experienced and specialized resources to augment the City’s Engineering Services Department teams. Using Harris’ resource management tool, Marcus will be in regular contact with the Harris team and City staff to understand staffing needs and resource availability to be able to provide a suitable candidate/team at any time. Based on our history of delivering a variety of successful projects with our current teaming partners for the City, in addition to our work on the current On-Call Wastewater Engineering Services contract, we know that managing subconsultants is a complex undertaking. The best way to properly perform as a team is by literally breaking down the City’s overall scope of work to understand our collective and exact responsibilities. In addition, inviting subconsultant partners to all meetings and workshops drastically improves communications and leverages the true value of our diverse technical backgrounds for the City. Harris will manage and administer all our teaming partners and will continuously provide the City with progress on all assigned task orders and projects. Quality Control & Quality Assurance (QA/QC) Program The Harris approach to quality includes focused collaboration amongst our seasoned team members across our various service lines to deliver a well-vetted deliverable to our clients and partners. As an organization, we have developed a culture where all employee-owners are aware of and committed to quality in our processes and deliverables. Each member of the proposed Harris team will embody this “quality-oriented” mindset during the delivery of your civil engineering projects under the major maintenance program. Harris employs a “Harris Way to Quality”— a 37-page QA/ QC Manual that reflects our commitment to delivering high-quality products and services. The QA portion of the manual details the process of reducing potential errors or non-compliant deliverables. Our QA philosophy speaks to the technical components, contractual requirements, and civil engineering solutions as appropriate. The QC portion of the manual provides the measurements for performing detailed reviews and checking of all aspects of the Project work by qualified, designated team members. Randy Berry, PE, Vern Phillips, PE, and Kourosh Iranpor, PE, QSD will serve as QA/ QC Managers on the City’s Engineering Design Services contract performing project reviews, documenting these reviews, and providing technical input and guidance at agreed-to milestones to add value to the delivery process and reduce errors. We have the philosophy that QA/QC is a continuous process from conceptual design to final Plans, Specifications, and Estimates (PS&E) on all design projects. When several disciplines are involved in a project, combining design with construction management projects, the QA/QC Manager may also seek review assistance from other individuals specializing in those disciplines to verify that all project concepts are being met and all constructability issues are addressed prior to finalization of the plans and specifications. Listen to City concerns Complete submittal for internal review QC review to make sure minimum design standards and project goals and intents are met  Complete QC checklists @ Submittal sent to City/ project stakeholders Receive and respond to comments from City/ project stakeholders Address comments from City/project stakeholders (further refine 30%, 60%, and 90% design submittals) 100% Submittal Final design and deliverables ready for bidding and construction Perform Monthly Project Review Meetings Quality Assurance/Quality Control Process Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section C: Demonstrated Understanding of the Overall Project & Requested Scope of Work  18 Value Engineering, Biddability, and Constructability Reviews Harris’ internal construction management and design teams work collaboratively to add an additional level of quality control by implementing a Biddability/ Constructability (B/C) review prior to the delivery of final Plans, Specifications, and Estimates (PS&E). Constructability reviews assess the thoroughness and accuracy of the contract documents and identify revisions and additions that reduce questions or changes during construction. This process significantly improves bid results, construction efficiency, and project quality. Our constructability reviewers check the documents from a contractor perspective and develop a list of items to be addressed by the designer before the project is bid. Most importantly, part of our constructability review process is a back-check to confirm that your comments are addressed. Document Control A well-run project depends on the establishment and maintenance of a comprehensive project filing and management system. As part of the Harris Project Management Program, a detailed project file with the following folder structure will be utilized: 1. Accounting 2. Work Product 3. Agreements, Contracts, and Insurances 4. Project Management Plans (PMPs) 5. Communications 6. QA/QC Reviews 7. Schedules 8. Close-Out with Lessons Learned A partial list of documents that will be maintained include: • Contract documents, subconsultant agreements, insurances, and other important correspondence • Utility notifications and as-built requests • Preliminary investigation reports and technical studies, including photos and drone aerials • Basis of Design Report and supplemental technical information • Memorialized deliverables and important iterations • Environmental Applications and Permits • QA/QC reviews and checklists • Decision logs and developmental acknowledgments • Monthly invoices with progress reports • Updated project schedules Harris’ approach is built upon a thorough review of the plans and specifications to save you time and money before construction begins. 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. As the City of Palm Springs prepares to implement the Scope of Work under this on-call civil engineering services contract, we recommend considering the importance of clear, consistent communication between the City and the selected consultant(s). This is especially critical in on- call contracts, where project scope and priorities can shift. Establishing streamlined processes for issuing task orders and setting expectations early on will help make sure that work is delivered within scope, schedule, and budget. Additionally, fostering a collaborative environment with City staff, Caltrans, local agencies, and utility companies will help mitigate project delays, particularly in multi-agency coordination efforts. We also advise keeping flexibility in the approach to project management, as unforeseen conditions or regulatory changes may require adaptive strategies. Employing a proactive problem-solving approach with regular status updates will aid in resolving conflicts early and keeping projects on track. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section D: Financial Responsibility  19 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. A few key issues that may arise during the execution of the Scope of Work include delays in obtaining necessary permits, coordination challenges with utility companies, and unexpected site conditions. Based on our firm’s prior experience, these factors can lead to schedule disruptions if not addressed proactively. To mitigate these issues, Harris & Associates emphasizes early coordination and communication with regulatory agencies, utility providers, and other stakeholders. We recommend initiating permitting processes early in the project lifecycle and maintaining ongoing dialogue with involved parties. Additionally, our team’s expertise in detailed site assessments and environmental reviews allows us to anticipate and respond quickly to unexpected conditions, minimizing potential project impacts. Using project controls to track progress and address potential bottlenecks will also confirm timely delivery of services. 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. FINANCIAL STABILITY Harris has provided quality engineering and construction management services for 50 years and has offices in California, Nevada, and Washington. Our growth and expansion has been financed internally by reinvested earnings made possible by a strong cash position and balance sheet. No conditions such as pending litigation, bankruptcy, office closures, or mergers exist that would impede our ability to complete the contract. We can provide a copy of our audited financial statement upon request. SECTION D: FINANCIAL RESPONSIBILITY “City and Harris staff met with FHWA and Caltrans representatives for a comprehensive review of the project administration and records. The overall appraisal was that the City ‘did good,’ and our pre-construction documentation was ‘excellent.’ They also said that Harris had done a great service for the City in managing and properly documenting the project.” —Brian McMinn Principal Engineer (former) City of Monterey Our proven track record of successfully managing federally funded projects demonstrates Harris’s ability to deliver high-quality services to municipal clients, including comprehensive project administration and documentation. This is further reinforced by feedback we’ve received from oversight agencies. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Appendix  A APPENDIX Key Staff Resumes Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  B Ehab’s experience with the Coachella Valley region gives our team an in-depth understanding of the geographical challenges and community preferences that will shape this program. He will leverage his relationships with local agencies (cities of Palm Springs, Cathedral City, Coachella, Indio, and Palm Desert; and Coachella Valley Water District) to efficiently progress projects through program and design phases. EDUCATION BS, Civil Engineering REGISTRATION Professional Civil Engineer, CA #59991 (PE) Ehab Gerges, PE🔑 PRINCIPAL-IN-CHARGE Ehab’s experience with the Coachella Valley region gives our team an in-depth understanding of the geographical challenges and community preferences that will shape the projects under this on-call contract. He will leverage his relationships with local agencies to efficiently progress your task orders. Ehab’s deep understanding of the Coachella Valley region further enhances the team’s capabilities, as he possesses a profound knowledge of the unique geographical challenges around seasonal flooding due to storms, as well as community and stakeholder preferences inherent to the area. Ehab has served in a leadership capacity on at least twelve projects in the Coachella Valley since 2013, having provided project management services on ADA, facilities, storm drains and drainage, trail improvements, sewers, emergency repairs, and other locally and federally funded projects. Ultimately, as Principal-in-Charge, Ehab is responsible for overseeing your contract with executive-level oversight and approaching project delivery in a manner that effectively address project challenges around community disruption issues, flood agency coordination, risk management, and compliance. RELEVANT EXPERIENCE • City of Palm Springs, 2018-2019 Pavement Management Program (PMP) Update. Project Director. Harris conducted and managed a pavement condition survey of the City’s entire street network of approximately 250 center line miles, and an inventory and condition assessment of all warning and regulatory signs Harris prepared a report of findings/ recommendations for presentation to City council and the City’s Measure J task force. • City of Palm Springs, Indian Canyon Drive Widening and UPRR Replacement Project. Principal-in-Charge. Despite a rough start with challenges due to constant blow sand, road closures, and recently a 1,000-year storm caused by Tropical Storm Hilary in August 2023 that caused widespread flooding and destruction within the project footprint, the Harris team has been successful in moving the project forward as a strong construction management partner on time and within budget. As Principal- in-Charge, Ehab is providing executive-level oversight of the team to streamline and navigate the project, including lending sound and experienced solutions and insight to ongoing, aforementioned project challenges. • City of Palm Springs, Demuth Park ADA Access. Project Director. As Project Director, Ehab led Harris’ design services for ADA access improvements at Demuth Park, the largest developed park in Palm Springs. Managing the scope, schedule, budget, and project team, Ehab facilitated seamless coordination across various park facilities, including tennis courts, baseball/softball diamonds, multi-purpose fields, and the Demuth Community Center. His leadership and oversight kept the project on track while addressing the needs of multiple stakeholders involved in enhancing accessibility at this 60-acre community hub. • City of Palm Springs, Calle Santa Cruz and Sonora Road Storm Drain. Project Director. Harris designed a new catch basin in the street to address nuisance water that outlets via a spillway into a basin in an open field of unused area on the Palm Spring Airport property. The project required design of a new maintenance access ramp into the basin and access road/driveway with pipe gate from Ramon Road, which also doubled as an emergency overflow spillway back into Ramon Road should the basin become filled to capacity. A complete set of PS&E documents were prepared for the City’s use in obtaining bids. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  C Marcus knows first-hand the challenges facing cities like Palm Springs, with limited staffing and a backlog of capital project delivery - in addition to other municipal service obligations to be provided by Public Works Departments. This awareness allows Marcus to most effectively manage the on-call agreement on behalf of the City, and to integrate seamlessly with Palm Springs staff. EDUCATION MA, Public Administration BS, Civil Engineering REGISTRATION Professional Civil Engineer, CA #57271 (PE) Professional Land Surveyor, CA #7987 (PLS) Marcus Fuller, PE, PLS🔑 CONTRACT MANAGER Marcus brings nearly 30 years of experience in public works and engineering, delivering hundreds of capital projects with an estimated portfolio of $500 million. His executive- level experience as a Registered Civil Engineer often required him to perform double- duty, filling in as City Engineer and Project Manager on highly complex capital projects. Although Marcus may have carried the title of City Manager or Assistant City Manager, he was a working executive leaning on his direct project management experience to help move forward and deliver various phases of several federally funded projects. Ultimately, Marcus’ experience in the Coachella Valley, specifically the 16 years he spent working directly for the City of Palm Springs, allows him to identify potential key challenges with assigned projects and coordinate with key stakeholders and utility companies. He will leaning on his public sector experience as a Project Manager and Contract Manager to proactively manage the delivery of various Task Orders assigned by the City pursuant to the on-call agreement. RELEVANT EXPERIENCE • City of Palm Springs, Various Projects. –Assistant City Manager (2014 - 2021). Marcus was the Assistant City Manager providing broad administrative oversight and inter-departmental coordination of all areas of the City. Responsibilities included administration of the Fiscal Year 2020-2021 Budget of $288 million, and coordinating program management and capital project delivery of the City’s more complex and high-priority capital projects including the $35 million wastewater treatment plant upgrade and $38 million Palm Springs Airport Ticketing Hall Expansion. Additionally, Marcus continued to provide oversight and project management coordination on the six federally funded bridge projects throughout Palm Springs. –Assistant Public Works Director/Assistant City Engineer (2012 - 2014). Marcus was directly responsible for managing the City’s Capital Improvement Program, serving as Project Manager on many capital projects, including the $20 million, federally funded Indian Canyon Drive/I-10 Interchange Widening Project from the environmental through construction phases. He successfully coordinated the Caltrans approval and programming of federal Highway Bridge Program funds on six different bridge projects within the City, requiring expertise and understanding of the Caltrans LAPM to pursue approvals to proceed with various phases of project delivery. Marcus was also responsible for understanding and following all Caltrans procedures and guidelines applicable to the City’s expenditure of federal funds, including participating in one federal audit resulting in Caltrans approval and acceptance of the project. –Assistant Public Works Director/Assistant City Engineer (2005 - 2012). Marcus provided direct management and oversight of the Public Works and Engineering Department. He was responsible for the Engineering Division, including land development, capital projects administration, and wastewater treatment. Marcus was responsible for the coordination and preparation of the 20-Year CIP for the City’s Wastewater Treatment Plant and corresponding sewer rate study, prepared Proposition 218 materials, and successfully presented for adoption the City’s first sewer rate increase in 15 years. Marcus also managed the $20 million Indian Canyon Drive/Interstate 10 Interchange Widening Project from the environmental through construction phases. He also successfully coordinated the Caltrans approval and programming of a $95 million federal Highway Bridge Program grant for a low-water bridge replacement project to construct a new bridge on Vista Chino across the Whitewater River. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Appendix  D –Associate Engineer/Senior Engineer (1999 - 2005). Marcus served in various positions within the Public Works and Engineering Department, initially serving as an Associate Engineer and advancing to the Senior Engineer position. He was responsible for managing delivery of the City’s Capital Improvement Program, including developing contract specifications for bidding of various projects, and managing consultant contracts for preparation of plans and specifications for capital projects assigned to consultants. • City of Rialto, Various Projects. Public Works Director/City Engineer. As City Engineer, Marcus was responsible for coordinating program management and capital project delivery of the CIP. Marcus provided oversight and project management of many of the City’s capital projects, including coordinating a federally funded Rails to Trails recreational project requiring utilization of Marcus’ experience and understanding of Caltrans procedures and guidelines applicable to the City’s expenditure of federal funds. Marcus was also successful in activating a dormant federal DEMO grant to proceed with the PA/ED Phase to deliver the widening of Riverside Avenue over the UPRR Colton Yard, leaning on his project management experience and knowledge of the LAPM and Caltrans procedures. • City of Coronado, Parker Pump Station Replacement Project. Project Manager/Resident Engineer. The Parker Pump Station Replacement Project is replacing the two- story underground wastewater and stormwater station, including a new control building and a permanent generator with wall enclosure, at an adjacent site to the current station located at 8th Street and Coronado Avenue. The Parker Pump Station is a critical piece of infrastructure responsible for collecting and routing storm water and sanitary sewer flows in the Country Club area. The project has an approximate value of $26 million and is the largest pump station within City limits, as well as being their largest Capital Improvement project currently. As the Project Manager and Resident Engineer for this project, Marcus has been responsible for coordinating all of the construction activities with the City and contractor, and the various consultants retained by the City. As the Resident Engineer, Marcus was responsible for evaluating construction claims for delays and an extension of time, and for changed conditions. Marcus’ thorough review of the project record and contract documents allowed him to prepare a comprehensive defense for the City’s use in providing a denial of these claims. • City of Menifee, Staff Augmentation & Land Development Plan Checking. Principal-in-Charge. Harris has been providing staff augmentation and plan check services for land development for the City since 2016. This includes the review of permits and applications, small grading plan checks, front counter duties, and review of residential and commercial grading plans, street improvement plans, erosion and sediment control plans, landscaping/irrigation control plans, hydrology and hydraulics calculations, water quality management plan review, and cost estimate verification. Marcus helps guide the team through complex plan reviews. • City of Oakland, ADA Access Ramp/Sidewalk Long- Term Repair and Replacement Program. Project Manager. Harris provided program management services for the City of Oakland’s ADA Access Ramp/ Sidewalk Long-Term Repair and Replacement Program. This comprehensive effort involved the evaluation of the City’s sidewalk and ramp survey, as well as the 5-year repair and replacement plan developed by another consultant. The program also included the construction of missing access ramps and sidewalks previously identified by the City. As Project Manager, Marcus was responsible for overseeing the evaluation process, developing long-term programs with 10-, 15-, and 20- year horizons, and identifying the optimal approach to deliver the City’s expected outcomes. Marcus led clear communication with City stakeholders and provided detailed reports outlining Harris’ findings, recommendations, and strategic approaches for program implementation. Marcus Fuller, PE, PLS🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  E As Harris’ top design innovator, Randall will develop creative alternative solutions that will reduce impacts to the property owners, mitigate utility conflicts, and deliver a quality design that maximizes every capital improvement dollar. EDUCATION BS, Civil Engineering REGISTRATION Professional Civil Engineer, CA #44642 (PE) Randall (Randy) Berry, PE🔑 QA/QC MANAGER Randy has 39 years of professional engineering experience in public works design with an emphasis in roadways, storm drains, sewer and grading. He also has extensive experience in conducting ADA conformance evaluations within the public right-of- way. Randy has extensive relevant experience in trenchless technologies. He has been project manager for the design of many cured-in-place pipe liner projects for both sewer and storm drain, jack and bore installations for both sewer and storm drain, and large diameter tunneling through bedrock for a storm drain outlet. Randy also is adept at roadway widening, rehabilitation and complete street design having delivered multi- million dollar improvement projects. RELEVANT EXPERIENCE • City of Palm Springs, Demuth Park ADA Access. Project Manager. Harris provided design services for ADA access improvements in Demuth Park as part of our on-call contract with the City. The 60-acre Demuth Park is the largest developed park in the City of Palm Springs. Park facilities include tennis courts, baseball/softball diamonds, batting cages, picnic areas, bicycle trails, multi-purpose fields for active sports, golf course and the Demuth Community Center. As project manager, Randy managed scope, schedule, and budget, as well as managed the project team and the many moving parts of the project improvements and stakeholders. • City of Palm Springs, Calle Santa Cruz and Sonora Road Storm Drain. QA/QC Manager. Harris designed a new catch basin in the street to address nuisance water that outlets via a spillway into a basin in an open field of unused area on the Palm Spring Airport property. The project required design of a new maintenance access ramp into the basin and access road/driveway with pipe gate from Ramon Road, which also doubled as an emergency overflow spillway back into Ramon Road should the basin become filled to capacity. A complete set of PS&E documents was prepared for the City’s use in obtaining bids. • City of Palm Springs, Gene Autry Trail Improvements Project. Principal-in-Charge. Harris was engaged by the City of Palm Springs to investigate and propose alternative solutions to improve the safety of northbound and southbound traffic along Gene Autry Trail. The study focused on evaluating protective measures, including the installation of Metal Beam Guardrails (MBGR) in the existing painted median and the feasibility of wind-fencing as an alternative to a CMU wall. As Principal-in-Charge, Randy provided leadership throughout the study, overseeing collaboration with City staff and team members to brainstorm additional safety solutions. Randy verified that the investigation considered all viable options to protect drivers while balancing the City’s long-term infrastructure goals. • City of Yorba Linda, On-Call Civil Engineering Services. Project Director. Harris has been providing on-call civil engineering services to the City of Yorba Linda since 2003. Recent projects include the Town Center Infrastructure Improvement, Annual Parking Lot Rehabilitation, and SAVI Ranch Parkway Widening. Randy’s responsibilities include assigning task orders to the qualified personnel and monitoring resources to keep the City’s projects on track and within budget. • City of Yorba Linda, Town Center Infrastructure Improvements. QA/QC Manager. These $10 million improvements required a wide variety of street, streetscape, landscape, utility, grading, record of survey mapping, right-of-way exhibits, and traffic design elements to optimize multi-user access and circulation. Randy provided resourcing and QA/QC review of work completed by Harris’ design team. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Appendix  F Comprehensive infrastructure design and PS&E preparation included storm drain design (including hydrology/hydraulic study), sewer and water design, optional sewer inspection, dry utility designs, site grading, record of survey mapping and right-of-way exhibits, and traffic design elements. The project also required the placement of extensive permanent BMPs (bio-swales) within the parkways. This project won the APWA Southern California B.E.S.T. Historic Renovation Project of the Year Award. • City of La Mirada, On-Call Engineering Services. Project Director. The Harris team is the City of La Mirada’s trusted advisor and go-to consultant to deliver a wide variety of improvement designs based on detailed scopes that are typically prepared without a detailed RFQ. Harris delivered various street rehabilitation projects and ADA improvements, including the rehabilitation and slurry seal of various residential streets, Olive Branch Drive rehabilitation (which also included ADA upgrades to access ramps), and Santa Gertrudes Avenue Wall and Parkway improvements. Harris is a key player in the City of La Mirada’s success in rehabilitating every residential street and arterial highway throughout the city. Randall takes pride in this accomplishment, especially with surrounding cities suffering from crumbling roadways. • City of Huntington Beach, Oak View Streetscape Project. QA/QC Manager. Harris provided civil engineering, streetscape design, and community outreach services for this complete streetscape improvement project. The City is utilizing funding through the Clean CA Local Grant program for a total of $5 million and will focus on enhanced sidewalk experience, calmer streets with lower vehicle speeds, and enhanced connectivity for pedestrians. Randy provided review of all project deliverables to confirm compliance with City and project requirements. Since the project had a funding deadline to be constructed by June 2024, it was important that the project was delivered in a timely manner. • City of Los Angeles, 7th Street Complete Streets Project. Project Manager. Harris recently completed the bidding phase for the LA BOE signature project of improvements to 7th Street from Figueroa Street on the west to Alameda Street on the east. The new, comprehensive, and practical plan improves the east-west traverse route for vehicles that anchors downtown, improves safety, and advances mobility for several of the downtown neighborhoods. Improvements include protected cycle tracks (bike lanes), walkable sidewalks, vastly improved pedestrian lighting and environmentally sensitive streetscape that also advances both the pedestrian and transit experience. Our scope included full design of multiple phases of the project, estimating and schedules, assistance with meeting funding/grant goals, and extensive coordination with dozens of stakeholders. As project manager, Randy managed scope, schedule, and budget, as well as managed the project team and the many moving parts of the project improvements and stakeholders. • City of West Hollywood, Sunset Strip Beautification. Project Manager. Harris prepared design and construction documents for the 1.6 mile-long Sunset Boulevard beautification. The $5.4 million project included construction of over 70 access ramps in a dense urban environment with numerous site constraints including steep side street grades, existing doorways and walkways at curb returns, matching work on private property, adjustment and relocation of utility boxes and manholes, and restriping to align with new access ramp layout locations. The project also included the addition of curb extensions at several intersections, clearing sidewalk obstructions, grading pedestrian path of travel to comply with ADA requirements, improving cross walk signage and striping per the MUTCD guidelines, enhancing accessibility at bus stops, and modifying 12 traffic signals to better address pedestrian crossings needs. The project was completed within budget and on schedule and was awarded ASCE “Project of the Year” award. As result of this project and other projects, the City of West Hollywood received the “Most Walkable City in California” award. • City of Huntington Beach, On-Call Civil Engineering Services. Project Director. Harris provided civil design for this on-call contract. Projects included the Brookhurst Street and Adams Avenue Intersection Improvements and Central Park/Shipley Nature Center Parking Lot and street rehabilitation of various streets throughout the city. Another featured project includes a $1.2 million repair of the Slip-Lining 42-Inch Water Transmission Main. Trenchless technology was used to analyze 3,500 LF of 42 steel water transmission main that experienced frequent leaks. The 50-year-old steel pipe had repeatedly required expensive repairs/maintenance and disrupted adjacent neighborhoods. A hydraulic analysis showed a 30-inch-diameter DIP pipe would be sufficient to supply the required flow rate. Restrained joint ductile iron pipe with cathodic protection was selected. Harris’ innovative approach to replacing the City of Huntington Beach’s leaking water transmission main avoided a costly and disruptive open trench installation, limited impacts to the fronting residential properties and allowed for an economical and expedited installation. Randall (Randy) Berry, PE🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  G Elizabeth is a proven project manager who has successfully delivered some of Harris’ largest, most unique, and award- winning projects on time and within budget. EDUCATION BS, Civil Engineering REGISTRATION Professional Civil Engineer, CA #66810 (PE) CERTIFICATIONS Qualified SWPPP Developer, CA SWRCB (QSD) Project Management Professional (PMP) Fugitive Dust Control, South Coast AQMD Elizabeth Reyes, PE, PMP, QSD🔑 ROADWAY/GRADING & DRAINAGE PROJECT MANAGER Elizabeth has over 20 years of experience as a project manager and engineer. She has been responsible for a variety of projects including design, hydrology and hydraulics analysis, and preparation of PS&E for sewer, street, airport, and flood control projects. Nearly all of Elizabeth’s work has been for public agencies so she is familiar with the Greenbook and other public works standards. Elizabeth implements practical approaches to projects based on her understanding of utilities, traffic impacts, equipment set-up, trenching, and variations in pipe size and depth. She specializes in the development and execution of hydraulic modeling software and understands the need for flexibility in its set-up or reconfiguration in order to mitigate challenges. This experience enables her to evaluate the size of existing facilities and provide recommendations for rehabilitation methods. RELEVANT EXPERIENCE • City of Palm Springs, Pasatiempo Road and Farrell Drive Drainage Improvements. Project Manager. Elizabeth prepared PS&E for the construction of storm drain and roadway improvements to address ponding water in the roadway. The design required the reconstruction of portions of Farrell Drive where the street crown and gutter had sunk. Elizabeth designed drainage improvements to prevent water ponding in the streets along Pasatiempo Road and Farrel Drive. This project improved roadway drainage and solved the failing pavement as a result of the ponding water. • City of Palm Springs, Calle Santa Cruz and Sonora Road Storm Drain. Project Manager. Harris designed a new catch basin in the street to address nuisance water that outlets via a spillway into a basin in an open field of unused area on the Palm Spring Airport property. The project required design of a new maintenance access ramp into the basin and access road/driveway with pipe gate from Ramon Road, which also doubled as an emergency overflow spillway back into Ramon Road should the basin become filled to capacity. A complete set of PS&E documents were prepared for the City’s use in obtaining bids. • City of Yorba Linda, Town Center Infrastructure Improvements. Project Manager. Harris assisted the City with the full-scale renovation of its Town Center, including the placement of extensive permanent bio-swales within the parkways along three major roadways. The passive nature of the bio-retention system that the Harris team proposed will reduce the City of Yorba Linda’s long-term costs because they require less maintenance than a typical off-the-shelf Filtera type unit. Elizabeth’s responsibilities included managing the project’s scope, schedule, and budget, as well as overseeing the project team. Harris assisted the City in the successful transformation of the Town Center area to develop an attractive, compelling, pedestrian-friendly place where people want to relax, socialize, shop, dine and learn. This project won the APWA Southern California B.E.S.T. Historic Renovation Project of the Year Award. • City of Huntington Beach, Oak View Streetscape Project. Project Manager. Harris provided civil engineering, streetscape design, and community outreach services for this complete streetscape improvement project. The City is utilizing funding through the Clean CA Local Grant program for a total of $5 million and will focus on enhanced sidewalk experience, calmer streets with lower vehicle speeds, and enhanced connectivity for pedestrians. Elizabeth’s responsibilities include managing the project, including keeping the budget and schedule on track. Since the project had a funding deadline to be constructed by June 2024, it was important that the project was delivered in a timely manner. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Appendix  H • City of Los Angeles, 7th Street Complete Streets Project. Principal-in-Charge. Harris is currently providing planning, pre-design, and design services for the LABOE signature project of improvements to 7th Street from Figueroa Street on the west to Alameda Street on the east. The new, comprehensive, and practical plan improves the east-west traverse route for vehicles that anchors downtown, improves safety, and advances mobility for several of the downtown neighborhoods. Improvements include protected cycle tracks (bike lanes), walkable sidewalks, vastly improved pedestrian lighting and environmentally sensitive streetscape that also advances both the pedestrian and transit experience. Our scope included full design of multiple phases of the project, estimating and schedules, assistance with meeting funding/grant goals, and extensive coordination with dozens of stakeholders. • City of La Mirada, Measure I Phase 5 Street Rehabilitation (On-Call). Project Manager. Harris prepared plans, specifications, and opinion of probable cost for the rehabilitation of $7 million worth of residential streets. The work area covers one-seventh of the City and is the fifth year of their self-funded Measure I program that utilizes local sales taxes to rehabilitate the City of La Mirada. In addition to the rehabilitation/ reconstruction of the AC roadway pavement, the work includes construction/reconstruction of damaged/ missing curb and gutter, sidewalk, and cross gutters; eliminating slotted cross gutter; upgrading ADA curb ramps; signing and striping; traffic control; and all related work. Drainage improvements were also incorporated into the project, including the cured- in-place lining rehabilitation of ten CMP storm drains and the upsizing of storm drains at three locations. Hydrology and hydraulic calculations were performed for three storm drains noted to be deficient. Elizabeth served as the project manager and guided the team through the completion of this project. The rehabilitation of the storm drains required access to a Los Angeles County Flood Control District (LACFCD) Facility. An encroachment permit was acquired from LACFCD to obtain access to the Milan Creek to facilitate the lining of ten CMP storm drains. A construction permit was also obtained for the modification of an existing storm drain connection to Milan Creek. • City of Anaheim, West St and Broadway Alley Sanitary Sewer Improvement Project. Project Manager. Harris prepared PS&E construction documents to address deficiencies and add needed capacity to the system for future built-out conditions. The project included study alternatives that would divert flows to a different/deeper downstream sewer in Santa Ana Street, allowing for the upsized sewer mains to have a steeper pipe slope that would result in self-cleaning velocities. Elizabeth showed her continued ability to pivot to consider new alternatives when it was determined that a simple upsizing of the sewers in West Street and Broadway Alley would not result in self-cleaning velocities, which could present future unwanted maintenance issues. Harris’ flexibility to pivot to new alternatives benefits the City by maximizing outcomes and delivering high- quality results. • Valley Sanitary District, Collection System Infrastructure Project. Project Manager.  The Harris team is currently delivering program, design, and engineering services as a program and design manager (PADM) for a 12-year collection system infrastructure project. The collection system infrastructure program is expected to be completed in four phases, with a total approximate construction value of $70 million. Harris also acts as a liaison with the Valley Sanitary District, cities, utilities, community programs, state, county, and other development-related entities. Our team partners with the District in building internal capabilities with industry best practices and systems, as well as knowledge transfer and staff development, with the objective of building in-house expertise and knowledge. The scope of services includes development of capital program scope and budget, providing program and project management, development of a quality assurance/quality control process, environmental engineering and water resources engineering, engineering design for collection system rehabilitation and new installations, and constructability reviews and value engineering on alternatives and design concepts. Elizabeth is responsible for the preparation of PS&E documents for the sewer improvements. Elizabeth Reyes, PE, PMP, QSD🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  I Jason’s experience coordinating with utility agencies offers a unique perspective and understanding of all sides of a project’s challenges, enabling him to propose thoughtful and innovative solutions that save time and money. He has successfully coordinated design and construction schedules with utility agencies in order to avoid conflicts with their existing and planned improvements. EDUCATION BS, Civil Engineering REGISTRATION Professional Civil Engineer, CA #74783 (PE) CERTIFICATIONS Project Management Professional, PMI # 2163514 (PMP) Jason Caprio, PE, PMP🔑 DRAINAGE & SEWER PROJECT MANAGER Jason Caprio has over 19 years of experience performing engineering design, construction, and project management and administration of water, sewer and storm drain infrastructure projects. His primary experience lies with design and construction of capital infrastructure projects for small and large cities, water districts, sanitation districts, and private water purveyors. Jason’s responsibilities and past projects involve water transmission pipelines, water distribution pipelines, water storage facilities, water treatment plants, sewer mains, wastewater treatments plants, storm drains, roadway and streetscape improvements, and ADA compliance. He currently serves as the Principal- in-Charge for your City’s On-Call Wastewater Engineering Services Contract leading multiple critical projects focused on the long-term functionality, safety, and rehabilitation of the plant’s essential systems. Jason has a natural and developed talent for working with large, sophisticated teams and external stakeholders. Jason’s ability to effectively communicate with people and successfully deliver results has brought great value to his many projects and clients through his professional career. RELEVANT EXPERIENCE • City of Palm Springs, On-Call Wastewater Engineering Services. Principal-in-Charge. Harris has entered into an agreement with the City of Palm Springs to provide on-call wastewater engineering services at the City’s Wastewater Treatment Plant (WWTP), a critical facility with a design capacity of 10.9 million gallons per day (MGD). Projects have included Demolition of Abandoned Headworks, Primary Clarifiers, Sand Filter, and Chlorine Contact, and Sludge Drying Beds 13-18 and 19-25 Rehabilitation projects. Jason is leading these critical projects focused on the long-term functionality, safety, and rehabilitation of the plant’s essential systems. Responsibilities include coordinating with the City, plant operations, and structural subconsultants to make sure innovative and cost-effective solutions are delivered on time and within budget. He successfully guided the team through the design phase of sludge bed rehabilitation, producing plans under budget and on schedule. • City of Palm Springs, Demuth Park ADA Access. Project Support. Harris provided design services for ADA access improvements in Demuth Park as part of our on-call contract with the City. The 60-acre Demuth Park is the largest developed park in the City of Palm Springs. Park facilities include tennis courts, baseball/softball diamonds, batting cages, picnic areas, bicycle trails, multi-purpose fields for active sports, golf course and the Demuth Community Center. • City of Los Angeles, 7th Street Complete Streets Project. Project Support. Harris provided planning, pre-design, and design services for the LABOE signature project of improvements to 7th Street from Figueroa Street on the west to Alameda Street on the east. The new, comprehensive, and practical plan improves the east-west traverse route for vehicles that anchors downtown, improves safety, and advances mobility for several of the downtown neighborhoods. Improvements include protected cycle tracks (bike lanes), walkable sidewalks, vastly improved pedestrian lighting and environmentally sensitive streetscape that also advances both the pedestrian and transit experience. Our scope included full design of multiple phases of the project, estimating and schedules, assistance with meeting funding/grant goals, and extensive coordination with dozens of stakeholders. • City of Anaheim, Water Main Replacement Program. Project Manager. The program requires design and construction of new and fully functional water pipelines, mains, and appurtenances within the City of Anaheim. Work has included both PVC and CIP pipelines varying from 4- to 12-inch in diameter, ductile iron fittings, restrained joints, Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Appendix  J thrust blocks, abandonments of existing water mains, domestic water services, irrigation services, fire hydrant assemblies, and combination air-vacuum air release valves. The scope also includes utility coordination, basis of design reports, permitting, phasing, shutdowns, geotechnical investigation and reporting, traffic control planning, and street restoration. Serving as Project Manager, Jason has played an important role in spearheading multiple key initiatives aimed at addressing various structurally deficient water mains throughout the City specifically in the following locations: Imperial Highway & Big Sky Lane; Dwyer Drive, Lincoln Ave, and Dahlia Drive; Opal Ave and Egal Drive; and Holbrook Street (phase 1). On each of these projects, Jason is responsible for managing and executing the engineering design of the projects, including coordination with the client, financial and cost control, and delegation of work with staff as necessary. • City of Vista, Eucalyptus Citrus Sewer Improvements Project. Project Manager.  The project consists of improving capacity deficient sewer mains identified as priority within the City’s Sewer Master Plan. The improvements include nearly 2,500 linear feet of 8-inch, 12-inch, 15-inch, and 18-inch diameter PVC sewer mains within public right-of-way and on private properties. Harris is providing design and engineering services as part of the progressive design-build procurement, including coordination with stakeholders, detailed preliminary design report, construction drawings, and workshops with Orion Construction and the City of Vista. Harris partnered with Land Surveying Consultants for surveying, Akel Engineering Group for hydraulic modeling, and Ninyo & Moore for geotechnical engineering. During the design process, the Harris team proposed and engineered a solution that avoided installation of a 12-inch diameter PVC sewer main beneath a deep, reinforced concrete culvert. This creative alternative eliminated permitting influences from the US Army Corps of Engineers (USACE), avoided future operations and maintenance nightmares, and significantly reduced construction costs for that portion of sanitary sewer system improvements. • Valley Sanitary District, Collection System Infrastructure Project. Project Engineer. The Harris team holds a current contract to deliver program, design, and engineering services as a Program and Design Manager for a ten-year collection system infrastructure project. The collection system infrastructure program is expected to be completed in four phases, with a total approximate construction value of $60 million. Harris also partners in building internal capabilities with industry best practices and systems, as well as knowledge transfer and staff development, with the objective of building in-house expertise and knowledge. • City of San Diego, 16-inch and Larger Cast Iron Water Main and Sewer Replacement Group A. Project Manager. One of the project sites (Garnet Avenue/ Balboa Avenue) shared ‘territory’ with the Mid-Coast Transit Constructors (MCTC) improvements, as well as a terminus for improvements associated with the City of San Diego’s Pure Water Program. As the actual project site (field conditions) changed often and the initial topographic survey became quickly antiquated, our team stayed in close contact with multiple stakeholders, as well as other agencies when working drawings. Design decisions were dynamic and fluid, influenced by such a large community infrastructure project. Harris provided professional design and engineering services to support the design-build scope of services, which included as-built and record drawing collection, base mapping, field reviews and data gathering, utility coordination, production of construction drawings, support in obtaining permits, construction support services, and record drawings. With the City’s Pure Water Program, Harris was able to design the last hundred feet and system connections of the large diameter cement- mortar lined and coasted steel water main as part of a change order. This was so that when the contractor built the 16-inch and Larger project, the construction could take place concurrently to limit disruptions and avoid impacting the new street resurfacing on Garnet Avenue. • City of San Diego, Antioch Place CMP Storm Drain Repair/Replacement. Project Manager. Harris was retained in April 2021 to address an emergency storm drain failure which caused a sinkhole between two homes on the 4600 block of Antioch Place in the College Area of San Diego. The project was a result of a failed 18- inch diameter CMP that conveyed stormwater from the surrounding neighborhood through the cul-de-sac and down a more than 30% grade into the backyard properties below. The CMP storm drain ultimately experienced sheer failure, which led to erosion and feared undermining of adjacent residential homes. Harris quickly mobilized to provide design and engineering services, including a localized hydrology study and design of the 18-inch diameter reinforced concrete pipe (RCP) storm drain, curb inlets and catch basins, storm drain clean-outs, concrete energy dissipator, and terraced riprap. Swift and proactive collaboration and coordination with multiple departments of the City of San Diego, contractor, and our geotechnical consultant led to an efficient and organized effort to protect private properties from erosion and settlement through improved storm drain infrastructure. Jason Caprio, PE, PMP🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  K Randall’s expertise in asset management, combined with his hands-on experience in roadway rehabilitation and ADA compliance, means that clients receive cost-effective, sustainable solutions that optimize infrastructure performance and extend the life of critical assets. EDUCATION BS, Civil Engineering REGISTRATION Professional Civil Engineer, CA #51293 (PE) CERTIFICATIONS Nuclear Testing Equipment Certification, Troxler Randall Bliss, PE🔑 ASSET MANAGEMENT LEAD Randall brings 36 years of civil engineering experience, with a focus on asset management and providing staff augmentation services to municipal agencies. He has served as an extension of staff for notable California agencies, including the City of Oceanside, California High-Speed Rail Authority, Dublin San Ramon Services District, and the City of Los Angeles. Randall’s expertise extends to asset management of roadway infrastructure, where he has led projects such as citywide pavement management programs, arterial rehabilitation, and roadway widening initiatives. His comprehensive understanding of capital improvement planning, combined with his practical field experience as a construction inspector and assistant resident engineer, means that projects are managed efficiently from design to execution. Randall’s ability to apply asset management principles warrants that projects meet long-term budget, schedule, and quality objectives. Additionally, Randall has extensive experience conducting ADA compliance evaluations within the public right of way and preparing recommendations and cost assessments to address non-compliance. His knowledge of materials testing and construction practices strengthens his practical approach to asset management, allowing him to develop constructible, sustainable designs that prolong the lifecycle of critical infrastructure. RELEVANT EXPERIENCE • City of Palm Springs, 22-23 Pavement Management Plan (PMP) Update. Project Engineer. Harris provided civil engineering services for the citywide pavement survey for the Pavement Management Plan. The project included the survey of approximately 245 centerline miles of streets, budget analysis, report, training, and recommendation of mix design. Randall. • City of Palm Springs, Demuth Park Access Improvements. Project Manager. The park site was the 60-acre Demuth Park, the largest developed park in Palm Springs. The project provided access to park facilities including: roads, parking lots, tennis courts, baseball/softball diamonds, batting cages, picnic areas, bicycle trails, multi-purpose fields for active sports, and the Demuth Community Center. This project included creating ADA access throughout the park. Randall oversaw the development of construction documents and provided design support during construction. • City of Palm Springs, 2014 Assessment Inventory of Roadways and Signs. Project Manager. Harris performed pavement condition surveys via a windshield survey, updated recent work history, and updated distress data for the entire street network of approximately 250 centerline miles. Existing street lengths and widths were verified for accuracy. Existing street segmentation were reviewed and adjusted as needed based on field observations. The PMP was updated using the MicroPAVER Software V6.5. The project also included an inventory and condition assessment of all warning and regulatory signs including their reflectivity. • City of Yorba Linda, Town Center Infrastructure Improvements. Project Engineer. Harris assisted the City with the full-scale renovation of its Town Center, including the placement of extensive permanent bio-swales within the parkways along three major roadways. The passive nature of the bio-retention system that the Harris team proposed will reduce the City of Yorba Linda’s long-term costs because they require less maintenance than a typical off-the-shelf Filtera type unit. Harris assisted the City in the successful transformation of the Town Center area to develop an attractive, compelling, pedestrian-friendly place where people want to relax, socialize, shop, dine and learn. This project won the APWA Southern California B.E.S.T. Historic Renovation Project of the Year Award. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Appendix  L • City of Fullerton, On-Call Engineering Services. Project Manager. Randall managed the design of various street rehabilitation projects for both residential and arterial streets. Design of pavement rehabilitation techniques consisted of mill and overlay, mill and inlay, pavement reconstruction and full depth reclamation (FDR). –Berkeley/Hornet/Dorothy/Longview Street Reconstruction. The project consists of the preparation of PS&E construction documents detailing roadway improvements and street reconstruction. The existing roadway sections were reconstructed using an AC/AB section. Broken PCC curb, gutter, and sidewalk was to be replaced and curb ramps and driveway aprons were evaluated and replaced to ADA standards. New traffic signal interconnect conduit was installed, as well as new traffic signing and striping improving overall safety. –Valencia Drive Street Reconstruction. Harris provided professional engineering, surveying and geotechnical services for the preparation of PS&E for the project, from Basque Avenue to Euclid Street, a total length of 2,600 LF. The primary goal was to rebuild the failing AC and PCC improvements within the roadway corridors, improve curb ramps, broken driveways, sidewalk, and PCC alley aprons contributing to enhanced aesthetics and safety for residents. Project approach and scope included removal and replacement of failing existing AC Pavement, PCC cross gutter/spandrel, PCC driveways, PCC sidewalk, PCC alley aprons and PCC ramps, setting new AC and PCC grades with an eye for improving cross fall and profile grades that are compatible with the existing perimeter controls that will remain, topographic survey, geotechnical investigation, utility potholing, field review and base sheet preparation, signing and striping improvements, survey monumentation, and bidding and construction assistance. –Highland Avenue Street and Sewer Improvements. The project consists of the preparation of PS&E detailing roadway and sewer reconstruction. Services included topographic survey, geotechnical, and utility detection. Harris provided professional engineering, surveying and geotechnical services for the fast-track preparation of PS&E for the project, from Valencia Drive to Baker Street, a total length of 4,350 LF. The street design included repairs to broken/damaged PCC cross gutters, curb and gutter, sidewalk, and driveways, as well as ADA upgrades to all non-conforming ADA access ramps and all non-conforming ADA driveways to bring them up to standard. • City of La Mirada, On-Call Engineering Services. Contract Manager. Harris delivered various street rehabilitation projects and ADA improvements for the City’s on-call contract.  –Residential Slurry Project and Street Rehabilitation. Harris provided engineering design services, which primarily focused on roadway repairs and preventative maintenance through the use of slurry seals. Proposed maintenance treatments included crack sealing, removal and replacement of localized failed pavement areas with full depth asphalt concrete and slurry seals. –Olive Branch Drive Street Rehabilitation. The AC roadway was in mostly poor condition and required complete reconstruction. The street design included repairs to broken/damaged PCC cross gutters, curb and gutter, sidewalk, and driveways and ADA upgrades to all non-conforming ADA access ramps and all non-conforming ADA driveways. • City of Rialto, Annual Street Overlay Projects. Senior Project Engineer. Harris developed an annual roadway rehabilitation program to maximize the City’s available budget. The team performed a preliminary investigation and design phase to size and scope the project to match the available City budget. Construction bid documents were based on the preliminary design phase. Harris’ design also minimized construction costs by using conventional mill and overlay methods with digouts where feasible, while considering sustainable pavement rehabilitation methods, such as Full Depth Reclamation (FDR) where the structural base is not adequate, which will save money by reducing trucking costs for haul away and import, recycle existing pavement materials and reduce related traffic impacts in and out of the City. The project will enhance safety, function and aesthetics along the subject roadways that leaves a lasting impression to its users that the area is truly new and improved. Randall Bliss, PE🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  M Mark is an expert in leading specialty teams and navigating complex and highly visible projects and programs. EDUCATION MBA, Business Administration BS, Civil Engineering REGISTRATION Professional Civil Engineer, CA #57500 (PE) Mark Nassar, PE🔑 CIP SUPPORT LEAD Mark has 33 years of experience in infrastructure operations, planning, design, and construction in public vertical and horizontal asset types. Mark is currently the Program Manager overseeing the design and construction of Valley Sanitation District’s 12-year Capital Improvement program for its districtwide wastewater collection system. He is also currently the Program Manager overseeing the City of Rialto’s capital improvement projects development and delivery program as well as generating its 5-Year Capital Improvement Outlook. His experience allows him to provide innovative solutions with a focus on client, stakeholders, and public by adopting proven best management practices that reduce program and project soft costs and shorten delivery schedules to industry benchmark values. RELEVANT EXPERIENCE • City of Palm Springs, 22-23 Pavement Management Plan (PMP) Update. Project Manager. Harris provided civil engineering services for the citywide pavement survey for the Pavement Management Plan. The project included the survey of approximately 245 centerline miles of streets, budget analysis, report, training, and recommendation of mix design. • Harris & Associates, Program Management. Vice President. Mark manages Harris’ Program Management services with a focus on optimizing the delivery of agency-wide capital improvement programs, from planning and design through construction. His clients include the cities of San Diego, Oakland, Rialto, Menifee, Watsonville, Carlsbad, Coronado, Long Beach, and the Valley Sanitary District, Port of San Diego and Port of Los Angeles. • City of Rialto, Capital Improvement Program. Program Manager. The City of Rialto has an active CIP that is upwards of $100 million and growing. Challenged with limited resources and a growing and active development, the City has turned to Harris to help drive the implementation of its active CIP as well as map out the capital improvement plan for the next five years. Mark serves as the overall project manager and client contact during the project’s duration and oversees all scope, schedule, and budget items. The team is currently evaluating all active projects and preparing a strategy for expediting their implementation, while simultaneously kicking off the 5 Year CIP Development and the Project Controls Systems setup efforts. • County of Monterey, 10 Year $100M Bond Pavement Plan. Program Manager. The county aims to secure a $100 million bond for the purpose of improving the pavement condition index of the roads within county service areas and related residential streets. The scope of the project is the preparation of a 10-year pavement rehabilitation plan that considers an equitable distribution of improvements within its districts and a level cash flow that normalizes its resources. As Program Manager, Mark is overseeing the efforts of the pavement management team, the civil design team, and the GIS team in incorporating all perspectives towards a plan that maximizes the County’s benefit. Mark serves as the overall project manager and client contact during the project’s duration and oversees all scope, schedule, and budget items. • Valley Sanitary District, Wastewater Collection Infrastructure Improvement Program. Program Manager. Valley Sanitary District has initiated an ambitious program to improve its entire wastewater collection system through a 12-year $70 million capital program that includes pipelines and pump stations. The scope of the project includes the oversight and delivery of the District’s system-wide wastewater collection system improvement program, from condition assessment, planning, and Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Appendix  N design to the project management of the implementation of the related individual improvement projects. Mark serves as the overall Program Manager verifying the program is maximizing the use of available program dollars through the efficient and effective grouping and concurrent programming of individual projects. • City of Coronado, Parker Pump Station Replacement Project. Project Manager. The $26 million Parker Pump Station Replacement Project is replacing the two-story underground stormwater and wastewater station, including a new control building and a permanent generator with wall enclosure, at an adjacent site to the current station located at 8th Street and Coronado Avenue. The Parker Pump Station is a critical piece of infrastructure responsible for collecting and routing stormwater and sanitary sewer flows in the Country Club area of the city and is one of the largest of the 20 pump stations citywide. Mark serves as the overall project manager and client contact during the project’s duration and oversees all scope, schedule, and budget items. The project will ultimately improve operational efficiency, prevent flooding in homes and pollution to the ocean, and increase resiliency to sea level rise. The project will also create 6,000 square feet of green space for the community. • City of San Diego, Public Works Department, Capital Asset Management Division. Deputy Director. Mark managed the operation and performance of a division of 210 staff through the specialized technical services units of asset management, planning/preliminary engineering (all asset types), project controls, land surveys, materials testing lab, environmental and permit processing, and ADA Compliance. He also oversaw the coordination and execution of the City’s CIP Programs—example programs this division is responsible for scoping and implementing include the Small Diameter Water & Sewer Replacement Program. Mark also presented annual water/sewer CIP performance reports to the Public Utilities Independent Rates Oversight Committee. • City of San Diego, Public Works Department, Construction Management and Field Engineering Division. Deputy Director. Mark managed a division of 270 employees comprised of inspectors, land surveys, material testing lab, traffic control, and stormwater quality compliance. He oversaw the division’s performance in the inspection and quality assurance/ control of private (developer built and permitted) and public (CIP) construction work on the City’s property and within the City’s right of way. • City of San Diego, Public Works Department, Architectural Engineering and Parks Division. Deputy Director. Mark managed a division of 80 engineers and non-engineers that services every single one of the City’s asset owning departments, with a focus on complex buildings, recreational park facilities, and water/sewer treatment facilities. Projects included large diameter water and sewer pipelines. Mark Nassar, PE🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  O Craig’s experience working in the capacity of agency staff provides him intimate familiarity with the inner works of city government, through which he has developed excellent orientation towards providing his clients outstanding customer service in serving their development constituency. EDUCATION BS, Civil Engineering REGISTRATION Professional Civil Engineer, CA #70041 (PE) Craig Siefert, PE🔑 PLAN REVIEW LEAD Craig has more than 20 years of experience on a variety of public works projects including sewer, water, storm drain, grading, and roadway improvements. Craig has supported the cities of Ontario, Anaheim, Menifee, Tustin, Irvine, Victorville, and Huntington Beach (to name a few) with their development review programs. Craig also prepared, analyzed, and updated City Standards, development review processes, and plan check lists for many of his clients in southern California. His experience working in the capacity of agency staff provides him intimate familiarity with the inner workings of city government, through which he has developed excellent orientation towards providing his clients outstanding customer service in serving their development constituency. RELEVANT EXPERIENCE • City of Los Angeles, Bureau of Engineering, Landside Access Modernization Program. Project Manager. To relieve traffic and congestion at the world’s fifth busiest airport, Los Angeles World Airports (LAWA) is embarking on an extensive Landside Access Modernization Program (LAMP) that will not only provide a more predictable and reliable commute to the airport, but also offer a world class traveler experience at Los Angeles International Airport (LAX). The major elements of LAMP include an elevated, 2.25-mile Automated People Mover (APM); two Intermodal Transportation Facilities (ITF); a Consolidated Rental Car facility (ConRAC); and a comprehensive series of roadway improvements to alleviate traffic congestion in and around airport facilities. This system will also connect LAX with Metro’s proposed Airport Metro Connector (AMC) 96th Street Transit Station. Harris is working with LAWA to facilitate expedited plan review within the context of design-build project delivery method in accordance with the City’s standards and permit requirements. • Eastern Municipal Water District, On-Call Development Review Services. Project Manager. Harris has been providing development review services to the District since 2012. Craig and his team have completed more than 100 projects for the District. Services include review and critique of potable water, recycled water, and sanitary sewer improvements plans for conformance with the District’s design guidelines, specifications, and administrative code. Craig and the Harris revised the District’s as-built drawings for added water services, per service orders. The Harris team also met with District staff to discuss new project submittals and plan of service and coordinated with the developer’s engineer regarding revisions and improvement issues to help facilitate an efficient plan review. • City of Anaheim, On-Call Plan Checking Staff Augmentation Services. Project Manager. Harris has been providing plan check services for the City since 2016, which include: plan review for entitlement purposes, design plan check, standards implementation, hydrology and hydraulics check, sewer capacity studies, street improvement plan check, dry utility (fiber and small cell installation) review, and grading plan check. Craig and the Harris team evaluate the feasibility of proposed site development in order to assist the City’s land acquisition evaluation and due- diligence review. • City of Ontario, On-Call Plan Checking, Map Checking, and City Surveyor’s Services. Project Manager. Harris has been providing plan/map check and surveyor’s services for the City since 2010 which includes review of improvement plans (street, traffic signals, and street striping/ signing, water, recycled water, sewer, and storm drain), reports (hydrology and water quality management plans), subdivision maps, easement Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  P documents, corner records, tie monument sheets, and other land related legal instruments. Craig is directly involved with project organization, budget tracking, plan review, and management of sub-consultants related to map checking tasks. Working closely with City staff, he verifies turnaround timelines are met and meetings are scheduled with applicants when redline comments are left unaddressed or design coordination is necessary. • City of Gonzales, Citywide Sewer Condition Assessment. Project Manager. Harris provided project management and professional engineering services for a citywide sewer cleaning and CCTV inspection/ assessment which included condition assessment of 270 gravity sewer manholes and five sewer lift stations, and inspection of approximately 10,000 LF of force main sewer pipes. Craig and the Harris team coordinated with City staff; reviewed subconsultant-prepared condition assessment reports, DVDs, and recommendations; and prepared the engineer’s preliminary opinion of probable construction costs for related repairs, a prioritization list, and a color-coded Citywide conditions exhibit illustrating the condition of the City’s sewer system. • Sunny Slope Water Company, Water Supply Assessment in the City of Temple City. Project Manager. The City prepared a Specific Plan to identify development options and appropriate development standards for the project area located on Rosemead Boulevard between the Los Angeles County Flood Control Channel and Hermosa Avenue. The specific Plan provides for additional development in the area and appropriate development standards. The City requested that the Sunny Slope Water Company prepare a Water Supply Assessment. Craig and the Harris team conducted research to gather data and develop a water supply assessment on behalf of the Sunny Slope Water Company. • City of Fullerton, West Coyote Hills Infrastructure Cost Estimate Analysis. Project Engineer. Craig confirmed the reasonableness of the unit prices in the original estimate using various recent bid prices, his experience, and input from construction contractors/material suppliers and supporting subconsultants as needed. A reasonableness check/order of magnitude check was performed on the quantities. Finally, a review of the pertinent sections of the Conditions of Improvements was performed for additional background information, an understanding of the improvements, and a general confirmation of the proposed project requirements. • City of Menifee, Staff Augmentation & Land Development Plan Checking. Project Manager. Harris has been providing staff augmentation and plan check services for land development for the City since 2016. This includes the review of permits and applications, small grading plan checks, front counter duties, and review of residential and commercial grading plans, street improvement plans, erosion and sediment control plans, landscaping/irrigation control plans, hydrology and hydraulics calculations, water quality management plan review, and cost estimate verification. Craig oversees the Harris team placed in the City’s offices to confirm proper staffing and quality of work. In addition, Craig has provided input and updates to the City’s staff structure, fee collection, and plan tracking processes. • City of Victorville, Plan Check Services. Plan Checker. This project involved the final and preliminary review of over 125 plan check projects throughout the City. Craig reviewed grading plans, sewer plans, street plans, water plans, and street light plans; verified contractor cost estimate calculations; and reviewed subdivision maps for consistency. • California Domestic Water Company, Waterline Replacement Projects. Lead Engineer/Project Manager. This project included waterline abandonment, new upsized water main alignment, relocation of water services, and adjustments to customer lines and fire hydrants for several water improvement projects throughout Los Angeles County. Craig prepared the engineering design plans. Some notable parts of the project included: –Euclid Street, Hidden Lane, Wyatt Way, and Hillside Avenue . This project was the design and upsizing of approximately 1,040 LF of waterline, as well as reconnection of services and fire hydrant replacement. Craig performed field reconnaissance and drafting and managed subconsultants from potholing and traffic control firms. –Idaho Street and Citrus Drive Water Main Alignment. This project involved the replacement of over 1,100 LF of eight-inch ductile iron pipe. Craig led a team to gathered information on existing utilities, possible conflicts, and cost-effective alignments. He also verified all tasks were meeting milestones and within budget in weekly reports. Water meter services and fire hydrants were reconnected and coordination with utilities was documented and performed. Craig Siefert, PE🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  Q Ryan’s ability to mobilize quickly, respond promptly, and communicate effectively allows him to execute project activities, develop quality deliverables, and consistently meet schedule and budget constraints. EDUCATION MA, International Environmental Policy BS, Zoology CERTIFICATIONS Project Management Professional (PMP), PMI #5334853 Envision Sustainability Professional (ENV SP), ISI #13796 Ryan Binns, PMP, ENV SP🔑 ENVIRONMENTAL COMPLIANCE LEAD Ryan has 24 years of experience managing environmental projects and on-call contracts. He has experience in all aspects of project management, from preparing and reviewing technical reports and environmental assessment documentation to budget and schedule compliance and invoicing. Ryan is well-versed in managing diverse teams of specialists for complex projects, including a mix of both in-house and subconsultant staff, to prepare CEQA and NEPA documentation and supporting technical reports. He has worked with numerous federal, state, and local agencies including the California Coastal Commission, California Department of Fish and Wildlife, Native American organizations, Regional Water Quality Control Boards, US Army Corps of Engineers, and US Fish and Wildlife Service. With a solid background in environmental analysis and documentation, Ryan brings a balanced perspective to both public and private projects. RELEVANT EXPERIENCE • City of Palm Springs, Indian Canyon Drive Widening and UPRR Replacement Project. Structures Representative. The City of Palm Springs is embarking on a crucial infrastructure project, the $40 million Indian Canyon Drive Widening & UPRR Bridge Replacement Federal-Aid Project. As of June 2023, the project is underway with an executed construction contract and a Limited Notice to Proceed issued to the Contractor to begin the submittal, procurement, biological surveys, and planning phase of the project. Despite a rough start with challenges due to constant blowing sand, road closures, and recently a 1,000-year storm caused by Tropical Storm Hilary in August 2023 that caused widespread flooding and destruction within the project footprint, the Harris team has been successful in moving the project forward as a strong construction management partner on time and within budget. • 22nd District Agricultural Association, On-Call Environmental Services. Contract Manager. Harris is the prime consultant for this five-year, $4 million contract that involves environmental support services for projects at the Del Mar Fairgrounds. Projects under this contract include least tern monitoring; wetland restoration and maintenance; storm water permitting support; parking, traffic, and noise monitoring; and CEQA documentation and coastal act compliance support. Ryan is the overall contract manager responsible for team and subconsultant coordination, budget and schedule management, and verifying quality of on-time deliverables. • City of El Cajon, Weld Boulevard Distribution Center Project EIR Addendum. Project Manager. Harris prepared technical studies and an Addendum to the previously certified 2009 EIR to address the modifications to this project. Harris staff prepared the biological resources, air quality/GHG emissions, and noise technical report updates to determine whether the potential impacts of the proposed project were adequately addressed in the certified 2009 EIR. Ryan was the project manager overseeing preparation of technical reports, CEQA documentation, permit applications, and managing subconsultants. Harris and our subconsultant team oversaw the preparation of an Ambrosia Mitigation and Translocation Plan for the federally listed San Diego ambrosia plant and successfully translocated the species from the project site to a suitable donor site, where the ambrosia is thriving. • Padre Dam Municipal Water District, East County Advanced Water Purification Pipeline. Project Manager. Harris is providing biological resources and permitting support services for Package 2 of the ECAWP program, a collaborative effort between Padre Dam Municipal Water District, the City of El Cajon, the County of San Diego, Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  R and Helix Water District. The program will create a new, local, sustainable, and drought-proof drinking water supply using state-of-the-art technology to purify East County’s recycled water. Package 2 includes design and construction of a 10‐mile Advanced Water Purification pipeline, Dechlorination Facility, and inlet to Lake Jennings. Ryan’s responsibilities include assisting Orion Construction with CEQA and permitting compliance. Ryan and his team regularly communicate with the contractor and respond to questions and concerns the construction team has regarding construction methods and whether or not they are compliant with the approved project and permits. • City of San Marcos, On-Call Environmental Services. Project Manager. Harris is providing on-going agency (USACE, USFWS) coordination and compliance expertise, as well as third-party document review. Ryan oversees all task orders and manages/assigns appropriate staff for each. Projects included: –Report format and content recommendations for Biological Resource Reports –Peer Review of Biological Resource Reports for private development projects –Rancho La Sombra-Cima General Plan Amendment IS/ND • County of San Diego, DPW, Pine Creek Road & Old Highway 80 Intersection Improvements Project. Project Manager. The Pine Creek Road & Old Highway 80 Intersection Improvements Project would reconstruct approximately 472 feet of Pine Creek Road at the intersection with Old Highway 80 in the unincorporated community of Pine Valley in San Diego County, California. The project provides a safer intersection angle of 70 degrees and improves safety features for motorists, bicyclists, and pedestrians along Pine Creek Road. Ryan and his team were tasked with preparing all of the technical reports for this project including a construction-only Air Quality Analysis, Biological Resources Technical Report, including protocol-level surveys for Quino checkerspot butterfly (Euphydryas editha quino), Cultural Resources Report (sub), Hazardous Materials Phase 1 Environmental Site Assessment, construction-only Noise Study (sub), and construction-only Traffic Impact Analysis (sub). The analyses from these reports were used by the County to prepare the Mitigated Negative Declaration for the project. Ryan was the Project Manager responsible for submitting quality on-time deliverables within the allotted budget. • UC San Diego, 2012-2016 and 2019-2023 On- Call Environmental Services Contract. Program Manager. Under this as needed environmental services contract, Harris assisted UC San Diego with CEQA compliance of their capital improvement projects. This includes new construction, redevelopment and/ or expansion of academic and research/laboratory buildings, medical research and clinical facilities, hospital, multi-family/student housing, recreation facilities, and parking transportation facilities. Harris also assisted with consistency review and documentation of the Long Range Development Plan EIRs for both the La Jolla and Hillcrest campuses. A number of the UC San Diego facilities are located within the coastal zone. Ryan acts as a Project Manager for this contract and also provides QA/QC reviews. • City of Vista, Tideline Kensho Residential Project. Project Manager. Harris is preparing technical reports and CEQA documentation for this residential development project in the City of Vista. The applicant seeks approval of a General Plan Amendment, a Specific Plan Amendment, a Zone Change, a Site Development Plan, and a Tentative Subdivision Map to construct 183 dwelling units in three three-story buildings and one four-story building. The community would also feature two recreation buildings, a pool house, and a gym, as well as a community area with a pool and spa. Landscaping, drainage, walls, and fences are also a part of this project. As the project manager, Ryan is in charge of managing the project scope, schedule, and budget, as well as leading the project team. Ryan Binns, PMP, ENV SP🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  S In addition to her design work, Karina’s close attention to detail has assisted several public agencies and municipalities in development reviews, confirming that designs meet the criteria outlined by standard design guidelines, standard plans, and client needs. EDUCATION BS, Environmental Engineering CERTIFICATIONS Professional Civil Engineer (PE) CA #95967 Construction Manager-in-Training (CMIT), CMAA Karina Guevara, PE, CMIT🔑 SENIOR PROJECT ENGINEER Karina has 10 years of experience in civil design with an emphasis in pipeline infrastructure and hydrology. She has experience in the preparation of water and wastewater PS&Es, including assisting with AutoCAD and GIS support for municipal infrastructure projects and ongoing quality assurance. Additionally, she is well versed in the preparation of Stormwater Pollution Prevention Plans (SWPPPs) and drainage studies; facilitation of public education and outreach; and verification of compliance with stormwater permits. She is an expert with data analysis and research, and possesses excellent writing skills. Karina was instrumental in the successful completion of your City’s Skylight Railings project. In addition to her design work, Karina’s close attention to detail has assisted several public agencies and municipalities in development reviews, confirming that designs meet the criteria outlined by standard design guidelines, standard plans, and client needs. RELEVANT EXPERIENCE • City of Palm Springs, Skylight Railings Project. Project Manager. Karina led the design and installation of retrofitted safety railings for eight skylight locations across key city facilities, including the Palm Springs Public Library, Fire Stations 1, 2, and 4, Demuth Community Center, Animal Shelter, Police Department, and Fleet Operations Facilities. She managed the project scope under an as-needed contract, enabling clear communication of responsibilities while addressing safety concerns raised by city field staff. She successfully coordinated with design and construction teams to implement fall protection measures that met safety standards and adhered to construction drawings. Client satisfaction was achieved through precise execution and attention to detail. • City of Palm Springs, Cooling Units - Co-Gen Plant. Project Manager. Karina oversaw the retrofit of a co-generation plant’s cooling system, upgrading from a swamp cooler to a more efficient chilled water system. She managed project timelines, coordinated with design and construction teams, and brought about the successful implementation of the new cooling system. The team delivered the project within the specified scope, enhancing operational efficiency for the City of Palm Springs. • City of Ontario, Land Development Review Services. Senior Project Engineer. Services for this project include performing reviews and providing critique for storm drain, potable water, recycled water, sanitary sewer, and grading plans for a variety of projects for conformance with the City’s checklists, design guidelines, specifications, and standard plans. Karina performs reviews and prepares review comments for the Harris team to meet with City staff to discuss new project submittals and plans of service and coordinates with the developer’s engineer regarding revisions and improvement issues to help facilitate an efficient plan review. Karina works directly under the guidance of Ontario Municipal Utilities Company (OMUC) staff to make sure that their maintenance needs and preferences are implemented in all designs and coordinated internally before review comments are provided to the Developer and their design team. • City of Chula Vista, G. Street Force Main Sewer Project. Project Engineer. This project involved the replacement of an existing 10-inch sewer force main connected to the G Street Pump Station in Chula Vista with a dual 16-inch HDPE force main pipeline for 1,200 LF. Karina assisted in the preparation of the specifications and development of the design plans for the replacement of the sewer force mains. She attended meetings with the City and the property owner in order to communicate spacing requirements and project constraints on site. Additionally, she coordinated with MTS for the plan reviews and right-of-entry permit application for the jack and bore underneath the MTS/SDA&E operations. Project challenges included the integration of above Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  T ground piping, HDD installed pipe due to shallow utilities, jack-and-bore operations under the MTS/ SDA&E Rail, and reconnection of the new system into an existing manhole. The project also involved coordination with Sweetwater Authority, the local water agency that had parallel water mains in the right of way. The Harris team worked in conjunction with the City of Chula Vista and Sweetwater Authority to submit a Department of Drinking Water Waiver for some of the horizontal/vertical clearances. The team also relocated approximately 70 LF of a 12-inch ACP water main that would have been impacted by the excavation pit for sewer installation and replaced this with 12” CML&C pipe. This project will help replace the existing infrastructure with an upsized main and an additional temporary bypass flow to allow for maintenance and repairs. The HDD method was implemented in order to minimize disruption to the site operations and to avoid numerous underground utilities in a heavy traffic street corridor. • Eastern Municipal Water District, On-Call Development Review Services. Design Engineer. Services for this project included review and critique of potable water, recycled water, and sanitary sewer improvements plans for conformance with the District’s design guidelines, specifications, and administrative code. Karina performed reviews and prepared review comments for the Harris team to meet with District staff to discuss new project submittals and plan of service and coordinated with the developer’s engineer regarding revisions and improvement issues to help facilitate an efficient plan review. • City of Del Mar, Citywide Sewer Condition Assessment. Design Engineer. This project included a citywide sewer inspection and assessment with repair recommendations. Project deliverables included sewer and manhole inspection and assessment reports and a GIS integrated prioritized repair program that can be coordinated with other infrastructure CIP. Inspection was broken into work zones as to accommodate for beach moratorium, sewer spill and root intrusion history. Karina’s responsibilities included utilizing the City’s database in order to review CCTV videos, identify any map discrepancies, and assign repair recommendations and priority levels for pipeline and manholes included in the assessment. • City of National City, Paradise Valley Creek Water Quality and Community Enhancement. Design Engineer. This project involved a dual process to treat and direct stormwater runoff along Paradise Valley Road from Paradise Avenue to 700 feet east of East Plaza Boulevard. The system addresses pollutants and directs stormwater runoff towards a dry extended basin located along Paradise Valley Road. Runoff collects in the basin that eventually discharges through an outflow tying back into an existing storm drain basin. Harris developed complete PS&E and environmental documentation. Karina assisted in the determination of utility alignments and conflicts with the proposed drainage basin and preparation of design drawings, as well as, schematics in AutoCAD. She also assisted the City of National City with the preparation of a $400,000 IRWM grant application, which was awarded to the project due to its dedication to enhancing the adjacent community by minimizing flood impacts and widening the channel.  • City of Vista, Monte Mar Storm Drain Improvements Project. Senior Project Engineer. The City of Vista required repair of an extensive shotcrete-lined channel due to the material integrity of the channel. The existing channel drained approximately 450 acres of densely developed residential commercial space as well as some pervious steeply sloped hillsides draining through a combination of open channels, culverts and continuously piped networks. The hydraulic analysis of the piped networks was completed using the WSPG hydraulic model, and the open channels were run using HEC-HMS. Interfaces between open-channel and the pipe network were completed through iterative model runs to have hydraulic grade lines match outfalls and the open-channel. The results of the hydraulic analysis were used to size new storm drain pipes that replaced the shotcrete-lined channel, as well as an overflow weir structure. Trash capture options were explored and implemented into the design of the new storm drain piping, and were included in the hydraulic analysis to determine potential hydraulic impacts from the trash capture devices. Karina developed the hydrology calculations through modified rational method as directed by the County of San Diego Hydrology Manual. Determining this flow rate was crucial in determining the constraints driven by the design flow that impacted the channel’s ability for proper conveyance and overflow when needed. Karina Guevara, PE, CMIT🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  U Richard C. Maher brings over 30 years of surveying excellence to this project. His advanced map checking skills and successful collaborations with numerous agencies underscore his ability to deliver precise, reliable outcomes. Richard’s wealth of experience and proven track record make him an invaluable asset, ensuring the highest standards of quality and accuracy. EDUCATION Undergraduate Studies, Civil Engineering Certificate, GPS Technology Undergraduate Studies/ Coursework, CLSA Seminars/ Conferences, Continuing Education CERTIFICATIONS Professional Land Surveyor (PLS) CA #7564 Professional Land Surveyor (PLS) SD #16612 Richard (“Rich”) C. Maher, PLS🔑 SURVEYING LEAD | KDM Richard is a Professional Land Surveyor (PLS) registered in both the State of California & State of South Dakota, and President of the KDM Meridian, a Land Survey & Mapping firm founded in 2000, which specializes in GPS, LiDAR scanning, conventional land surveying, and map checking. He began his career in the land surveying and civil engineering industry in 1990, was a founding member of KDM Meridian in 2000, and is now the current owner & president of KDM Meridian. Richard has worked extensively in all facets of land surveying with over one hundred different local, county, and state agencies and utilities districts. He has provided right-of-way engineering, annexations, heavy and light construction staking, design topographic surveys, aerial control networks, legal descriptions, boundary surveys, records of survey, and parcel and tract map preparation and checking. He maintains his knowledge of state-of-the-art technology, hardware, and software used industry wide. RELEVANT EXPERIENCE • City of Palm Springs, On-Cal Wastewater Engineering Services. Senior Supervising Project Manager. Richard led KDM Meridian’s surveying efforts at the Palm Springs Wastewater Treatment Plant, providing topographic and boundary surveys for the rehabilitation of sludge drying beds, headworks, and sand filters, as well as for the demolition of abandoned headworks, primary clarifiers, and sand filters. KDM Meridian’s work supported both the design and construction phases of these critical infrastructure projects. The project required the augmentation of an outdated aerial map provided by another firm, which lacked clear datums and control points. Richard spearheaded a diligent field effort to identify and retrieve historic aerial control data, allowing the survey to seamlessly integrate with the existing mapping. Operating in an environment with contamination risks posed significant challenges. Richard implemented a remote surveying methodology that reduced the need for personnel and equipment to enter hazardous areas, ensuring the safety of both the team and equipment while still obtaining the necessary measurements. Richard’s leadership in overcoming the technical challenges of integrating historic aerial data and devising innovative methods for remote surveying not only ensured the accuracy of the final data but also enhanced safety protocols, allowing the project to proceed on schedule with minimal risk to personnel. • City of Buena Park, Regio Avenue Rehabilitation. Principal Surveyor. Under Rich’s leadership, KDM conducted a comprehensive topographic survey along Regio Avenue, guiding the design and rehabilitation efforts. Rich directed additional field mobilization to capture missing topographic details, ensuring completeness. He facilitated client understanding and acceptance of technical issues like uneven point spacing in scanner data, emphasizing accuracy in elevation representation. Rich’s strategic oversight guaranteed precise documentation of centerlines and rights-of- way, crucial for the project’s success and the integrity of the resulting maps. • City of Oceanside, Citywide Ramp and Sidewalk Improvements. Principal Surveyor. Rich oversaw the collection and mapping of site topography for infrastructure improvements across Oceanside, focusing on enhancing accessibility. Rich navigated technical challenges by establishing new control points when original markers were obscured, maintaining project integrity. His leadership in detailed mapping and right-of-way determination was instrumental in the precise installation of essential city infrastructure, reflecting KDM’s commitment to quality and compliance. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  V • City of Fullerton, Victoria Drive Improvements. Principal Surveyor. Rich spearheaded the documentation and survey efforts for significant street, sewer, and water improvements along Victoria Drive. He implemented safety protocols to manage survey operations amid heavy traffic, ensuring team safety and data accuracy. Rich’s directive for a return survey to capture missed data exemplified his commitment to project thoroughness. Through comprehensive research and adept field management, Rich ensured that all necessary pre-construction conditions were meticulously documented, facilitating effective infrastructure upgrades. • City of Anaheim, Crescent Avenue Boundary Survey. Principal Surveyor. Tasked with re-establishing a critical boundary line, Rich led the project leveraging extensive historical data and modern survey techniques. Utilizing his profound expertise, Rich ensured meticulous project execution amidst complex technical requirements. His strategic leadership not only met but exceeded project specifications, enhancing KDM’s reputation for delivering projects that consistently meet high standards of accuracy and regulatory compliance. Richard (“Rich”) C. Maher, PLS🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  W Patrick Earl provides outstanding value with over 20 years of comprehensive land surveying experience. His expertise in advanced map checking, deep understanding of real property boundaries, and proven leadership in managing survey teams set him apart. Patrick’s ability to mentor and lead ensures exceptional project outcomes and efficient team performance. EDUCATION BS, Mechanical Engineering CERTIFICATIONS Professional Land Surveyor (PLS) CA #8773 Patrick Earl, PLS🔑 SURVEYING PROJECT MANAGER | KDM Patrick is a Professional Land Surveyor (PLS) registered in the State of California. Patrick fills the role of Survey Manager and is responsible for the daily supervision of the office staff’s data reduction and mapping processes. He also oversees topographic mapping, boundary analysis, map checking, and survey calculations for the survey department. To compliment his field experience in topographic, boundary, and construction surveying, he has exceptional office surveying skills in mapping and the production of legal descriptions and exhibits for the wide variety of documents associated with real property. Responsible for supervising day-to-day survey operations, Patrick leads a staff of 9, including Project Surveyors (licensed surveyors) and Survey Technicians. Having worked his way from an entry level Chainman all the way up to a licensed Land Surveyor, he knows what it takes to create success at every level of the survey process, a skill that has proven invaluable managing personnel involved at all levels of the land survey process. RELEVANT EXPERIENCE • City of Fullerton, Map Checking Services. Survey Manager. Patrick has consistently managed several map checking projects for the City of Fullerton, focusing on detailed research, review stages, and updating legal documents to finalize maps for compliance and accuracy. Communication delays were eliminated through a well-structured communication plan that improved information flow and stakeholder engagement. Patrick’s effective management and clear communication ensured smooth project flow, enhancing service quality and delivery timelines. • Cit of Yorba Linda, Town Center Redevelopment. Survey Manager. Patrick managed surveying tasks for the Yorba Linda Town Center redevelopment, establishing essential boundaries and preparing maps to facilitate infrastructure development aligned with planned expansions. Patrick addressed the unclear submittal records by conducting extensive research with county and title entities. Issues with parked commercial trucks were resolved by directly interacting with drivers or adapting the survey process around obstacles. His proactive approach and adaptability ensured the continuation of the project despite challenges, leading to successful project execution. • City of Ontario, Map Checking Services. Project Manager. Patrick led map checking initiatives, focusing on detailed research, stakeholder reviews, and document updates to ensure map accuracy and compliance before final approval. Patrick’s strategic use of his extensive knowledge and a thorough communication plan helped preempt and resolve potential issues, ensuring a smooth project execution. His leadership and foresight facilitated seamless project completion and high-quality results. • City of Huntington Beach, Oakview Streetscape Improvements. Survey Manager. Patrick managed the surveying and mapping tasks for the Oak View Streetscape Improvement Project. This included providing detailed topographic surveys, orthophotography from drone imagery, and boundary analysis for the rehabilitation of neighborhood streets, sidewalks, and intersections. The project encountered difficulties with dated maps and unclear street right-of-way boundaries, requiring extensive records research to ensure proper property lines and rights-of-way were determined. Patrick’s strong knowledge and experience in boundary resolution allowed him to navigate and resolve this issue without impact to the project budget or timeline. Heavy residential parking presented accessibility challenges, which were overcome by modifying the survey methodology to accommodate these obstructions without compromising the quality or accuracy of data collection. The use of drone technology significantly streamlined and expanded the project data collection, reducing engineering time in the field, minimizing disruptions to the residents, and enabling faster integration of pavement design needs, which in turn helped maintain the project schedule. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  X John has substantial experience coordinating projects for many City, County, and State agencies as well as in the public sector. EDUCATION BS, Civil Engineering CERTIFICATIONS CE-34996 GE-2030 John P. Leur, GE, CE🔑 GEOTECHNICAL LEAD | LOR John has over 40 years of professional experience in the geotechnical and civil engineering field. In this time, he has developed an extensive knowledge of the many geotechnical considerations involved in construction in the southern California area. John is highly experienced in all aspects of soil and foundation engineering for a wide variety of projects ranging from multi-story commercial and industrial structures to several thousand acre planned community developments. John has substantial experience coordinating projects for many City, County, and State agencies as well as in the public sector, gaining a reputation for being responsive to clients’ needs while providing strong technical expertise. RELEVANT EXPERIENCE • City of Palm Springs, Canyon South 1 - Pavement Evaluation. Principal-in-Charge. LOR Geotechnical Group, Inc., conducted a pavement evaluation of the subject three private streets for the purpose of preparing pavement structural section design recommendations. Our work consisted of coring the subject streets at selected locations, sampling of the underlying subgrade soils, geotechnical laboratory testing of the subgrade soils, and preparation of this letter containing our conclusions and recommendations for rehabilitation of the subject roadways. Due to John’s experience and knowledge, we were able to complete this project on time and within budget, while maintaining a high level of safety practices. • City of Plam Springs, Preliminary Soils Investigation, Proposed Wind Wall Gene Autry Trail. Principal-in-Charge. A Preliminary Soils Investigation was performed by LOR Geotechnical Group, Inc., for the proposed wind wall to be located along the west side of Gene Autry Trail, south of I-10, in the city of Palm Springs, California. The purpose of this investigation was to evaluate the subsurface conditions encountered during our field investigation and to provide soil engineering design recommendations for the proposed retaining structures. Due to John’s experience, he was able to streamline the coordination process and stay within budget, while alleviating traffic congestion and maintaining a high level of safety. • City of Cathedral City, Pavement Evaluation - Ramon Road. Principal-in-Charge. A Subsurface Soils Investigation was conducted by LOR Geotechnical Group, Inc., for the proposed Dream Homes Assessment District sanitary sewer located in the City of Cathedral City, California. The purpose of this investigation was to evaluate the subsurface conditions encountered in our exploratory borings and to provide geotechnical design recommendations for the proposed sewer installation and pavement design. The scope of our services included: 1) A subsurface field investigation; 2) Laboratory testing of selected soil samples obtained during the field investigation; 3) Development of geotechnical recommendations for the sewer installation and pavement design; and 4) Preparation of report. Due to John’s knowledge, this project was delivered on time without and safety issues. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  Y Bashir brings over extensive experience in geotechnical engineering within the Coachella Valley and Riverside County, combined with his holistic understanding of the project life cycle, ensures successful and efficient project outcomes for clients. EDUCATION BS, Mathematics CERTIFICATIONS Professional Civil Engineer (PE) CA #93187 Bashir Saiid, PE🔑 GEOTECHNICAL LEAD | VERDANTAS Bashir has more than 18 years of performing construction soils and materials testing as well as geotechnical exploration and project coordination. He serves as key personnel providing project management, including geotechnical engineering analyses, laboratory testing review and quality control. He is practiced in geotechnical site investigations, shallow and deep foundation design, buttress and structural landslide mitigation, seismic hazard evaluations and mitigation design, grading control, ground improvement, pipelines, pavement design, and forensic evaluations. He has experience working in the Coachella Valley and throughout Riverside County for public, water, and transportation infrastructure projects during the design and construction phases. His development and growth from a field technician to an associate engineer allows him to understand the full project life cycle and support Verdantas’ turnkey geotechnical and materials services. RELEVANT EXPERIENCE • City of Palm Springs, Recreation Fields LED Lighting Upgrades Demuth Park and Power Baseball Park. Associate Engineer. Verdantas performed geotechnical services for the installation of new lighting for existing fields at various recreation fields. The project consists of 33 Musco light pole bases at the Demuth Park location and only 1 light pole base at Power Baseball Stadium, while the 3 existing light poles at Power Baseball Field will be refurbished with new light fixtures. Hands-on experience working with the City. • Palm Springs Unified School District, Palm Springs High School -Concession Building and Field House. Project Manager. The project improvements consist of the construction of 2 one-story buildings (-7,000 SF) and associated hardscape improvements. These concession buildings consist of CMU watts with metal decking. Local Experience. • City of Cathedral City, Cathedral City Fire Station No. 411. Staff Engineer. Bashir was the Staff Engineer for a proposed two-story fire station building supported on continuous wall and isolated footings. Responsibilities included providing geologic studies in conformance with CGS Note 48 and the 2016 CBC. Local experience along with getting project approval from reviewing agency. • City of Coachella, Coachella Commercial Center. Staff Engineer. Bashir was the Staff Engineer for the geological investigation of an approximately 75 acres of land located on the southwest corner of Van Buren Road and 52nd Avenue, in the City of Coachella, California. The proposed development will consist of several retail stores (including Major ‘A’ and ‘B’ stores), a 14-Plex Cinema, five outparcel buildings, several smaller shops, and associated parking lots and driveway areas. Verdantas also provided pavement evaluation of adjacent streets for the purpose of street widening and rehabilitation. Experience within Coachella Valley. • County of Riverside Transportation Department, I-215 / Scott Road Interchange Improvement. Senior Staff Engineer. Project widened the overcrossing from two to four lanes and northbound on-ramp realigned and widened to three lanes with HOV metering. Transportation Experience within Riverside County. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  Z Carlos has worked on many multi-modal and complex projects and has the ability to resolve problems quickly and efficiently by drawing on his many years of experience in our transportation industry. EDUCATION BS, Civil Engineering CERTIFICATIONS Professional Civil Engineer (PE) CA #C057535 Professional Civil Engineer (PE) AZ #34333 Professional Traffic Engineer (TE), CA #2025 Professional Traffic Operations Engineer (PTOE), #426 Carlos A. Ortiz, PE, TE, PTOE🔑 TRAFFIC ENGINEERING LEAD | ADVANTEC Carlos is a globally recognized expert bringing smart mobility and technology solutions to Smart Cities/Region, Connected/Automated Vehicles (CAV), Intelligent Transportation System (ITS), Traffic Engineering, and Transportation Planning and Engineering Projects and Programs for numerous agencies, private developments and institutions. He has worked on many multi-modal and complex projects and has the ability to resolve problems quickly and efficiently by drawing on his many years of experience in our transportation industry. Some of his notable projects are as follows: RELEVANT EXPERIENCE • City of Palm Springs, Indian Canyon Drive Widening. Traffic Engineer. Carlos is providing traffic engineering support services during the construction phase of the Indian Canyon Drive Widening Project in the City of Palm Springs. • City of Palm Springs, Uptown District Enhanced Crosswalks. Project Manager. Carlos provided planning, design, and construction support services to the City of Palm Springs for the development of flashing warning systems, enhanced crosswalks and curb bulb-outs at the four intersections along Palm Canyon Drive and Indian Canyon Drive in the City of Palm Springs Uptown District. The Project aimed to enhance the quality of the bicycling and pedestrian environment, improve mobility and accessibility, increase safety for all users, and reflect community values. The initial product was a planning document and included rendering/conceptual plans highlighting sidewalk, street, and crosswalk improvements, including curb bulb-outs, flashing warning systems, pavement delineation, and signage. Based on city staff and City Council input, final construction documents were prepared for the construction of the proposed improvements. Final improvements included roadway, drainage, decorative signs, and striping. • City of Palm Springs, Traffic Signals Improvements (HSIP Cycle 8). Project Director. ADVANTEC is providing traffic engineering, civil engineering, and environmental services (to secure environmental documentation approvals); Caltrans encroachment permits; and preparation of plans, specifications and estimates (PS&E) for 14 signalized locations including construction support for the City’s Traffic Signal Improvements (HSIP Cycle 8) project. The purpose of this project is to improve safety and visibility of the traffic signals by upgrading traffic signal equipment and signing/striping to the latest standards, protected left turn phasing, ADA compliant access ramps, installing advanced dilemma zone detection for high speed approaches at 14 intersections. This includes establishing communications and integrating the data and video streams to the City’s Traffic Management Center (TMC) located at City Hall. In addition, this project included a left-turn phasing and level of service (LOS) analysis report to determine the proposed left-turn phasing, as well as signal timing upgrades that are associated with the implementation of the advanced dilemma zone detection system. • City of Palm Desert, Cook Street and Market Place Drive Intersection Improvements. Project Director. ADVANTEC was selected by the City of Palm Desert to provide plans, specifications, and estimates for a New Traffic Signal at the intersection of Cook Street and Market Place Drive. The installation of this new signalized intersection aimed to improve safety and visibility for both drivers and pedestrians. ADVANTEC designed the new traffic signal equipment and upgraded signing/striping to the latest standards, recommended protected left-turn phasing, installed both countdown pedestrian heads and pedestrian push buttons, and installed advanced dilemma zone detection at the intersection. All traffic signal equipment and ITS devices were designed to be integrated with the City’s Traffic Management Center (TMC), where Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  AA the systems can be managed and controlled by the TMC operator(s). As an added value, ADVANTEC assisted in the design and coordination of the equipment so that it was incorporated into the CV Sync Phase II Project that is being spearheaded by the Coachella Valley Association of Governments (CVAG). • City of Rancho Mirage, In-Call Traffic Engineering Services. Project Director. As part of the City of Rancho Mirage On-Call Traffic Engineering Services, ADVANTEC provided numerous traffic signal and signing and striping plans, technical specifications, and engineer’s estimates for multiple intersection improvements. The crucial projects included improvements of the traffic signal equipment, signal communication upgrades, and replacement of pedestrian ramps. In addition, ADVANTEC prepared Left-Turn Signal Phasing Guidelines, Stop Control Warrants Studies, Traffic Signal Warrants Studies, Line- of-Sight Study, and provided Traffic Impact Analysis Review for multiple projects in the city. ADVANTEC was responsible for a Multi-Way Stop Control Warrant Analysis report and a concept plan with recommendations for pedestrian safety enhancements. • City of Desert Hot Springs, Traffic Signal Upgrades (HSIP Cycle 9). Project Director. ADVANTEC was responsible for the preparation of plans, specifications, and engineer’s estimates (PS&E) for traffic signal equipment and detection upgrades, and improvements for ADA compliance. Project improvements will be provided at six signalized intersections including replacing existing pedestrian indications with countdown style pedestrian indications, replacing existing pedestrian push buttons with accessible pedestrian signals (APS), installing new bicycle and vehicle detector loops, installing new continental crosswalks and limit lines, and adding detectable warning surfaces on existing ADA ramps. The implementation of these improvements will help improve multimodal mobility, safety, and operational efficiency at signalized intersections, especially for pedestrians and bicyclists. • Cochella Valley Association of Governments (CVAG), Smart Region Program - Phases I, II, and III. Project Manager. ADVANTEC is leading the development of CVAG’s Smart Region initiatives in the Coachella Valley, integrating cutting-edge transportation technologies including Artificial Intelligence (AI), Cloud Services, and Cybersecurity. ADVANTEC created the Regionwide ITS Master Plan, establishing key infrastructure such as nine Traffic Operation Centers (TOC), a Regional Traffic Management Center (TMC), and systems for connected and automated vehicles (CAV), Big Data, Mobility-as-a-Service (MaaS), and more. The program includes 35 major tasks, from technology assessments and system design to implementation and traffic signal synchronization across over 400 miles of fiber optic communications. ADVANTEC completed Phase I (138 signals) and is overseeing Phase II (260 signals, 240 miles of communications), with Phase III in progress. Additionally, ADVANTEC developed regionwide traffic signal timing guidelines and supports special event traffic management for local events, such as the City of La Quinta Ironman and Coachella Music Festivals (starting 2025). • Riverside County Transportation Department, On-Call Transportation Services. Project Director. ADVANTEC was selected by the Riverside County Transportation Department (RCTD) to provide on- call traffic engineering services to augment its in- house resources with our strong traffic engineering expertise and capabilities to support the department’s project delivery as part of their 5-year Transportation Improvement Program (TIP). Besides augmenting staff on-site at RCTD offices for their municipal engineering needs, ADVANTEC’s home office engineering team also provides the necessary design support for their project delivery process. We have completed several task orders, including: Traffic Signal Timing Update; Traffic Signal Synchronization; Traffic Signal Timing Update; Traffic Signal Synchronization, Traffic Signal Communication Master Plan, Grant Application Support, Systemic Safety Analysis Report Update, Traffic Signals and Intersection Improvements PS&E, Traffic Signal Controller/ Timing Sheets Update, Transparity Advanced Traffic Management System (ATMS) Implementation. Carlos A. Ortiz, PE, TE, PTOE🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  AB John provides a balanced understanding of projects within the public and private sectors and skillfully meets challenges and creates positive change. EDUCATION BS, Civil Engineering CERTIFICATIONS Professional Civil Engineer (PE) CA #74405 IMSA Certified Traffic Signal Field Technician Level II, No. BE_106965 IMSA Certified Traffic Signal Technician Level I, No. AA_106965 IMSA Certified Work Zone Temporary Traffic Control Technician, No. ZZ_106965 John A. Dorado, PE🔑 TRAFFIC ENGINEERING | ADVANTEC John is a Senior Project Manager. John is a dedicated and technically skilled business professional with over 25 years of experience in the field of Intelligent Transportation Systems (ITS) engineering, planning and design, traffic engineering, and transportation planning. He provides a balanced understanding of projects within the public and private sectors and skillfully meets challenges and creates positive change. He is creative and detail-oriented with a record of success in project management, on-time and on-budget project delivery, and has a proven ability to foster strong positive client relations. Some of his notable projects are as follows: RELEVANT EXPERIENCE • City of Palm Springs, Traffic Signals Improvements (HSIP Cycle 8). Project Manager. ADVANTEC is providing traffic engineering, civil engineering, and environmental services (to secure environmental documentation approvals); Caltrans encroachment permits; and preparation of plans, specifications and estimates (PS&E) for 14 signalized locations including construction support for the City’s Traffic Signal Improvements (HSIP Cycle 8) project. The purpose of this project is to improve safety and visibility of the traffic signals by upgrading traffic signal equipment and signing/striping to the latest standards, protected left turn phasing, ADA compliant access ramps, installing advanced dilemma zone detection for high speed approaches at 14 intersections. This includes establishing communications and integrating the data and video streams to the City’s Traffic Management Center (TMC) located at City Hall. In addition, this project included a left-turn phasing and level of service (LOS) analysis report to determine the proposed left-turn phasing, as well as signal timing upgrades that are associated with the implementation of the advanced dilemma zone detection system. • Riverside County of Transportation, On-Call Traffic Engineering Services. Task Leader. ADVANTEC was selected by the Riverside County Transportation Department (RCTD) to provide on-call traffic engineering services to augment its in-house resources with our strong traffic engineering expertise and capabilities to support the department’s project delivery as part of their 5-year Transportation Improvement Program (TIP). Besides augmenting staff on-site at RCTD offices for their municipal engineering needs, ADVANTEC’s home office engineering team also provides the necessary design support for their project delivery process. We have completed several task orders for the County including Traffic Signal Timing Update, Traffic Signal Synchronization, Signal Communication Master Plan, Grant Application support, Project Management Staff Augmentation, Systemic Safety Analysis Report Update, Traffic Signal Controller/Timing Sheets Update, Traffic Signal Improvement Design, and Transparity Advanced Traffic Management System Implementation Assistance. John is currently managing the Grand Avenue at Sangston Drive intersection improvement project which includes the preparation of traffic signal, street improvement, and signing and striping plans. Additionally, the project included field review, utility coordination, construction support, and signal timing sheets. ADVANTEC worked with CL Surveying for the surveying and topographic mapping of the intersection. • City of Claremont, On-Call Traffic Engineering. Project Manager. As part of the City of Claremont On-Call Traffic Engineering Services, John is responsible for providing multiple traffic signal and signing and striping plans, technical specifications, and engineer’s estimates for multiple intersection improvements. The projects included improvements of the traffic signal equipment, signal communication upgrades, and replacement of pedestrian ramps. In addition, ADVANTEC has prepared Stop Control Warrants Studies, Traffic Signal Warrants Studies, Trail Crossings, Intersection Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc. Appendix  AC Analysis, Corridor Safety Analysis, Line-of-Sight Analysis, Railroad Crossing Study, and has provided Traffic Impact Analysis Review for multiple projects in the city. In addition, ADVANTEC has provided signal timing plans for multiple signalized intersections. Some recent services include: Citywide Speed Survey, Citywide Neighborhood Traffic Calming Program and Policym Speeding Enforcement Analysis, Corridor Studies that include evaluating vertical and horizontal roadway curvature, line-of-sight, level-of-service, queuing, signing, striping, bicycle safety, speeding, traffic calming, safety enhancements. Intersection Studies that include evaluating pedestrian crossings, sight distance, queuing and clear zone, speeding, traffic calming, signing, striping, warrants, and operations. Recommendations for each location are provided as conceptual plans based on the results of the analysis. Traffic Signal Design (PS&E) – Prepared plans, specifications, and estimates (PS&E) related to the project improvements for multiple intersections Citywide. Improvements included left turn phasing, controller upgrades, pedestrian heads, vehicle heads, APS push buttons, and Video Detection Systems Signal Timing plans were also prepared for each project. Construction Support – Provided construction support services to the City during construction of a new traffic signal. Services included show drawing review, responses to Request for Information (RFI), answered any questions during construction and coordination with the Construction Manager and Contractor. • City of Rancho Mirage, On-Call Traffic Engineering Services. Project Manager. ADVANTEC provided numerous traffic signal and signing and striping plans, technical specifications, and engineer’s estimates for multiple intersection improvements. The crucial projects included improvements of the traffic signal equipment, signal communication upgrades, and replacement of pedestrian ramps. In addition, ADVANTEC prepared Left-Turn Signal Phasing Guidelines, Stop Control Warrants Studies, Traffic Signal Warrants Studies, Line- of-Sight Study, and provided Traffic Impact Analysis Review for multiple projects in the city. ADVANTEC was responsible for a Multi-Way Stop Control Warrant Analysis report and a concept plan with recommendations for pedestrian safety enhancements. Additionally ADVANTEC prepared a Line of Sight Analysis and provided recommendations to improve sight conditions. • City of Menifee, On-Call Traffic Engineering Services. Project Manager. John is responsible for providing on-call traffic engineering services to the City of Menifee. Some of our recent services include: Review of City standards, specifications, existing traffic signal equipment, and the traffic operations center and providing recommendations. ADVANTEC is also verifying existing communication links that are currently offline, and providing recommendations to provide and stabilize communications. In addition, ADVANTEC is reviewing the City’s recently implemented traffic signal timing and synchronization done by another consultant, in which the City is not happy with. As part of our services, we are reviewing the traffic model by others, and providing recommended improvements. John A. Dorado, PE🔑🔑 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 EXHIBIT “D” FEE SCHEDULE Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  3 RATE 235.98% PERCENTAGE 10.00% Subconsultant Markeup cost plus a 10% markup Annual Rate Adjustment 5% Direct expenses cost plus a 10% markup Mileage Reimbursement IRS Approved Rate Deputy Project Manager - Asset Management $45.49 $168.12 Asset Management Technician $25.00 $92.39 Project Manager I - Asset Management $50.49 $186.60 SWPPP Coordinator $59.65 $220.45 Sr. Manager Environmental Compliance $79.45 $293.63 Project Manager Environmental Compliance $50.84 $187.89 Sr. Director Environmental Compliance $103.90 $383.99 Vice President Program Management $124.96 $461.82 Constrcution Manager $83.80 $309.71 Engineer I $38.00 $140.44 Engineering Intern $25.00 $92.39 Program Manager $91.35 $337.61 Engineer III $49.98 $184.72 Engineer II $45.00 $166.31 Sr. Engineer I $57.79 $213.58 Engineer IV $57.79 $213.58 Project Manager I $61.38 $226.85 Sr. Engineer II $64.26 $237.49 Project Manager III $80.70 $298.25 Project Manager II $70.08 $259.00 Sr. Engineer III $79.93 $295.40 Sr. Director $114.11 $421.73 Sr. Project Manager I $82.95 $306.56 Principal Engineer II & QA/QC Manager $102.83 $380.04 Principal Engineer I & QA/QC Manager $97.17 $359.12 Sr. Project Manager II $95.00 $351.10 Director $108.00 $399.14 Contract Manager $128.10 $473.43 HARRIS & ASSOCIATES 2024 FEE SCHEDULE OVERHEAD AND FEE RATE Audited Overhead Rate * must be supportable under an audit Fee Percentage * fee percentage applied to the cost of work CLASSIFICATION/TITLE UNBURDENDED FULLY BURDENED HOURLY RATE HOURLY RATE (Rate + OH + Fee) PRIME CONSULTANT: HARRIS & ASSOCIATES RATE Audited Overhead Rate * must be supportable under an audit 235.98% PERCENTAGE Fee Percentage * fee percentage applied to the cost of work 10.00% Subconsultant Markeup cost plus a 10% markup Annual Rate Adjustment 5% Direct expenses cost plus a 10% markup Mileage Reimbursement IRS Approved Rate Deputy Project Manager - Asset Management $45.49 $168.12 Asset Management Technician $25.00 $92.39 Project Manager I - Asset Management $50.49 $186.60 SWPPP Coordinator $59.65 $220.45 Sr. Manager Environmental Compliance $79.45 $293.63 Project Manager Environmental Compliance $50.84 $187.89 Sr. Director Environmental Compliance $103.90 $383.99 Vice President Program Management $124.96 $461.82 Constrcution Manager $83.80 $309.71 Engineer I $38.00 $140.44 Engineering Intern $25.00 $92.39 Program Manager $91.35 $337.61 Engineer III $49.98 $184.72 Engineer II $45.00 $166.31 Sr. Engineer I $57.79 $213.58 Engineer IV $57.79 $213.58 Project Manager I $61.38 $226.85 Sr. Engineer II $64.26 $237.49 Project Manager III $80.70 $298.25 Project Manager II $70.08 $259.00 Sr. Engineer III $79.93 $295.40 Sr. Director $114.11 $421.73 Sr. Project Manager I $82.95 $306.56 Principal Engineer II & QA/QC Manager $102.83 $380.04 Principal Engineer I & QA/QC Manager $97.17 $359.12 Sr. Project Manager II $95.00 $351.10 Director $108.00 $399.14 Contract Manager $128.10 $473.43 ATTACHMENT “H” HARRIS & ASSOCIATES 2024 FEE SCHEDULE OVERHEAD AND FEE RATE CLASSIFICATION/TITLE UNBURDENDED FULLY BURDENED HOURLY RATE HOURLY RATE (Rate + OH + Fee) Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  4 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. 101 Progress, Suite 250, Irvine, CA 92618 949.536.2510 Marcus Fuller Marcus.Fuller@WeAreHarris.com 10/16/2024 Vice President, Engineering / Contract Manager Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  5 SUBCONSULTANT: ADVANTEC CONSULTING ENGINEERS RATE 188.54% 10% Classification/Title Unburdened Hourly Rate Fully Burdened Hourly Rate Carlos Ortiz, PE / Principal 156.73 499.87 John Dorado, PE / SPM Grade/Senior Engineer VIII 98.56 314.33 Jose Guedes, TE / SPM Grade/Senior Engineer VII 83.29 265.65 John Cox / SPM Grade/Senior Engineer VI 69.82 222.67 Jonathan Delgado, PE / Project/Design Engineer Grade V-3 59.16 188.68 Madeleine Ortiz / Project/Design Engineer Grade V-3 59.71 190.44 Bryan Elenes /Project/Design Engineer Grade V-3 59.71 190.44 Ryan Miller / Project/Design Engineer Grade V-2 57.12 182.16 Robert Steaffens / Project/Design Engineer Grade V-2 56.00 178.60 Frank Gomez / Project/Design Engineer Grade V-1 48.92 156.03 Nicholas Park / Project/Design Engineer Grade V-1 48.08 153.33 Rachel Tam / Associate Engineer Grade IV 43.27 138.00 Dylan Sison / Assistant Engineer Grade II 36.06 115.00 Sean Ho / Assistant Engineer/Intern 25.00 79.73 Joseph El Harake / Principal 156.73 499.87 Chris Busarino, PE / SPM Grade/Senior Engineer VIII 125.00 398.67 Keith Rand, PE / SPM Grade/Senior Engineer VIII 120.19 383.33 David Madera, PE / SPM Grade/Senior Engineer VIII 96.15 306.67 Glenn Murphy, EE / SPM Grade/Senior Engineer VIII 96.15 306.67 Sudarshan Chalan, PE / SPM Grade/Senior Engineer VIII 96.15 306.67 Henry Trinh, EE / SPM Grade/Senior Engineer VIII 91.35 291.33 Delfino Esquer / SPM Grade/Senior Engineer VI 70.20 223.89 Huy Trinh, EE / SPM Grade/Senior Engineer VI 67.31 214.67 George Dore, PE / Project/Design Engineer Grade V-3 62.50 199.33 Vivian Hang, PE / Project/Design Engineer Grade V-3 62.50 199.33 James Tai / Project/Design Engineer Grade V-3 60.10 191.67 Francisco Fernandez / Project/Design Engineer Grade V-3 57.69 184.00 Kevin Acuna / Project/Design Engineer Grade V-1 46.73 149.04 Charles Rooney / Associate Engineer Grade III 39.00 124.38 Brandon Chin / Assistant Engineer Grade II 38.42 122.54 Yasmeen Halabi / Assistant Engineer Grade II 37.50 119.60 Alphonse Oh / Assistant Engineer Grade II 36.06 115.00 Edward Clay / Assistant Engineer Grade II 36.00 114.82 Daniel Underwood / Assistant Engineer Grade II 36.06 115.00 Jonathan Nguyen/ Assistant Engineer Grade II 36.06 115.00 Ashley Diaz / Assistant Engineer/Intern 25.00 79.73 Angela Watkins / Assistant Engineer/Intern 25.00 79.73 Carissa Larin / Assistant Engineer/Intern 25.00 79.73 Sally Chuong / Assistant Engineer/Intern 25.00 79.73 OVERHEAD AND FEE Audited Overhead Rate * must be supportable under an audit Fee Percentage * fee percentage applied to the cost of work FEE SCHEDULE ADVANTEC Consulting Engineers, Inc. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  6 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. Carlos A. Ortiz Chief Executive Officer 949-861-4999 cortiz@advantec-usa.com 10/10/2024 1200 Roosevelt, Irvine, CA, 92620 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  7 SUBCONSULTANT: CONSTRUCTION QUALITY MANAGEMENT SOLUTIONS (CQMS) 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) 116.32% 10% Community Relations Manager $135.63 Community Outreach Officer $57.00 $54.00 $128.49 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  8 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. Alicia Asgari CEO/ President 949-281-9075 alicia.asgari@cqmscorp.com 14252 Culver Drive,A-296 Irvine, CA 92604 10/10/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  9 SUBCONSULTANT: CWE 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) Rates will be adjusted annually based on the US Department of Labor, Bureau of Labor Statistics, Consumer Price Index for Los Angeles area. Rates for field equipment, health and safety equipment, and graphical supplies presented upon request. Based on CWE maintaining General Liability Insurance for bodily injury and property damage with an aggregate limit of $2,000,000 per occurrence. In the event the client desires additional coverage, CWE will, upon the client's written request, obtain additional insurance and adjust the above billing rates accordingly. Task Manager Senior Engineer Staff Engineer Project Coordinator 10% $75.74 $236.00 $61.48 $191.55 $44.79 $139.56 $143.47$46.05 183.27 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  10 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. 10/09/2024 Jason Pereira Principal 1561 E. Orangethorpe Ave., Suite 240, Fullerton, CA 92831 jpereira@cwecorp.com (714) 526-7500 x211 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  11 SUBCONSULTANT: KDM MERIDIAN OVERHEAD AND F EE FEE SCHEDULE Audited Overhead Rate • must be supportable under an au dit Fee Percentage• fee perce ntage applied to the cost of work CLASSIFICATIO N/TITLE UNBURDENDED HOURLY RATE Prin cipal S84.05 Proiect Manaaer �70.00 Proiect Survevor SS8.14 Survey Technician (Senior) $35.90 lsurvev Technician $28.33 Administat ion/Clerical S37.46 Partv Chief (Prevailina Wa ae) SGS.S O Chainman (Prev ailinq W aqe) $58.86 Lodoino. Meals (Per Diem) Subconsultants Snecial o ....... •ioment Aaencv Pees, Permits, Licenses RATE 180.45% PERCENTAGE 10% FULLY BURDENED HOURLY RATE (Rate+ OH+ Fee) $259.29 S215.95 Sl79.36 $110. 75 $87.40 SllS.56 $202.06 $181.58 GSA Cost + 5% Cost Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  12 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  13 SUBCONSULTANT: LOR GEOTECHNICAL 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) 25 Project Engineer 71.0 200 Project Geologist 71.0 200 Staff Engineer 60.5 170 Staff Geologist 60.5 170 Drafting 41.0 115 225 Clerical 35.5 100 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  14 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. John P. Leuer President 10/09/2024 (951) 653-1760 jleuer@lorgeo.com 6121 Quail Valley Ct. Riverside, CA 92507 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  15 SUBCONSULTANT: TJC & ASSOCIATES (TJCAA) 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) 1.98 10% Electrical Engineer (E13) Electrical Engineer (E11) Electrical Designer (E10) Electrical Designer (E9) Electrical Designer (E6) CAD Manager (C7) Admin Assistant (A11) $ 80.56 $ 69.48 $ 65.00 $ 61.42 $ 50.50 $ 48.31 $ 37.08 $ 264.07 $ 227.76 $ 213.07 $ 201.34 $ 165.55 $ 158.35 $ 121.54 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  16 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. Gianna Zappettini President 2300 Clayton Road, Suite 1450, Concord, CA 94520 gianna@tjcaa.com (925) 357-2676 10/15/2024Gianna C. Zappettini Digitally signed by Gianna C. Zappettini DN: cn=Gianna C. Zappettini, o, ou, email=gianna@tjcaa.com, c=US Date: 2024.10.15 13:22:30 -07'00' Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  17 SUBCONSULTANT: VERDANTAS 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) 161.11% 10% Senior Principal/PIC $113.91 $327.17 Associate Engineer $65.64 $188.53 Senior Project Geologist $55.34 $158.95 Senior Staff Geologist $43.00 $123.51 Staff Engineer $35.10 $100.81 Accounting Support $38.08 $109.37Admin Support $32.57 $93.55 CAD/GIS Support $48.03 $137.95 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section F: Fee Schedule  18 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. Kristen Williams, PG 10/9/2024 949.681.4273 kwilliams@verdantas.com 2600 Michelson Drive, Suite 400, Irvine, CA 92612 Area Leader | Vice President Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Harris & Associates, Inc.Section E: Forms (Attachments)  10 EXHIBIT “E” EXECUTIVE ORDER N-6-22 CERTIFICATION Executive Order N-6-22 issued by Governor Gavin Newsom on March 4, 2022, directs all agencies and departments that are subject to the Governor’s authority to (a) terminate any contracts with any individuals or entities that are determined to be a target of economic sanctions against Russia and Russian entities and individuals; and (b) refrain from entering into any new contracts with such individuals or entities while the aforementioned sanctions are in effect. Executive Order N-6-22 also requires that any contractor that: (1) currently has a contract with the City of Palm Springs funded through grant funds provided by the State of California; and/or (2) submits a bid or proposal or otherwise proposes to or enter into or renew a contract with the City of Palm Springs with State of California grant funds, certify that the person is not the target of any economic sanctions against Russia and Russian entities and individuals. The contractor hereby certifies, SUBJECT TO PENALTY FOR PERJURY, that a) the contractor is not a target of any economic sanctions against Russian and Russian entities and individuals as discussed in Executive Order N-6-22 and b) the person signing below is duly authorized to legally bind the Contractor. This certification is made under the laws of the State of California. Signature: Printed Name: Title: Firm Name: Date: Harris & Associates, Inc. October 16, 2024 Marcus Fuller, PE, PLS Vice President, Engineering / Contract Manager Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Continental Insurance Company American Casualty Company of Reading PA Continental Casualty Company 7/29/2024 USI Insurance Services, LLC Lic # OG11911 10940 White Rock Rd 2nd Fl Rancho Cordova, CA 95670 Jackie Lahr jackie.lahr@usi.com Harris & Associates, Inc. 1401 Willow Pass Rd Ste 500 Concord, CA 94520 35289 20427 20443 A X X X Ded: 0 X X 7092556540 08/01/2024 08/01/2025 1,000,000 1,000,000 15,000 1,000,000 2,000,000 2,000,000 B X 7092547367 08/01/2024 08/01/2025 1,000,000 A X X X 10000 7092552522 08/01/2024 08/01/2025 10,000,000 10,000,000 B N 7092555985 08/01/2024 08/01/2025 X 1,000,000 1,000,000 1,000,000 C Prof/Poll Liab. Claims-Made AEH591891588 08/01/2024 08/01/2025 $5,000,000 Each Claim $10,000,000 Aggregate Ded: $500,000 RE: On-call Engineering Services. General Liability and Auto Liability Additional Insured status granted, if required by written contract/agreement. City, its officials, employees & agents are additional insureds under General Liability & Auto Liability if required by a written contract. 180-0407 (2023) City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 1 of 1 #S45694142/M45681659 HARRIASS5Client#: 2039770 SHPZR 1 of 1 #S45694142/M45681659 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 This page has been left blank intentionally. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Business Auto Policy Policy Endorsement WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: HARRIS & ASSOCIATES INC. Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. Policy No: BUA Policy Effective Date: Form No: CA 04 44 10 13 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 4; Page: 1 of 1 Underwriting Company: American Casualty Company Of Reading, PA, 151 N Franklin St, Chicago, IL 60606 © Copyright Insurance Services Office, Inc., 2011 7092547367 08/01/2024 08/01/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 This page has been left blank intentionally. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Business Auto Policy Policy Endorsement CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS I. A. 1. 2. a. b. (1) (2) 3. 4. 1. 2. B. 1. 2. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM LIABILITY COVERAGE Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b.The insurance afforded by this provision A.1. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. Does not apply to: Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or Any such organization that is an insured under any other liability "policy" providing auto coverage. Any person or organization that you are required by a written contract to name as an additional insured is an insured but only with respect to their legal liability for acts or omissions of a person, who qualifies as an insured under SECTION II – WHO IS AN INSURED and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: Which are no longer in force; or Whose limits have been exhausted. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. Policy No: BUA Policy Effective Date: Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 13; Page: 1 of 4 Underwriting Company: American Casualty Company Of Reading, PA 151 N Franklin St, Chicago, IL 60606 © Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. 7092547367 08/01/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Business Auto Policy Policy Endorsement C. II. A. B. a. b. C. a. D. a. b. c. d. e. (1) (2) E. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. PHYSICAL DAMAGE COVERAGE Glass Breakage – Hitting A Bird Or Animal – Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered auto, any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: $60 per day, in lieu of $20; subject to $1,800 maximum, in lieu of $600. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: $1,000 maximum, in lieu of $600. Hired "Autos" The following is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: Any covered auto you lease, hire, rent or borrow without a driver; and Any covered auto hired or rented by your employee without a driver, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned autos. Such physical damage coverage for hired autos will: Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. Such coverage as is provided by this provision will be subject to a limit of $750 per accident. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. Policy No: BUA Policy Effective Date: Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 13; Page: 2 of 4 Underwriting Company: American Casualty Company Of Reading, PA, 151 N Franklin St, Chicago, IL 60606 © Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. 7092547367 08/01/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Business Auto Policy Policy Endorsement F. c. d. G. a. b. c. d. (1) (2) III. 1. a. b. (1) (2) 2. IV. A. Electronic Equipment Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: Physical Damage Coverage on a covered auto also applies to loss to any permanently installed electronic equipment including its antennas and other accessories A $100 per occurrence deductible applies to the coverage provided by this provision. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the diminution in value exclusion does not apply to: Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and Any covered auto of the private passenger type hired or rented by your employee without a driver for a period of 30 days or less, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. Such coverage as is provided by this provision is limited to a diminution in value loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. The most we will pay for loss to a covered auto in any one accident is the lesser of: $5,000; or 20% of the auto's actual cash value (ACV). Drive Other Car Coverage – Executive Officers The following is added to Sections II and III: Any auto you don't own, hire or borrow is a covered auto for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers", except: An auto owned by that "executive officer" or a member of that person's household; or An auto used by that "executive officer" while working in a business of selling, servicing, repairing or parking autos. Such Liability and/or Physical Damage Coverage as is afforded by this provision. Equal to the greatest of those coverages afforded any covered auto; and Excess over any other collectible insurance. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are insureds while using a covered auto described in this provision. BUSINESS AUTO CONDITIONS Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: Policy No: BUA Policy Effective Date: Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 13; Page: 3 of 4 Underwriting Company: American Casualty Company Of Reading, PA, 151 N Franklin St, Chicago, IL 60606 © Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. 7092547367 08/01/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Business Auto Policy Policy Endorsement (4) (6) B. C. D. E. a. V. Your employees may know of an accident or loss. This will not mean that you have such knowledge, unless such accident or loss is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an accident or loss. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to Accident or Loss. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: 45 days of coverage in lieu of 30 days. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Policy No: BUA Policy Effective Date: Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 13; Page: 4 of 4 Underwriting Company: American Casualty Company Of Reading, PA 151 N Franklin St, Chicago, IL 60606 © Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. 7092547367 08/01/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (10-16) Page 1 of 2 Policy No: Effective Date: Insured Name: Harris & Associates Inc. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A.in the performance of your ongoing operations subject to such written contract; or B.in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1.the written contract requires you to provide the additional insured such coverage; and 2.this coverage part provides such coverage. II.But if the written contract requires: A.additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B.additional insured coverage with "arising out of" language; or C.additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III.Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A.coverage broader than required by the written contract; or B.a higher limit of insurance than required by the written contract. IV.The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A.the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1.the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2.supervisory, inspection, architectural or engineering activities; or B.any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V.Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: 7092556540 08/01/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (10-16) Page 2 of 2 Policy No: Effective Date: Insured Name: Harris & Associates Inc. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1.primary and non-contributing with other insurance available to the additional insured; or 2.primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI.Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1.give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2.send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3.make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self-insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3.does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII.Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A.is currently in effect or becomes effective during the term of this policy; and B.was executed prior to: 1.the bodily injury or property damage; or 2.the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. 7092556540 08/01/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Page 16 of 17 Policy No: Effective Date: Insured Name: Harris & Associates Inc. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. (6)of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. B.Solely for the purpose of the coverage provided by this PROPERTY DAMAGE – ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. RETIRED PARTNERS, MEMBERS, DIRECTORS AND EMPLOYEES WHO IS INSURED is amended to include as Insureds natural persons who are retired partners, members, directors or employees, but only for bodily injury, property damage or personal and advertising injury that results from services performed for the Named Insured under the Named Insured's direct supervision. All limitations that apply to employees and volunteer workers also apply to anyone qualifying as an Insured under this Provision. 24. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS – COVERAGES A AND B is amended as follows: A.Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B.Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 25. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 26. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1.the Named Insured's ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1.is in effect or becomes effective during the term of this Coverage Part; and 2.was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 27. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap- up) insurance program by applicable state statute or regulation. 7092556540 08/01/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 This page has been left blank intentionally. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 Workers Compensation And Employers Liability Insurance Policy Endorsement BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. 60606 Policy No: WC Policy Effective Date: Policy Page: Form No: G-19160-B (11-1997) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 2; Page: 1 of 1 Underwriting Company: American Casualty Company Of Reading, PA 151 N Franklin St, Chicago, IL © Copyright CNA All Rights Reserved. 7092555985 08/01/2024 Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035 This page has been left blank intentionally. Docusign Envelope ID: E2B8B78A-3C79-4E1A-BA2C-DAC7A71AB035