HomeMy WebLinkAboutA8443 - MICHAEL BAKER INTERNATIONAL, INC. CITY OF PALM SPRINGS
PROFESSIONAL SERVICES AGREEMENT
ON-CALL ENVIRONMENTAL ASSESSMENT (CEQA) SERVICES
THIS PROFESSIONAL SERVICES AG EMENT (hereila "Agreement") is made and
entered into, to be effective this Jday of A► , 20 , by and between the CITY OF
PALM SPRINGS, a California charter city and municipal corporation, (hereinafter referred to as"City")
and Michael Baker International, Inc., a Pennsylvania corporation (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" Environmental
Assessment (CEQA) Services for a variety of future private and public development projects,
(hereinafter the"Project").
B. Consultant has submitted to City a proposal to provide As-Needed, "On-Call"
Environmental Assessment (CEQA) Services for a variety of future private and public development
projects 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"). As a material inducement to the City entering into this Agreement,
Consultant represents and warrants that this Agreement requires specialized skills and abilities and is
consistent with this understanding, Consultant is a provider of professional services and is experienced
in performing the Work and Services contemplated herein and, in light of such status and experience,
Consultant covenants that it shall follow the professional standard similar to those which are ordinarily
used by members of the subject profession practicing under similar circumstances at the same time and
in the same locality in performing the Work and Services required hereunder.
Page 1 of 49
among well-qualified and experienced professionals performing similar work under similar
circumstances.
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; and, (4)
the Consultant's signed, original proposal submitted to the City ("Consultant's Proposal"), (collectively
referred to as the "Contract Documents"). The City's Request for Proposals and the Consultant's
Proposal, which are both 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, 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: (1') the terms of this
Agreement; (2nd) the provisions of the Scope of Services (Exhibit "A"); as may be amended from time
to time; (P)the provisions of the City's Request for Proposal (Exhibit`B"); and, (4d') the provisions of
the Consultant's Proposal (Exhibit"C"l.
1.3 Comgliance 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.
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 and Services 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 and Services 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 and Services 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 warrants that
Consultant (a) has thoroughly investigated and considered the Scope of Services to be performed, (b)
has carefully considered how the Services should be performed, and (c) fully 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 fully 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,
Page 2 of 49
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 to the extent they are caused by contractor's
negligent acts 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.
1.8 Performance of Services. City Manager or his designee, 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 his designee 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 this
Agreement.
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 and/or services 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 scope of services required by this Agreement will vary dependent upon the number, type, and extent
of the services or work 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 contract, City and Consultant hereby acknowledge
and agree that a specific "Maximum Contract Sum" 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 or a Purchase Order authorized by the City Manager or his
designee as provided in this Section 2.1. For the services rendered pursuant to this Agreement, the
Consultant shall be compensated in accordance with the "Schedule of Compensation" attached hereto as
Exhibit "D" and incorporated herein by this reference.
The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment for
Page 3 of 49
time and materials based upon the Consultant's Schedule of Hourly Billing Rates 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 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 shall be entitled to compensation in accordance with separate
City authorized "Task Orders" (Purchase Orders) with corresponding Not-to-Exceed payment amounts
established pursuant to the Consultant's Schedule of Hourly Billing Rates as shown on Exhibit "D".
Consultant's compensation shall be limited to the 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 (pursuant to Schedule"D") necessary for the projects. Subject to existing cost limits established
by municipal code.
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 Annronriations. 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
Page 4 of 49
Section 8.3 of this Agreement; otherwise, there shall be no funding for any work or services and
Consultant shall not be entitled to payment for any work or services that Consultant may provide.
3. SCHEDULE OF PERFORMANCE
3.1 Time.. The time for completion of the services to be performed by Consultant is an
essential condition of this Agreement subject however to the exercise of the Standard of Care for
performance of services. Consultant shall prosecute regularly and diligently the Work of this
Agreement according to the agreed upon Schedule of Performance for each Task Order.
3.2 Schedule of Performance. Consultant shall commence the Services pursuant to this
Agreement upon receipt of a written notice to proceed 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 period(s) specified in the Schedule of Performance for
performance of the Services rendered pursuant to this Agreement shall be extended because of any
delays due to unforeseeable causes beyond the control and without the fault or negligence of the
Consultant (financial inability excepted), including, but not limited to, acts of God or of the public
enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots,
strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if
Consultant, within ten (10) days of the commencement of such delay, notifies the City Manager in
writing of the causes of the delay. The City Manager shall ascertain the facts and the extent of delay,
and extend the time for performing the Services for the period of the enforced delay when and if in the
judgment of the City Manager such delay is justified. The City Manager's determination shall be final
and conclusive upon the Parties to this Agreement. In no event shall Consultant be entitled to recover
damages against the City for any delay in the performance of this Agreement, however caused,
Consultant's sole remedy being extension of the Agreement pursuant to this section.
3.4 Term. Unless earlier terminated under the terms of this Agreement, this Agreement shall
continue in full force and effect for three (3) years. At the sole discretion of the City Manager or his
designee, 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 ReRresentative 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: Darren Edginton. 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
Page 5 of 49
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 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 'gRMC=. The experience, knowledge,
capability, expertise, and reputation of Consultant, its principals and employees, were a substantial
inducement for City to enter into this Agreement. Therefore, Consultant shall not assign the
performance of this Agreement, nor any part thereof, nor any monies due hereunder, voluntarily or by
operation of law, without the prior written consent of City. Consultant shall not contract with any other
entity to perform the Services required under this Agreement without the prior written consent of City.
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
Page 6 of 49
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 venture 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.
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.
5. INSURANCE
5.1 Tvues 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 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 claim and two-million dollars ($2,000,000.00) annual aggregate, in accordance with
the provisions of this section.
Page 7 of 49
(1) 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.
(2) 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 damage including coverages for contractual liability, personal injury, independent Consultants,
broad form property damage,products and completed operations.
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
Page 8 of 49
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:
53.1 For any claims related to this Agreement, Consultant's Commercial General Liability and
Automobile Liability 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.
532 Except for Professional Liability Insurance, 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.
533 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.
534 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.
535 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 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.
53b 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
Page 9 of 49
request, all agreements with subconsultants and others engaged in the Project will be
submitted to the City for review.
53.7 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.
538 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.
539 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.
53.10 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.
53.11 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.
53.12 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.
54 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.
55 VerLfication 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
Page 10 of 49
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:
1. "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).
2 "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).
3. 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.
4 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,
costs, judgments, arbitration awards, settlements, damages, , 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, from any violation of any federal, state, or local law or ordinance, and from
errors and omissions committed by Consultant, its officers, employees, representatives, and agents, to
the extent caused by the Consultant's negligent acts, errors or omissions under this Agreement. This
indemnification clause excludes Claims arising from the sole negligence or willful misconduct of the
City, its elected officials, officers, employees, agents, and volunteers. Under no circumstances shall the
Page 11 of 49
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. This provision is intended for the benefit of third party Indemnified Parties
not otherwise a party to this Agreement.
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 $gam. 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 and Services 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 or Services 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 Ownershin 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
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. Any use of
documents except for the specific purpose intended by this Agreement will be at the City's sole risk and without
liability or legal exposure to the Contractor.
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. Except for disclosure as is
Page 12 of 49
required by law, 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 for its convenience at any time,
without cause, in whole or in part, upon giving Consultant thirty (30) days written notice. Upon such
notice, City shall pay Consultant for Services performed through the date of termination. Upon receipt
of such notice, Consultant shall immediately cease all work under this Agreement, unless the notice
provides otherwise. Thereafter, Consultant shall have no further claims against the City under this
Agreement. Upon termination of the Agreement pursuant to this section, Consultant shall submit to the
City an invoice for work and services performed prior to the date of termination. In addition, the
Consultant reserves the right to terminate this Agreement at any time, with or without cause, upon sixty
(60) days written notice to the City, except that where termination is due to material default by the City,
the period of notice may be such shorter time as the Consultant may determine.
8.4 Default of Consultant.
A. Consultant's failure to comply with any material provision of this Agreement
shall constitute a default.
Page 13 of 49
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 performance in accordance with this agreement.. 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 material
obligations under this Agreement, City may, after compliance with the provisions of Section 8.4.13, 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 Ri,hts 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
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
Page 14 of 49
costs and all fees, costs, and expenses incurred in any appeal or in collection of any judgment entered in
such proceeding. To the extent authorized by law, in the event of a dismissal by the plaintiff or
petitioner of the litigation or non judicial proceeding within thirty (30) days of the date set for trial or
hearing,the other Party shall be deemed to be the prevailing Party in such litigation or 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, Contractor 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"). Contractor 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, Contractor certifies that
its actions and omissions hereunder shall not incorporate any discrimination arising from or related to
any prohibited basis in any Contractor 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 Contractor 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 Infringenicnt.
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 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,
Page 15 of 49
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, California92262
Telephone: (760)323-8204
Facsimile: (760)323-8332
To Consultant:
Michael Baker International, Inc.
Attention: Chris Alberts
75410 Gerald Ford Dr.
Palm Desert, CA 92211
Telephone: (760) 346-7481
10.3 Entire Agreement. This Agreement constitutes the entire agreement between the Parties
and supersedes 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
Page 16 of 49
modifications of this Agreement shall be binding unless executed in writing by both Parties hereto, or
their respective successors, assigns,or grantees.
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. CorQorate Authorih. 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 Limitation of Liability. Consultant's total aggregate liability (whether such liability is
based in contract, warranty, tort, equity, strict liability, statute, common law and/or any other claim or
theory) to City for any loss, damage, expense or cost of whatsoever kind or nature arising out of or
relating to this Contract or Task/Purchase orders issued hereunder, shall not exceed the net sum actually
paid to Consultant for the Services.
(SIGNATURES ON FOLLOWING PAGE)
Page 17 of 49
IN WITNESS WHEREOF,the City and the Consultant have caused this Agreement to be executed the
day and year first above written.
ATTEST: CONTENTS APPROVED:
CIT PALM SPRINGS, CA
By By
Anthon ejia, City C er �� . ✓nq �'D vidH. R eady, City M
Date: b - ZT Date:
APPROVED AS TO FORM: APPROVED BY CITY COUNCIL:
JefQfBy I"NDate:L 19-19 Agreement No.
Jeffr S.Talling , City Attorney
rDate: S�tn. 7 _ APPROVEC BY CIlY COUNCiI.
CONSULTANT
Name:Michael Baker International, Inc., a Pennsylvania Corporation
Check one:-Individual Partnership_Corporation
Corporations require two notarized signatures: One signature must be from Chairman of Board, President,
or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer,
Assistant Treasurer, or Chief Financial Officer.
Address: 75410 Gerald Ford Dr.
Palm Desert, CA 92211
By:
Signatur n tarized) Signa (no arized)
Name: Darren Riegler Name: Michael Tylman
Title: Senior Vice President Title: Assistant Secretary
Page 18 of 49
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1180
rs<>•••,••••,• _<«<--<w`<.0.fuC. -»,r,>•••.,,•,.� .a-«<�<a<� C<,r d.- ^^r»>^^>�,a�,zx�„
A rxiMy Public or other off ca,corripiesng this certhcam venfies only the Klenttty of to kK§vduW who signed to
document to which this certificate is atractied,and not the trutcf ulna,accuracy,ar vaficky of that doaanerrL
State of California )
County of GYU--✓t -�'� )On����u1 i�kaems. �'bl'� .�il(tl l(O � 1V07`rvti 4i Lli C,
Date _ / kmd/lime end Tm od oww a fmi,
personalty appeared j2c,rTv vi
Names)of Sigrrer�)
who proved to me on the basis of satisfactory evidence to be the perzon(s) whose names) is/are
subscribed to the within instrument and acknowledged to me that halsherthey executed the same in
his/her/the(r authorized capacdAes).and that by his/herrtheir signature(s)on the instrument the person(s),
or the entity upon behalf of which the person(s)acted_executed the instrument_
I certify under PENALTY OF PERJURY under the laws
of the',state of California that the foregoing paragraph
is true and correct
zrs;; CINDY OKAMOTO WITNESS ffry tend and oftial
Public-California
r�,,Nolary
Orange County SignatureZCommission#L 2171175 = Crgr'ature f t lotary PuNic
M Comm.E ires Nov 7,2020
Place nkfty sent Above
OPTIONAL
Though this section is apbonal,completing this rnformabon can deter alteration of the document or
fraudulent reattachment of this form to an unintended document
Description of Attached Doarnent ((ll (r
True or Type of Document Cz C J�+I.t1S l'i:1�'� J C Documen{ Date:
Number of Pages: Signer(s) Other Than NaWled Above:
Capacity(es)Claimed by Signer(a)
Signer's Name: l Signers Name:
❑Corporate Officer—Trtle(s): ❑Corporate Officer—Title(s):
❑Partner— ❑Limited ❑General -0F?ar.(ner— ❑Limited ❑General
❑Individual El Attorney it Fact ❑Individu&-- ❑Attorney in Fact
❑Trustee ❑Guardian or Conservator ❑Trustee Gusrdian or Conservator
❑Other- ❑Other
Signer Is Representing: Signer Is Represerdin
02014 Nabord Notary Association•www.Nabwm Notary-org•1 AW-US NOTARY(1-8W-87&M27) Poem*5W7
Page 19 of 49
EXHIBIT"A"
SCOPE OF SERVICES
Page 45 of 49
ON-CALL CEQA SERVICES: 2019 RFP
1. BACKGROUND INFORMATION AND GENERAL DESCRIPTION
The City is seeking proposals from qualified professional Environmental Assessment firms to
establish a list of on-call firms to work on a variety of California Environmental Quality Act (CEQA)
compliance assessments for private and public sector development applications processed by
the City. The City anticipates that projects will range from significant resort hotels with adjoining
retail, recreation and residential components to single-family subdivisions. The City seeks firms
capable of preparing Initial Studies, Negative Declarations, Mitigated Negative Declarations or
Environmental Impact Reports on private development projects in accordance with CEQA
requirements. In addition, the City may require mitigation monitoring services to verify compliance
with adopted mitigation measures for approved projects.
Firms must have thorough knowledge of current CEQA and National Environmental Policy Act
(NEPA) regulations. All impacts including multi-species habitat, air quality, traffic, water quality,
noise, greenhouse gas emissions, archeology and regional impacts must be thoroughly assessed
and quantified and innovative, creative mitigation proposed. Full consideration of sustainability
principles relevant to California and the Coachella Valley shall be employed.
Firms shall be expected to assist with noticing and filings. Firms may be required to attend
Planning Commission and City Council meetings answer questions and defend their work.
The preparation of sound, defensible environmental assessments is the goal, but also critical is
the timely completion thereof. The City will be looking to find firms that have full technical
capabilities to handle the most complex cases and other firms capable of analyzing less complex
projects.
The City of Palm Springs is a Charter City in eastern Riverside County, CA with a population of
48,000 full-time residents. The City exclusively reserves the right to select and assign a
successful firm from the RFP process (or firms if desired)for each project as it determines
is in the best interest of the City and the specific project. As the projects remain
unapproved at this time and will vary in size and scope, there is no guarantee of work nor
is there any implied or promised rotation method for project assignments.
2. SCOPE OF SERVICES
The SCOPE OF SERVICES and principal responsibilities may include, but are not limited to, the
following (all services may or may not be necessary on each project):
All responsibilities of Lead Agency including:
1. Preliminary Review;
2. Preparation of Initial Studies, Environmental Impact Reports, and other CEQA-
related documents and notices/filings;
3. Provide thorough analyses, sound reasoning and careful judgment when determining
whether a project causes significant environmental effects;
4. Establishing thresholds of Significance; and
5. Making Mandatory Findings of Significance.
Following decision to prepare a Negative Declaration (ND) or Mitigated Negative Declaration
(MND):
1. Prepare Notice of Intent (NOI) and ND/MND and submit to City for review/approval;
Page 1
2. Circulate NOI to all parties as required by CEQA;
3. Prepare ND/MND and submit to City for review;
4. Review and respond to comments received during the comment period, if deemed
necessary;
5. Be available to present at Planning Commission and City Council meetings, if
necessary; and
6. Prepare and file Notice of Determination.
Following determination that an Environmental Impact Report (EIR) is required:
1. The EIR's shall meet all the requirements set forth in the California Environmental
Quality Act (Public Resources Code 21000 et seq.) and the State CEQA guidelines
(California Code of Regulations, section 15000 et seq.).
2. Identified impacts shall be designated as significant, insignificant, etc. pursuant to the
criteria of CEQA and the State CEQA Guidelines, and any thresholds or criteria used
by the County and City. Indirect or secondary impacts of the project shall also be
discussed and mitigation measures recommended.
3. Mitigation measures should be described in detail and should be specific to the project.
Two types of mitigation measures should be recommended: measures addressing
impacts related to the primary impacts; and measures addressing impacts related to
the secondary impacts associated with the proposed project.
4. The alternatives analysis, while mostly a qualified effort, shall make all efforts to use
or cite existing applicable detailed information to make for as meaningful a comparison
as possible to the proposed project.
It will be the responsibility of the successful firm(s) or consultant(s) to determine the necessary
staffing level required to perform the scope of services. The City will NOT provide dedicated work
space 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.
A comprehensive mitigation monitoring and reporting program, pursuant to Public Resources
Code Section 2108.6, shall be developed for applicable mitigation measures. The monitoring
program shall incorporate both monitoring by the City and reporting by the developer, with
subsequent report verification by on-site inspection, if necessary.
The consultant shall be available for a "kick off' meeting and to meet with one or more of the City
staff when given advance notice.
The consultant shall anticipate attending two (2) scoping meetings (one before EIR work begins
and one during Public Review period), and two (2) public hearings. The consultant shall be
prepared to respond to questions, make presentations and/or participate in an advisory capacity
during these meetings/hearings.
The format for all text documents, tables, charges, and illustrations shall be 8 1/2" x 11" vertical.
If oversize inclusions are necessary, they will be 11" x 17". Document covers for all related
documents shall be coordinated so they appear as a "set". As much of the technical information
as possible shall be placed in the appendices. Duplication of information of the EIR shall be
avoided as much as possible. All hard copy administrative drafts, drafts, and final
documents shall be two-sided, black ink, on white or light recycled stock paper.
If sub-consultant firms are used for typical urban development projects assessment anticipated
to be submitted to the City of Palm Springs, identify them and provide hourly rates.
Page 2
EXHIBIT"B"
CITY'S REQUEST FOR PROPOSALS
Page 46 of 49
CITY OF PALM SPRINGS, CA
NOTICE INVITING PROPOSALS FOR RFP #12-19
ON-CALL ENVIRONMENTAL ASSESSMENT (CEQA) SERVICES
NOTICE IS HEREBY GIVEN that the City of Palm Springs is requesting proposals from qualified
professional firms to provide the City with on-call, as-needed professional Environmental
Assessment (CEQA) services for various private and public sector development projects located
throughout the City.
PROJECT LOCATION: Various projects and site in the City of Palm Springs, CA.
SCOPE OF SERVICES: The work is comprised of providing on-call, as-needed professional
Environmental Assessment (CEQA) services for various private and public sector development
projects located throughout the City. It is expected that multiple firms will be selected in this
process and will be on-call for up to a five (5) year period.
OBTAINING RFP DOCUMENTS AND ADDENDA: The RFP document may be downloaded via
the internet at www.palmspringsca.gov (go to Departments, Procurement, Open Bids &
Proposals), or by calling the Office of Procurement and Contracting, (760) 322-8368. Upon
downloading the RFP via the internet, contact Procurement contact person, Craig Gladders,
Procurement and Contracting Manager, via email at craiq.gladders(a)-a) to be
placed on the interested vendor list for this project, providing your company name, contact person,
contact email address, office address, office phone and office fax. Failure to be placed on the
interested vendor list as stated above may result in not receiving Addenda to the RFP. Failing to
acknowledge Addenda may result in your proposal being non-responsive, or may negatively
impact the evaluation of your proposal. We strongly advise that you follow the instructions above
if you are interested in submitting a proposal.
EVALUATION OF PROPOSALS AND AWARD OF CONTRACT: This solicitation has been
developed in the Request for Proposals (RFP) 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 RFP will be considered
by the Evaluation Committee to determine which proposal best meets the requirements set forth
in the RFP document. PRICE IS NOT EVALUATED AS PART OF THE EVALUATION CRITERIA,
but shall be negotiated with the successful firm or firms to be fair and reasonable. 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.
DEADLINE: All proposals must be received in the Procurement and Contracting Office, 3200 E.
Tahquitz Canyon Way, Palm Springs, CA, 92262 by 3:00 P.M., LOCAL TIME, TUESDAY, APRIL
16, 2019. The receiving time in the Procurement Office will be the governing time for acceptability
of Proposals. Telegraphic and telephonic Proposals will not be accepted. Reference the RFP
document for additional dates and deadlines. Late proposals will not be accepted and shall be
returned unopened.
PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their
proposal shall be valid for a period of 120 calendar days from the due date of proposals.
Page 1 of 17
Craig L. Gladders, C.P.M.
Procurement and Contracting Manager
March 14, 2019
4 VALM S
� Z
s�
q .r`�R�\
Page 2 of 17
CITY OF PALM SPRINGS, CA
REQUEST FOR PROPOSALS (RFP) #12-19
ON-CALL ENVIRONMENTAL ASSESSMENT (CEQA) SERVICES
Requests for Proposals (RFP #12-19), for professional on-call, as-needed professional
Environmental Assessment (CEQA) services for various private and public sector development
projects located throughout the City (hereinafter the "RFP") will be received at the Office of
Procurement&Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00
P.M. LOCAL TIME, TUESDAY, APRIL 16, 2019. It is the responsibility of the respondent to see
that any proposal sent through the mail, or by any other delivery method, shall have sufficient
time to be received by this specified date and time. The receiving time in the Procurement Office
will be the governing time for acceptability of proposals. Telegraphic, telephonic, faxed or
emailed proposals will not be accepted. Late proposals will be returned unopened. Failure to
register as a Proposer to this RFP process per the instructions in the Notice Inviting Requests for
Proposals (under "Obtaining RFP Documents") may result in not receiving Addenda or other
important information pertaining to this process. Failure to acknowledge Addenda may render a
proposal as being non-responsive or negatively impact the evaluation of a proposal. We strongly
advise that interested firms officially register per the instructions in the Notice.
1. PURPOSE AND SCHEDULE: The City of Palm Springs is requesting proposals from
qualified professional firms to provide the City with on-call, as-needed professional Environmental
Assessment (CEQA) services for various private and public sector development projects located
throughout the City. It is expected that multiple firms will be selected in this process and will be
on-call for up to a five (5) year period.
SCHEDULE:
Notice requesting Proposals posted and issued ................................................. March 14, 2019
Deadline for receipt of Questions.........................................Monday, April 8, 2019, 3:00 P.M.
Deadline for receipt of Proposals......................................Tuesday, April 16, 2019, 3:00 P.M.
Short List / Interviews/, *if desired by City ......................................................... to be determined
Contract awarded by City Council..................................................................... to be determined
NOTE: There will NOT be a pre-proposal conference for this procurement.
*Dates above are subject to change.
"KEY" TO RFP ATTACHMENTS:
ATTACHMENT "A"- Signature Authorization Form, including Addenda acknowledgment.
*Must be completed and included with Work/Technical Proposal envelope.
ATTACHMENT "B"— Non Collusion Affidavit Form. *Must be completed and included with
Work/Technical Proposal envelope.
ATTACHMENT "C" — Cost Proposal Form. *Must be completed and included in a
separately sealed envelope — do NOT include this with your Work/Technical Proposal.
Page 3 of 17
ATTACHMENT "D" — No Conflict of Interest and Non-Discrimination Form. *Must be
completed and included with Work/Technical Proposal envelope.
ATTACHMENT "E" — Business Disclosure Form. *Must be completed and included with
Work/Technical Proposal envelope.
ATTACHMENT "F" —Sample boilerplate Contract Services Agreement (for reference only)
2. BACKGROUND: The City is seeking proposals from qualified professional Environmental
Assessment firms to establish a list of on-call firms to work on a variety of California Environmental
Quality Act (CEQA) compliance assessments for private and public sector development
applications processed by the City. The City anticipates that projects will range from significant
resort hotels with adjoining retail, recreation and residential components to single-family
subdivisions. The City seeks firms capable of preparing Initial Studies, Negative Declarations,
Mitigated Negative Declarations or Environmental Impact Reports on private development
projects in accordance with CEQA requirements. In addition, the City may require mitigation
monitoring services to verify compliance with adopted mitigation measures for approved projects.
Firms must have thorough knowledge of current CEQA and National Environmental Policy Act
(NEPA) regulations. All impacts including multi-species habitat, air quality, traffic, water quality,
noise, greenhouse gas emissions, archeology and regional impacts must be thoroughly assessed
and quantified and innovative, creative mitigation proposed. Full consideration of sustainability
principles relevant to California and the Coachella Valley shall be employed.
Firms shall be expected to assist with noticing and filings. Firms may be required to attend
Planning Commission and City Council meetings answer questions and defend their work.
The preparation of sound, defensible environmental assessments is the goal, but also critical is
the timely completion thereof. The City will be looking to find firms that have full technical
capabilities to handle the most complex cases and other firms capable of analyzing less complex
projects.
The City of Palm Springs is a Charter City in eastern Riverside County, CA with a population of
48,000 full-time residents. The City exclusively reserves the right to select and assign a
successful firm from the RFP process (or firms if desired) for each project as it determines
is in the best interest of the City and the specific project. As the projects remain
unapproved at this time and will vary in size and scope, there is no guarantee of work nor
is there any implied or promised rotation method for project assignments.
3. SCOPE OF SERVICES: The scope of services and principal responsibilities may include,
but are not limited to, the following (all services may or may not be necessary on each project):
All responsibilities of Lead Agency including:
1. Preliminary Review;
2. Preparation of Initial Studies, Environmental Impact Reports, and other CEQA-
related documents and notices/filings;
3. Provide thorough analyses, sound reasoning and careful judgment when determining
whether a project causes significant environmental effects;
4. Establishing thresholds of Significance; and
5. Making Mandatory Findings of Significance.
Page 4 of 17
Following decision to prepare a Negative Declaration (ND) or Mitigated Negative Declaration
(MND):
1. Prepare Notice of Intent (NOI) and ND/MND and submit to City for review/approval;
2. Circulate NOI to all parties as required by CEQA;
3. Prepare ND/MND and submit to City for review;
4. Review and respond to comments received during the comment period, if deemed
necessary;
5. Be available to present at Planning Commission and City Council meetings, if
necessary; and
6. Prepare and file Notice of Determination.
Following determination that an Environmental Impact Report (EIR) is required:
1. The EIR's shall meet all the requirements set forth in the California Environmental
Quality Act (Public Resources Code 21000 et seq.) and the State CEQA guidelines
(California Code of Regulations, section 15000 et seq.).
2. Identified impacts shall be designated as significant, insignificant, etc. pursuant to the
criteria of CEQA and the State CEQA Guidelines, and any thresholds or criteria used
by the County and City. Indirect or secondary impacts of the project shall also be
discussed and mitigation measures recommended.
3. Mitigation measures should be described in detail and should be specific to the project.
Two types of mitigation measures should be recommended: measures addressing
impacts related to the primary impacts; and measures addressing impacts related to
the secondary impacts associated with the proposed project.
4. The alternatives analysis, while mostly a qualified effort, shall make all efforts to use
or cite existing applicable detailed information to make for as meaningful a comparison
as possible to the proposed project.
It will be the responsibility of the successful firm(s) or consultant(s) to determine the necessary
staffing level required to perform the scope of services. The City will NOT provide dedicated work
space 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.
A comprehensive mitigation monitoring and reporting program, pursuant to Public Resources
Code Section 2108.6, shall be developed for applicable mitigation measures. The monitoring
program shall incorporate both monitoring by the City and reporting by the developer, with
subsequent report verification by on-site inspection, if necessary.
The consultant shall be available for a "kick off' meeting and to meet with one or more of the City
staff when given advance notice.
The consultant shall anticipate attending two (2) scoping meetings (one before EIR work begins
and one during Public Review period), and two (2) public hearings. The consultant shall be
prepared to respond to questions, make presentations and/or participate in an advisory capacity
during these meetings/hearings.
The format for all text documents, tables, charges, and illustrations shall be 8 1/2" x 11" vertical.
If oversize inclusions are necessary, they will be 11" x 17". Document covers for all related
documents shall be coordinated so they appear as a "set". As much of the technical information
as possible shall be placed in the appendices. Duplication of information of the EIR shall be
Page 5 of 17
avoided as much as possible. All hard copy administrative drafts, drafts, and final
documents shall be two-sided, black ink, on white or light recycled stock paper.
If sub-consultant firms are used for typical urban development projects assessment anticipated
to be submitted to the City of Palm Springs, identify them and provide hourly rates.
The City is not providing any specifics at this time regarding any anticipated projects that may be
contemplated in the future. This is an on-call services agreement for an extended multi-year
term. Projects will be assigned to firms as the City deems appropriate, as noted.
There are no DBE or DVBE requirements for this solicitation or the resulting agreements.
4. PROPOSAL REQUIREMENTS: The firm's proposal should describe the methodology to
be used to accomplish each of the project tasks. The proposal should also describe the work
which shall be necessary in order to satisfactorily complete the task requirements.
Please note: this RFP cannot identify each specific, individual task required to successfully and
completely implement this project. The City of Palm Springs relies on the professionalism and
competence of the selected firm to be knowledgeable of the general areas identified in the scope
of work and to include in its proposal all required tasks and subtasks, personnel commitments,
man-hours, direct and indirect costs, etc. The City of Palm Springs will not approve addenda to
the selected firm's agreement which do not involve a substantial change from the general scope
of work identified in this RFP.
5. SELECTION PROCESS: The City of Palm Springs is utilizing a Qualifications Based
Selection process to select a firm or firms to provide the services requested by this RFP. The
City shall review the proposals submitted in reply to this RFP, and a limited number of firms may
be invited to make a formal presentation at a future date. The format, selection criteria and date
of the presentation will be established at the time of short listing. Preparation of proposals in reply
to this RFP, and participation in any future presentation is at the sole expense of the firms
responding to this RFP.
6. PROPOSAL EVALUATION CRITERIA: This solicitation has been developed in the
"Request for Proposals" (RFP) format. Accordingly, firms should take note that the City will
consider multiple criteria in selecting the most qualified firm. Consistent with CA Government
Code Section 4525/4526 and Municipal Code 7.04.050 for the acquisition of Professional
Services, price is NOT an evaluation criteria. Cost proposals submitted in separate sealed
envelopes are not opened, nor considered during proposal evaluations. Upon selection of the
most qualified firms, the associated cost proposal will be used as a basis for contract negotiations.
A contract shall be negotiated on the basis of the submitted Cost Proposal, and in consideration
of fair and reasonable and mutually agreed upon project costs and time requirements.
PRIOR CITY WORK: If your firm has prior experience working with the City DO NOT assume
this prior work is known to the evaluation committee. All firms are evaluated solely on the
information contained in their proposal, information obtained from references, and presentations
if requested. All proposals must be prepared as if the evaluation committee has no knowledge of
the firm, their qualifications or past projects.
Note: A firm may submit a proposal as a Prime Consultant in response to this RFP, and
also may be listed as a Subconsultant for another Prime that is also submitting a proposal.
Page 6 of 17
However, if you are awarded a contract as a Prime Consultant, you may NOT also perform
as a Subconsultant to another Prime Consultant that also is awarded a contract.
If you are NOT awarded a contract as a Prime, you may perform as a Sub to another firm
that is awarded a contract as Prime. You may not do BOTH.
An Evaluation Committee, using the following evaluation criteria for this RFP, will evaluate all
responsive proposals to this RFP. Firms are requested to submit their proposals so that they
correspond to and are identified with the following specific evaluation criteria:
A. Firm Qualifications, Experience and Background (35 POINTS):
B. Understanding CEQA processes (40 POINTS):
C. References and Experience with Projects of Similar Size and Scope (20 POINTS):
D. Local Expertise Demonstrated on the Team (5 POINTS):
Firms that qualify as a Local Business, or employ local sub-consultants, and submit a valid
business license as more fully set forth in Section DA below, pursuant to the City of Palm
Springs Local Preference Ordinance 1756). The full local preference, five (5) points, will
be awarded to those that qualify as a Local Business. Two (2) points will be awarded to a
non-local business that employs or retains local residents and/or firms for this project. Non-
local firms that do not employ or retain any local residents and/or firms for this project shall
earn zero (0) points for this criteria.
7. PROPOSAL CONTENTS: Firms are requested to format their proposals so that responses
correspond directly to, and are identified with, the specific evaluation criteria stated in Section 6
5 above. The proposals must be in an 8 % X 11 format, minimum 10pt font size, minimum
%" margins, and may be no more than a total of twenty five (25) sheets of paper, which
may be double-sided, including cover letters, organization charts, staff resumes, appendices,
and any exceptions to the language in the sample agreement or to the insurance requirements.
NOTE: Dividers, Attachments "A","B", "D" and "E" and Addenda acknowledgments, and the Cost
Proposal (*in a separate sealed envelope) do NOT count toward the limit (everything else does).
Interested firms shall submit SIX (6) copies (one marked "Original" plus five (5) copies) of
both your Technical/Work Proposal and your Cost Proposal, and one (1)Thumb Drive or CD of
the entire proposal (including the Cost Proposal), by the deadline.
All proposals shall be sealed within one package and be clearly marked, "RFP #12-19,
REQUESTS FOR PROPOSALS FOR ON-CALL ENVIRONMENTAL ASSESSMENT (CEQA)
SERVICES". Within the sealed proposal package, the Cost Proposal shall be separately sealed
from the Work Proposal. Proposals not meeting the above criteria may be found to be non-
responsive.
EACH PROPOSAL PACKAGE MUST INCLUDE TWO (2) SEPARATELY SEALED
ENVELOPES:
Envelope #1, clearly marked "Work Proposal", shall include the following items:
• Completed Signature authorization and Addenda Acknowledgment (see Attachment A)
• Completed, and notarized, Affidavit of Non-Collusion (see Attachment B)
• If applicable, your specific request for Local Preference (reference Attachment A) and a copy
of a valid business license from a jurisdiction in the Coachella Valley.
• Completed No Conflict of Interest and Non-Discrimination Form (Attachment D)
Page 7 of 17
• Completed Public Integrity - Business Disclosure Form (Attachment E)
In addition to the items above, at a minimum, firms must provide the information identified below.
All such information shall be presented in a format that directly corresponds to the numbering
scheme identified here
SECTION A: FIRM QUALIFICATIONS, PROJECT TEAM, EXPERIENCE AND BACKGROUND
A.1 State your firm's complete name, type of firm (individual, partnership, corporation or other),
telephone number, FAX number, contact person and E-mail address. If a corporation, indicate
the state the corporation was organized under.
A.2. State the name and title of the firm's principal officer with the authority to bind your company
in a contractual agreement.
A.3 Describe your firm's background and qualifications in the type of effort that this project will
require, specifically identifying experience with providing environmental assessment services for
public agencies.
A.4 List the name, qualifications and availability of the key staff/team members that will be
assigned to this project. Provide detailed qualifications of the lead Representative or Project
Manager that will be assigned to this project.
A.5 Indicate the name of any sub-consultant firms that will be utilized to make up your team.
Describe each sub-consultant's background and specific expertise that they bring to this project.
Note that it is acceptable to include a range of sub-consultants to ensure availability, however,
and substitutions of sub consultants must be approved in advance by the City's Director of
Planning Services.
SECTION B: UNDERSTANDING CEQA AND NEPA REQUIREMENTS AND PROCESSES
B.1 Describe in detail the steps that your firm would follow to provide environmental assessment
services, including your work plan process and methodology.
B.2 Identify your ability to ensure that projects are completed within your client's budget and the
measures taken in successfully completing all phases of a project.
B.3 Identify project management tools you propose to use to keep both your own staff on track
and the City staff cognizant of current project status.
B.4 Identify an EIR, carried out in a desert environment, for which your firm and the staff
proposed for this contract provided environmental assessment services, and describe how you
applied your firm's skills and abilities in the following areas:
(a) Responsiveness and attentiveness to client needs;
(b) Creative ability;
(c) Knowledge and understanding of the latest CEQA requirements;
(d) Analytical capability;
(e) Oral and written communication skills;
(f) Interaction with client's organization, i.e., other divisions and personnel
Page 8 of 17
(g) Sensitivity to funding constraints
SECTION C: REFERENCES AND EXPERIENCE WITH PROJECTS OF SIMILAR SIZE AND
SCOPE
C.1 Provide a minimum of three (3) references for recently completed environmental assessment
services for projects of a similar size and scope where the key personnel identified above provided
the professional services required. At least two (2) of the references shall be for
public/government agency projects, preferably in a desert climate. Provide contact information,
including full name and a current phone number, for each project identified.
C.2 For the representative successful projects completed, explain what key issues/challenges
you faced and how you solved them. Also, please comment on the project budgeting for each.
SECTION D: LOCAL EXPERTISE DEMONSTRATED ON THE TEAM
D.1 Pursuant to the City of Palm Springs Local Preference Ordinance 1756, in awarding
contracts for services, including consultant services, preference to a Local Business shall be given
whenever practicable and to the extent consistent with the law and interests of the public. The
term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical
business address located within the Coachella Valley, at least six months prior to bid or proposal
opening date, from which the vendor, contractor, or consultant operates or performs business on
a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella
Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San
Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the
east and north. For the purposes of this definition, "Coachella Valley" includes the cities of
Beaumont and Banning and the unincorporated areas between Banning and the City of Palm
Springs. Post office boxes are not verifiable and shall not be used for the purpose of establishing
such physical address.
The contractor or consultant will also, to the extent legally possible, solicit applications for
employment and proposals for subcontractors and sub consultants for work associated with the
proposed contract from local residents and firms as opportunities occur and hire qualified local
residents and firms whenever feasible.
In order for a business to be eligible to claim the preference, the business MUST request the
preference in the Solicitation response(see Attachment A)and provide a copy of its current
business license(or of those it employs for this project)from a jurisdiction in the Coachella
Valley with its proposal.
ENVELOPE#2, clearly marked "Cost Proposal", shall include a fully completed and signed
"Cost Proposal/Rates" form, Attachment "C", as provided by the City.
• List the hourly rate for all classifications of personnel who may work on a Project for the City
of Palm Springs.
• List the hourly rate for all classifications of personnel of sub consultants.
• List any reimbursable expenses the City may incur.
• List any additional costs, such as drive time, that the City may incur in conjunction with the
performance.
Page 9 of 17
• Do NOT include Attachments "A", "B", "D, or "E" in the Cost Proposal, Envelope#2.
Attachments "A", "B", "D" and "E" are to be included in Envelope #1, "Work Proposal".
DEADLINE FOR SUBMISSION OF PROPOSALS: Proposals will be received in the City of
Palm Springs, Office of Procurement and Contracting until 3:00 P.M., LOCAL TIME, TUESDAY,
APRIL 16, 2019. Proof of receipt before the deadline is a City of Palm Springs, Office of
Procurement and Contracting time/date stamp. It is the responsibility of the firms replying to this
RFP to see that any proposal sent through the mail, or via any other delivery method, shall have
sufficient time to be received by the Procurement Office prior to the proposal due date and time.
Late proposals will be returned to the firm unopened. Proposals shall be clearly marked and
identified and must be submitted to:
City of Palm Springs
Procurement and Contracting Department
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
Attn: Craig Gladders, C.P.M., Procurement & Contracting Manager
QUESTIONS: Firms, 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 RFP other
than as directed below. Contact with anyone other than as directed below WILL be cause
for rejection of a proposal.
Any questions, technical or otherwise, pertaining to this RFP must be submitted IN WRITING
and directed ONLY to:
Craig Gladders, C.P.M.
Procurement & Contracting Manager
3200 East Tahquitz Canyon Way
Palm Springs, CA 92262
via FAX (760) 323-8238
or via EMAIL: Craig.Gladders(cDpalmspringsca.gov
Interpretations or clarifications considered necessary in response to such questions will be
resolved by the issuance of formal Addenda to the RFP. The deadline for all questions is 3:00
P.M., Local Time, Monday, April 8, 2019. 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.
FORM OF AGREEMENT: 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 Attachment "F"). Please note that Exhibits A, B, C, D
and E are intentionally not complete in the attached document. These exhibits will be negotiated
with the selected firm, and will appear in the final Professional Services Agreement executed
between the parties. Requested changes to the Professional Services Agreement may not be
approved, and the selected firm must ensure that the attached document will be executed.
Page 10 of 17
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
proposal in response to this RFP. Firms that submit a proposal in response to this RFP shall
certify the following:
a) 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.
b) Covenant Against Discrimination. In connection with its performance under this
Agreement, Contractor 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"). Contractor
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, Contractor
certifies that its actions and omissions hereunder shall not incorporate any discrimination
arising from or related to any prohibited basis in any Contractor 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 Contractor 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.
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 Proposer 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 Proposer, and so on.
The term of the agreements that are awarded as a result of this RFP shall be in effect for three
(3) years with two (2) one year extension options.
AWARD OF CONTRACT: It is the City's intent to award a contract to the firm or firms that can
provide all of the services identified in the RFP document. However, the City reserves the right
to award a contract to multiple Respondents or to a single Respondent, or to make no award,
whichever is in the best interest of the City. It is anticipated that award of the contract(s) will
occur at the next regularly scheduled City Council meeting after the evaluation committee has
made its final selection of the firm(s) to be recommended for award and contracts have been
negotiated and agendized for consideration. The decision of the City Council will be final. The
City exclusively reserves the right to select and assign a successful firm from the RFP
Page I I of 17
process (or firms if desired) for each project as it determines is in the best interest of the
City and the specific project. As the projects remain unapproved at this time and will vary
in size and scope, there is no guarantee of work nor is there any implied or promised
rotation method for project assignments.
RIGHT TO ACCEPT OR REJECT PROPOSALS: The City of Palm Springs reserves the right to
waive any informality or technical defect in a proposal and to accept or reject, in whole or in part,
any or all proposals and to cancel all or part of this RFP and seek new proposals, 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.
INSURANCE: Insurance provisions are contained in the Standard Contract Services sample
agreement included in the RFP. The successful Proposer will be required to comply with these
provisions. It is recommended that Proposers have their insurance provider review the insurance
provisions BEFORE they submit their proposal.
RESPONSIBILITY OF PROPOSER: All firms responding to this RFP 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 RFP
without an authorized signature, falsified any information in the proposal package, etc.), the
proposal shall be rejected.
PUBLIC RECORD: 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 6250 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 6255 during
the negotiation process, may be made public after the City's negotiations are completed, and staff
has recommended to the City Council the award of a contract to a specific firm, but before final
action is taken by the City Council to award the contract.
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 proposal 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.
If a submitting party contends that a portion of the proposal 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 proposal 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 proposal or other
information or documents submitted to the City as part of this RFP process. NOTE THAT THE
CITY MAY NOT RECOGNIZE PROPOSALS WHERE ALL OF THE INFORMATION, VIA A
BLANKET STATEMENT, IS SUBMITTED AS PROPRIETARY INFORMATION OR A TRADE
SECRET. SUCH PROPOSALS MAY BE FOUND NON-RESPONSIVE.
Page 12 of 17
COST RELATED TO PROPOSAL PREPARATION: The City will NOT be responsible for any
costs incurred by any firm responding to this RFP in the preparation of their proposal or
participation in any presentation if requested, or any other aspects of the entire RFP process.
COMPLIANCE WITH LAW: Proposer 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.
LICENSES, PERMITS, FEES, AND ASSESSMENTS: Proposer 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
RFP. Proposer represents and warrants to City that Proposer 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 Proposer to perform the Work and Services
under the Agreement if so awarded. Proposer 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 Proposer's performance of the Work and Services required
under the Agreement if so awarded. Proposer 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.
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".
INVESTIGATIONS: The City reserves the right to make such investigations as it deems
necessary to determine the ability of the firms responding to this RFP 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 proposal 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.
PROPOSALS TO REMAIN OPEN: The Proposer shall guarantee that all contents of their
proposal shall be valid for a period of 120 calendar days from the due date of proposals.
SIGNED PROPOSAL AND EXCEPTIONS: Submission of a signed proposal will be interpreted
to mean that the firm responding to this RFP has hereby agreed to all the terms and conditions
set forth in all of the sheets which make up this Request for Proposals, and any attached sample
agreement. Exceptions to any of the language in either the RFP documents or attached sample
agreement, including the insurance requirements, must be included in the proposal and clearly
defined. Exceptions to the City's RFP document or standard boilerplate language, insurance
requirements, terms or conditions may be considered in the evaluation process; however, the City
makes no guarantee that any exceptions will be approved.
Page 13 of 17
ATTACHMENT "A"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK
PROPOSAL (Envelope #1)*
REQUESTS FOR PROPOSALS (RFP) # 12-19
ON-CALL ENVIRONMENTAL ASSESSMENT (CEQA) SERVICES
SIGNATURE AUTHORIZATION
NAME OF COMPANY (PROPOSER):
BUSINESS
ADDRESS:
TELEPHONE: CELL PHONE FAX
CONTACTPERSON EMAIL ADDRESS
A. I hereby certify that I have the authority to submit this Proposal to the City of Palm Springs
for the above listed individual or company. I certify that I have the authority to bind myself/this
company in a contract should I be successful in my proposal.
PRINTED NAME AND TITLE
SIGNATURE AND DATE
B. The following information relates to the legal contractor listed above, whether an individual or
a company. Place check marks as appropriate:
1. If successful, the contract language should refer to me/my company as:
An individual;
A partnership, Partners' names:
A company;
A corporation If a corporation, organized in the state of:
2. My tax identification number is:
Please check below IF your firm qualifies as a Local Business as defined in the RFP:
A Local Business (licensed within the jurisdiction of the Coachella Valley).
Copy of current business license is required to be attached to this document.
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the
acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your proposal
being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addenda:
Addendum(s)# is/are hereby acknowledged.
Page 14 of 17
ATTACHMENT "B"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK PROPOSAL
(Envelope#1)*
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY
PROPOSER AND SUBMITTED WITH PROPOSAL
STATE OF CALIFORNIA) ss
COUNTY OF RIVERSIDE)
The undersigned,being first duly sworn, deposes and says that he or she is
of .the party making the foregoing
Proposal. That the Proposal is not made in the interests of, or on the behalf of,any undisclosed person,
partnership, company, association, organization, or corporation; that the Proposal is genuine and not
collusive or sham;that the Proposer has not directly or indirectly induced or solicited any other Proposer
to put in a false or sham Proposal, and has not directly or indirectly colluded, conspired, connived, or
agreed with any Proposer or anyone else to put in a sham Proposal, or that anyone shall refrain from
Proposing; that the Proposer has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the Proposal price of the Proposer or any other
Proposer, or to fix any overhead, profit, or cost element of the Proposal price, or of that of any other
Proposer,or to secure any advantage against the public body awarding the contract of anyone interested
in the proposed contract; that all statements contained in the Proposal are true; and, further, that the
Proposer has not, directly or indirectly, submitted his or her Proposal price or any breakdown thereof,
or the contents thereof,or divulged information or data relative thereof,or paid,and will not pay,any fee
to any corporation, partnership, company, association, organization, Proposal depository, or any other
member or agent thereof to effectuate a collusive or sham Proposal.
By:
Title:
Subscribed and sworn to before me this day of . 2019.
Page 15 of 17
ATTACHMENT "C"
COST PROPOSAL/RATES
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COST PROPOSAL (Envelope #2)*
*If necessary, you may attach additional sheets.
REQUEST FOR PROPOSAL (RFP #12-19)
ON-CALL ENVIRONMENTAL ASSESSMENT (CEQA) SERVICES
Responding to Request for Proposal No. 12-19 for providing on-call Environmental Assessment
Services, I/WE the undersigned will accept the following hourly rates and other costs as defined, for
providing the services as defined within the Scope of Services:
PRIM CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE:
SUB CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE:
Reimbursable Expenses the City will be charged (if any) must be identified below: (note that
consultants may not charge the city for any expenses that are not defined this Cost Proposal
and included in the final Schedule of Compensation as mutually agreed to in the contract, if
awarded*).
REIMBURSABLE EXPENSE: Cost/Rate:
Page 16 of 17
$
$
$
Any other expenses, not otherwise defined above, that the City would be charged in the
performance of the scope of services (if any) must be identified below: (note that consultants
may not charge the city for any expenses that are not defined this Cost Proposal and included
in the final Schedule of Compensation as mutually agreed to in the contract, if awarded*).
OTHER EXPENSES: Cost/Rate:
PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS:
For the initial three (3) years of the Agreement term, the hourly rates and other unit costs are fixed.
For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of
Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12
month period effective on the anniversary date. Optional renewal years 4 and 5, and any associated
CPI increase, are at the mutual consent of the City and the Contractor.
NOTE: This page MUST be manually signed.
Certified by:
Firm Name
Signature of Authorized Person
Printed Name
Title
Date
Page 17 of 17
EXHIBIT"C"
CONSULTANT'S PROPOSAL
Page 47 of 49
P4A
CALIFORNIAfy
Like no • •
4n springs
Statement of Qualifications
On-Call Environmental Assessment
haelBakerCEQA) Services
INTERNATIONAL RFP #12-19
z
e
The Mission of Michael Baker International is to be the best engineering, planning,
consulting, and professional services company in the industry,where we make a
difference by continuously innovating and delivering outstanding service to our clients
and providing our people with fulfilling careers where they attain personal and
professional satisfaction and make a demonstrable difference in the communities in
which we live and serve.
Mission Statement
Michael Baker
We Make A Difference
I N T E R N A T 1 0 N A L
April 15, 2019
Mr. Craig L.Gladders,CPM
Procurement and Contracting Manager
City of Palm Springs
Procurement and Contracting Office
3200 East Tahquitz Canyon Way
Palm Springs,CA 92262
RE: RFP#12-19,REQUEST FOR PROPOSALS FOR ON-CALL ENVIRONMENTAL ASSESSMENT(CEQA)
SERVICES
Dear Mr.Gladders,
Michael Baker International(Michael Baker)is pleased to present this proposal to the City of Palm Springs for the
On-Call Environmental Consulting Services project. We are proud of our reputation in the Coachella Valley,
providing multi-discipline consulting services for completing major development and infrastructure projects over the
past 30+years. Michael Baker will build on our past experience to deliver sound,defensible environmental
assessments resulting from the On-Call Services in the most efficient and timely way possible.
By selecting the Michael Baker Team,the City will be gaining an experienced team of proven professionals that has
successfully delivered a number of environmental document projects for the benefit of the valley residents and
agencies. Advantages that distinguish the Michael Baker Team are:
Expert Leadership. Project Manager,Darren Edgington brings more than 29 years of diverse and challenging work experience in
environmental and land planning. His broad experience includes project management for: CEQA/NEPA and other Environmental
Documents,as well as,specific plans and planned developments. Mr. Edgington will provide the day-to-day oversight of any Tasks
resulting from this On-Call,and will serve as the City's main point of contact for the duration.
Local Knowledge. Michael Baker has completed numerous environmental documents throughout the Coachella Valley,fostering
an excellent understanding of the special needs and criteria surrounding a desert environment,as well as the environmental and
multi-agency coordination required to successfully obtain CEQA/NEPA or environmental documentation.
Specialized Project Team. To better serve the City with a more comprehensive project team,we have teamed with BCR
Consulting to provide cultural resources,and a local geotechnical firm, Petra Geotechnical.
Our proposal was prepared in compliance with the City's Request for Proposal (RFP), including our cost proposal
provided in a separate envelope. This proposal is valid for 120 calendar days from April 16,2019. Additionally,we
acknowledge the release of Addenda#1.
We look forward to assisting the City in its mission to provide a cleaner,safer and more sustainable environment for
all its inhabitants. Please contact me at 760/341-6110,or Darren Edgington at 951/506-2083,to discuss any aspect
of this Proposal.
Respectfully submitted,
r
Christopher Alberts,PLS rren dgington, /P-IT, EED AP
Vice President/Palm Desert Office Manager Project Mana eer
75-410 Gerald Ford Drive,Suite 100
MBAKERINTL.COM Palm Desert,CA 92211
Office:760-346-74811 Fax:760-346-8315
On-Call Environmental Assessment (CEQA) Services
R F P #12-19 YA 6'u��f 1V16
CALIFORNIA
Like no place else
Table of Contents
Cover Letter
A. Firm Qualifications, Experience and Background.............................................................................1
A.1 Firm's Background Information.................................................................................................1
A.2 Principal Officer......................................................................................................................... 1
A.3 Background and Qualifications..................................................................................................1
A.4 Key Staff....................................................................................................................................6
A.5 Subconsultant Support............................................................................................................10
B. Understanding CEQA Processes.....................................................................................................11
B.1 Environmental Assessment Services.......................................................................................11
B.2 Quality and Budget Control.....................................................................................................16
B.3 Communication Plan ...............................................................................................................18
B.4 Desert Environmental EIR Example......................................................................................... 19
C. Project Experience with References...............................................................................................21
C.1 References...............................................................................................................................21
C.2 Representative Projects ..........................................................................................................21
D. Local Expertise/ Exceptions...........................................................................................................29
Appendix
Attachment A—Signature Authorization Form........................................................................33
Attachment B— Non-Collusion Affidavit Form.........................................................................34
Attachment D—No Conflict of Interest and Non-Discrimination Form...................................36
Attachment E—Public Integrity Disclosure Form.....................................................................37
Cost Proposal.......................................................................................(Submitted under separate envelope.)
Page
I N T E R N A T I O N A L
m
x
D
: T
• 7 3.
a
CALIFORNIA
v0)
n a
00 0
O
O 5
Like no place else.
a
A . Firm Qualifications ,
Experience and Background
Michael Baker _ _
On-Call Environmental Assessment (CEQA) Services
RFP #12-19 ua!,5 J
CALIFORNIA
Like no place else'"
Section A Firm Qualifications,Project Team,Experience and
Background
A.1 Firm's Background Information
Brief History: Michael Baker International(Michael Baker),a Pennsylvania Corporation,is a full-
INTERNATIONAL
service planning,engineering,design,and construction firm working with both public and
private sector clients. The firm maintains a professional staff of more than 589 employees
located in 13 offices throughout California. Michael
Baker offers the resources of more than 3,000 x
employees in 90 global office locations. Michael Michael Baker International
Baker is a strong,financially stable firm,operating
continuously since its founding in 1940.The firm has 75-410 Gerald Ford Drive
served public and private sector clients in southern Suite 100
California for 78 years. Palm Desert, CA 92211
Ph. 7601346-7481
Michael Baker's team of professionals offers Fx. 7601346-8315
expertise in environmental services, land use Firm Principal and Principal
planning,urban design, public outreach,landscape In-Charge/Chris Alberts
architecture,GIS,transportation and traffic planning
and engineering;storm water and water quality calberts@mbakerintl.com
engineering;civil,structural,mechanical,and
electrical engineering;survey and mapping;water
and wastewater engineering;and construction
management services.
Michael Baker's service commitment to our clients: To be the best engineering, planning,
consulting,and professional services company in the industry,where we make a difference by
continuously innovating and delivering outstanding service to our clients and providing our
people with fulfilling careers where they attain personal and professional satisfaction and make
a demonstrable difference in the communities in which we live and serve.
A.2 Principal Officer
ChrisA/berts,PLS,is the Firm Principal directly in charge of the Palm Desert Office operations.
Mr.Alberts has been a resident of the Coachella Valley for over 15 years and is strongly vested
in its development and success. Mr.Alberts will also serve as Principal In Charge for the Palm
Springs On-Call Environmental Consulting Services project.
A.3 Background and Qualifications
Michael Baker International(Michael Baker)is recognized as an innovative and strategic partner
in the preparation and processing of environmental documents and supporting technical
studies. We have successfully completed hundreds of environmental documents in compliance
with CEQA and NEPA for public agency clients. We have prepared environmental documents
for virtually any type of project the City may encounter,from land development/planning
entitlements projects to long-range plans and programs to public works and capital
I N T E R N A T I O N A L P a g e I Z
On-Call Environmental Assessment (CEQA) Services
tt, RFP #12-19
CALIiORNIA
Like eo place else'"
improvement projects. We coordinate regularly with local,State and Federal regulatory
agencies both during the environmental process and in acquiring regulatory permits/approvals
for our clients. A description of our extensive capabilities providing environmental services to
our clients is provided below.
Environmental(CEQA Advising,Peer Review,IS/MND and EIR Preparation): Environmental
documents prepared at Michael Baker address the full spectrum of environmental and technical
issues,with in-house specialists providing technical evaluation for traffic and transportation,
flood control and drainage,air quality,climate change,noise,land use,socioeconomics, utilities
and services,energy conservation,biological resources,cultural resources,visual and aesthetic
effects, relevant planning, Phase I hazardous materials, neighborhood and construction effects,
landform modification,agricultural suitability and many other environmental issue areas.
Michael Baker produces environmental documents that `s
are sensitive to both the public's concern for resource JA
protection and community impacts,as well as real-world '
issues associated with cost and feasibility of
implementing mitigation measures. Michael Baker's
environmental task managers have a broad resume of
project experience in urban and rural communities and
have worked on numerous complex projects requiring
technical expertise,creative solutions,and development
of effective and workable mitigation. Our team has a thorough understanding of CEQA, NEPA,
the Endangered Species Act,Clean Water Act,Clean Air Act,National Historic Preservation Act,
and other local,State,and Federal regulations.
Michael Baker also provides peer review of environmental documents and technical studies that
are supported by professionals with expertise in acoustics,air quality,climate change,
traffic/transportation, hydrology,water quality,water/wastewater, landscape architecture,
urban design,policy planning,structural design,civil engineering,GIS,mapping,and surveying.
As-Needed On-Call Services: Michael Baker takes great pride in our long-standing history of
providing both as-needed and "extension of staff'services for public sector clients. In southern
California,we have provided these services to the following agencies,among others:
• Cambria Community Services District • City of Palm Springs
• City of Anaheim • City of Rancho Mirage
• City of Azusa • City of San Bernardino
• City of Chino Hills • City of San Diego(City/County/Port
• City of Colton Rotation)
• City of Cypress • City of Santa Ana
• City of El Segundo • City of Temecula
• City of Fontana • City of Westminster
• City of Hemet • County of Los Angeles
• City of Irvine • County of Orange
• City of Lancaster • County of Riverside
• City of Long Beach • County of San Bernardino
• City of Menifee • Port of Long Beach
• City of Moreno Valley • Western Riverside Council of
• City of Palmdale Governments
P a g e 1 2 1 N T E R N A T 1 0 N A L
On-Call Environmental Assessment (CEQA) Services qt
/
R F P #12-19 1 J J
CALiFORN1A
Like no place else-
Our staff is accustomed to meeting demanding project schedules by pooling our resources from
skilled staff throughout the region,when necessary,to ensure our clients are given the highest
quality of service and on-time performance.
Air Quality Studies/Health Risk Assessments: Michael Baker utilizes
air quality models that are developed by the U.S.Environmental
Protection Agency,California Air Resources Board,and local Air
Pollution Control Districts. Michael Baker's air quality services
include project-specific analysis of regulatory impacts,short-term
construction emissions, long-term operational emissions,and
computer modeling of source-specific pollutant emissions and
dispersion analysis. Additionally, Michael Baker has carried out
mitigation programs for commercial,transportation,and industrial
projects,as well as General Plan Air Quality Elements.
Michael Baker also prepares Health Risk Assessments(HRA)in
accordance with U.S. Environmental Protection Agency and the
California Office of Environmental Health Hazard Assessment(OEHHA)guidelines to evaluate
potential health risks associated with Toxic Air Contaminants(TAC). Our capabilities include
emission inventory preparation,meteorological air dispersion modeling,and risk calculation.
Greenhouse Gas Studies: Michael Baker's climate change experts are at the forefront in
developing sound scientific regulatory assessments and strategies within the rapidly changing
regulatory environment. We advise both government and private industry on greenhouse gas
(GHG)policies and methodologies and the impact that they have on the new carbon
constrained business future. To ensure a sustainable future,there is a great need to
understand and manage GHG emissions in ways that promote economic growth. As the climate
change debate and private sector market solutions evolve, Michael Baker continues to offer its
clients unparalleled analytical, policy,and business management services.
Michael Baker has developed proprietary models for quantifying and analyzing GHG's from a
variety of direct and indirect sources including construction,vehicular traffic,electricity
consumption,water conveyance,and sewage treatment. Michael Baker's analyses recommend
innovative GHG/air pollutant reduction methods during the construction and operation of a
project,conduct advanced dispersion modeling, investigate the use of renewable energy
sources/energy efficient products,and quantify the benefits of resource conservation(i.e.,
electricity usage and recycling).
Biological Resources Michael Baker has expert in-house biologists experienced in the Federal
and State Endangered Species Acts,the Migratory Bird Treaty Act,the California Department of
!� Fish and Game Code,the Clean Water Act,and biological analyses under CEQA and NEPA.
Michael Baker's relationships with wildlife agencies,regulatory agencies,federal land managers,
and various conservation groups allow the firm to serve as a liaison between the applicant and
these agencies/organizations. Michael Baker's biological team has decades of experience in the
biological consulting process. Valued services provided by Michael Baker include conducting
habitat assessments to characterize the biological features of an area,rapidly identifying any
sensitive features,suggesting a compliance strategy to resolve identified impacts,and working
with the client to make sure their planning needs are met while meeting permitting and
mitigation requirements. Michael Baker biologists prepare general biological inventories,
endangered species/sensitive plant surveys,and biological monitoring. In consultation with
Page 13
1 N T E R N A T 1 0 N A L
On-Call Environmental Assessment (CEQA) Services
a Wt yrlm� R F P #12-19
CAUfORNiA
Like no ploce else."
resource agencies,Michael Baker staff has extensive experience in mitigating biological
resources impacts through restoration/revegetation and conservation/mitigation banking.
Hazardous Materials/Environmental Site Assessment: Michael Baker provides a range of
Hazardous Materials Assessments to meet our clients'needs for various project types. Michael
Baker has prepared hundreds of Phase I Hazardous Materials Assessments for a variety of
projects throughout California utilizing the American Society for Testing&Materials(ASTM)
standards for commercial real estate transactions(E1527-05 and E1528-06),All Appropriate
Inquiry(AAI),as well as appropriate protocol from lending institutions and regulatory agencies.
The comprehensive capabilities and professional experience of our in-house staff allows
Michael Baker to effectively and efficiently complete Hazardous Materials Assessments for any
type of property.
Michael Baker's capabilities include Phase I Environmental Site Assessments(ASTM E1527-05),
Transaction Screens(ASTM E1528-06),Preliminary Hazardous Materials Assessments,
Environmental Baselines Surveys(for the United States Department of Navy),and Initial Site
Assessments(for Caltrans).
Visual,Shade/Shadow,Graphics,Line of Sight,and Photosimulations: Michael Baker provides
visual simulation studies for aesthetic and visual impact evaluation. Simulations produced by
Michael Baker range from simple photo composite/3-D massing studies to full photorealistic
depictions. Michael Baker uses state-of-the-art software and advanced techniques such as
metric photogrammetry and Real Time Kinematic(RTK)global positioning. Data is processed
using state-of-art computer techniques into high-quality graphics that allow the public to
understand the visual impacts of a project.
Michael Baker provides
dynamic views of proposed
developments through the
use of animations and •-- --•� - •--
Matchmove technology(the �
process of combining
computer animation with
video). Animations provide
visual analysis while moving
through or around a project on
foot,in a vehicle,or plane.
Additionally,Michael Baker
has the capabilities to perform
viewshed analyses that may be
utilized to determine whether or not project features are visible within a one-mile radius. The
viewshed map is created using Geographic Information Systems(GIS)technology and may
include Digital Surface Model (DSM)data. DSM data allows Michael Baker to determine view
blockage resulting from existing structures,terrain,and landscaping(i.e., large trees).
Michael Baker also prepares shade and shadow analyses by overlaying shadow diagrams on a
base map that show the building footprints of the project and the surrounding buildings. The
intent of this work is to illustrate any change in shadow patterns that would be directly
attributable to the project,and to visually demonstrate the effect of these shadows on
surrounding land uses, particularly any adjacent residential or other sensitive uses.
Page ) 4
I N T E R N A T I O N A L
On-Call Environmental Assessment (CEQA) Services
R F P #12-19 a t
CALIFORNIA
Like m place else"
Hydrology/Water Quality: Michael Baker has a broad base of experience that can provide a wide
variety of services to meet the challenges associated with storm water quality. Current projects
give the Michael Baker Team a unique and clear understanding of the requirements that the
regulated community faces in complying with court orders,fulfilling National Pollutant
Discharge Elimination System(NPDES)Permit obligations,and other related storm water
activities.
Michael Baker's storm water quality capabilities include the identification of constituents of
concern,research relative to Best Management Practices(BMP)effectiveness,BMP siting,
design,construction,construction management and operation,and maintenance and
monitoring. Furthermore,Michael Baker has completed studies relative to BMP effectiveness
and cost including prototype studies relative to operation and maintenance cost and capital
costs evaluation for new construction and retrofit construction.
Noise and Vibration: Michael Baker's acoustical I�� �� ..• ,.
services include instrument-assisted noise and
vibration field surveys,commercial and industrial l
stationary sources noise impact analyses, Federal
Highway Administration(FHWA)computer modeling of
motor vehicle noise impacts for roadway and freeway
projects,and rail noise impact analysis. Michael
Baker's acoustical staff also evaluates sound insulation
performance,manufacturing and industrial noise
impact mitigation,building exterior and interior sound
and vibration isolation analysis, room acoustics,and s:r
prepares General Plan Noise Elements. Services
typically provided include technical analysis for NEPA or =dL=__�
CEQA documents,or focused studies used in planning
and civil design projects.
Traffic/Parking/Circulation: Michael Baker emphasizes traffic planning and design techniques to
satisfy the requirements of the study site and the adjacent areas. This is accomplished by
utilizing any or all of the following external study site traffic analyses.
• Traffic Generation
• Directional Distribution of Traffic
• Access Design Criteria
• Traffic Signal Considerations
• Adjacent Land Access Needs
• Impact on Existing Streets
• Evaluation of Alternate Designs
• Intersection Capacity Utilization
• Vehicle Miles Traveled/SB 743
Michael Baker's goal is to achieve safe and efficient movement of vehicles and plan adequate
parking facilities for the projected land uses and economic growth. Pedestrian safety and
movement is factored into the overall plan. Currently,Michael Baker utilizes traffic models
derived from data collected at peak intervals to capture the current performance of the traffic
system and simulate potential need.It should be noted that our scope of services
accommodates recent updates to the CEQA Guidelines in December 2018.This scope assumes
that further coordination with City staff will be required to determine the appropriate
: - Page 15
INTERNATIONAL
q On-Call Environmental Assessment (CEQA) Services
►a D115Xi� R F P #12-19
CALIFORNIA
Like no place else'"
methodology for the analysis of traffic impacts,in light of pending updates to CEQA under
Senate Bill 743.Michael Baker anticipates the potential use of vehicle miles traveled(VMT)
based thresholds in the environmental compliance documentation.
Cultural Resources/Architectural History: The National Historic Preservation Act(NHPA)of 1966
and the NEPA of 1969,as well as a variety of State and local regulations,require planners to
consider the effects of federally funded or permitted projects on archaeological and historic
properties. Since 1991, Michael Baker's cultural resources specialists have skillfully and
efficiently guided clients through the complexity of Section 106 requirements and the NEPA
regulatory process. With the recent passage of Assembly Bill 52,Michael Baker's staff is
prepared to assist local agencies in California with tribal consultation. Michael Baker's cultural
resources specialists are uniquely qualified to meet all of your project needs. Key personnel
meet the Secretary of the Interior's Standards and Guidelines,Professional Qualification
Standards for History,Archaeology,and Architectural History.
Cultural Resources. Michael Baker's Cultural Resources subconsultant(BCR Consulting)has
decades of collective experience in the full range of support of clients throughout the United
States.This long-term involvement has resulted in thorough knowledge of state and Federal
guidelines for cultural resources management.Our archaeologists,architectural historians,
historians,and applied anthropologists consistently work with clients to ensure compliance with
the interrelated requirements of the National Historic Preservation Act(NHPA), NEPA,
Archaeological Resources Protection Act(ARPA), Native American Graves Protection and
Repatriation Act(NAGPRA),American Indian Religious Freedom Act(AIRFA),as well as state and
local regulations.
A.4 Key Staff
The Michael Baker Team is prepared to commit its personnel and its resources to serving the
City of Palm Springs by providing On-Call Environmental Services. Our team of professionals is
well balanced and experienced in working together on many successful projects. The key
personnel assigned to this project have functioned in similar responsible positions and have
worked on numerous projects together.
Project Manager
The City of Palm Springs On-Call Environmental Services contract will be managed by Mr. Darren
EdgingWn. Mr. Edgington brings more than 20 years of diverse and challenging work
experience in environmental and land planning. His broad experience includes project
management for CEQA/NEPA and other Environmental Documents,as well as,experience with
specific plans and planned development projects and entitlement. Mr. Edgington will provide
the day-to-day oversight of any Tasks resulting from this On-Call and will serve as the City's main
point of contact for the duration.
Following the Project Team's Organization Chart is a matrix providing substantiating information
on our Staff's qualifications to provide environmental services to the City.
Page 16
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services /
RFP #12-19 ab11J�{�1��
CALIFORNIA .JJ
Like no place else`
Organization Chart
4PAM5 CIR
CALIFORN
Like no place else:'
Christopher Alberts, PLS ; Rameeta Garewal
PROJECTMANAGER/CONTRACT
Darren Edgington, CEP-IT, LEED AP
PROJECTDEPUTY
Peter Minegar, CEP-IT "
TASK LEADER(S)
Darren Edgington,CEP-IT, LEED AP
Emily Elliott
Peter Minegar,CEP-IT'
'Denotes Key Staff
SUPPORTTECHNICAL
CEQA I NEPA i GENERAL ENVIRONMENTAL PUBLIC OUTREACH
Starla Barker,AICP' Sin Champion
Peter Minegar,CEP-IT FLOODPLAIN I HYDROLOGY
Emily Elliot Tanya Bilezikjian,PE,QSD/QSP'
Renee Gleason,CEP-IT
AIR/NOISE I GHG VISUAL RESOURCESMAZARDOUS MATERIALS
Eddie Torres,INCE' Kristen Bogue
Alex Pohlman,EIT,LEED AP TRAFFIC
BIOLOGY I REGULATORY/PERMITTING Carla Dietrich,PTOE
Tom Millington' GIS MAPPING
Ashley Spencer Kendell Hillis
CULTURAL l TRIBAL RESOURCES GEOTECHNICAL
David Brunzell' Alan Pace,PG,CEG'
BCR Consultants Petia Geotech
IN-HOUSEMICHAEL BAKER •
Wetland Management Construction Management Highway Engineering
Permitting Utility Coordination Public Works
Land Use/Site Planning Land Surveying Structural Engineering
Urban Design Landscape Architecture Transportation Planning
Graphic/Web Design Signal Timing&Coordination Lighting
r3aJ £_ 17
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
a 5 xlv� R F P #12-19
CALIFORNIA
Like no ploce else'"
Key Staff Qualifications Matrix
Staff Name I Role Years Education Registrations Availability
of Exp
Chris Alberts,PLS 1 23 General Studies,South Dakota Professional Land 20%
Principal In Charge State University Surveyor,
California, 2008,
8508
Rameeta Garewal, 20 M.S., 2002,City and Regional American Institute of 20%
AICP I QA/QC Planning,The Ohio State Certified Planners,
University 020321
B.S., 1998,Architecture, Green Globes
University of Bombay,India Professional,2014
M.B.A.,2018,Business
Administration and
Management, University of
California, Los Angeles
Darren Edgington, 29 Certificate,2000, Urban LEED Accredited 75%
CEP-IT,LEED AP Planning and Development, Professional BD+C,
Project Manager University of California,San California, 2009,
Diego 10130203
B.A., 1988,Art/Graphic Design, Certified
San Diego State University Environmental
Professional In
Training, 2015
Peter Minegar,CEP-IT 8 B.S., 2014,City and Regional Certified 45%
1 Deputy Project Planning,California State Environmental
Manager Polytechnic University,San Professional In
Luis Obispo Training,2015
Graduate Studies, Environmental
Management and Policy,
University of Denver __
Emily Elliot,AICP 1 6 B.A., 2009,Geography Natural4C-6FW/BLM Flat-tailed 30%
CEQA/NEPA Lead Resources Management,San Horned Lizard
Diego State University Biologist, 2011
M.U.R.P.,2014, Urban and
Regional Planning,California
State Polytechnic University,
Pomona
Starla Barker,AICP 16 M.U.R.P.,2004, Urban and American Institute of 20%
CEQA/NEPA Lead Regional Planning,California Certified Planners,
State Polytechnic University, 2010,24079
Pomona
B.A., 1996, Business Economics,
University of California,
Riverside
Page 18
I N T E R N A T 1 0 N A L
On-Call Environmental Assessment (CEQA) Services
R FP #12-19 lid tM� fil
CALIFORNIA
Like no place else.'
Staff Name I Role Years of Exp Education Registrations Availability
Carla Dietrich,PTOE ( 21 B.S., 1997,Civil and Professional Engineer, 20%
Traffic Environmental Engineering, Pennsylvania,2004,
Carnegie Mellon University PE0706SS
Professional Traffic
Operations
Engineer,2008,
2468
Professional Engineer,
Louisiana,2010,
35480
Tom Millington 6 B.A.,2010, Environmental Wetland Delineator 20%
Biological Resources Studies, University of Certification
California,Santa Barbara Program,California,
2012
CRAM for Riverine
Wetlands-Certified
Practitioner,
California,2014
David Brunzell 25 M.A., 2002, Register of 20%
Cultural Resources Anthropology/Archaeology, Professional
California State University, Archaeologists,
Fullerton 2002-14
B.A., 1997,Anthropology,
California State University,
Fullerton
Pomona College Field School,
1995,Southern
Oregon/Northern California
Eddie Torres,INCE 20 M.S., 2005, Mechanical Institute of Noise 20%
Air Quality,GHG, Engineering, University of Control Engineering
Noise,Visual Southern California
B.S.,2000,Mechanical
Engineering, University of
California, Irvine
B.A.,2000,Environmental
Analysis and Design,
University of California, Irvine
Tanya Bilezikjian,PE, 17 M.S.,2001,Civil Qualified Industrial 20%
QSD/QSP Hydrology + I Engineering/Environmental, Stormwater
University of California, Irvine Practitioner,
B.S., 1999,Chemical California, 2017,
Engineering, University of 00688
California, Irvine Construction General
Permit Trainer of
Record,California,
2010
Professional Engineer-
Civil,California,
2008,72119
Page 9
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
�rin� RFP #12-19
Like no place else"
Staff Name I Role Years Education Registrations Availability
of Exp
Kendell Hillis I GIS 2 B.S., 2013,Parks Recreation and Certificate, 2015, GIS, 20%
Tourism Management, { University of
University of South Carolina !; California, Riverside
Alan Pace,PG,CEG 31 B.S., 1987,Geologic Engineering, Certified Engineering 40°%
Geotechnical Colorado State University Geologist,
California,CEG
1952
Professional Geologist,
California
PG 6229
A.5 Subconsultant Support
Michael Baker calls upon specialists in the industry to provide particular services based on their
similar project experience, local knowledge and established relationships with the Michael
Baker Team and various entities that will be involved in the project. In this effort, Michael Baker
is being supported by Alan Pace, Petra Geotechnical Services,and David Brunzell,BCR
Consulting(Cultural Resource Services). We have worked with both Petra and BCR on several
projects throughout Southern California and welcome them to our On-Call Team of
professionals.
Petra Geotechnical(Petra) is a geotechnical and environmental consulting firm founded in 1975
GEOTE > as Earth Research Associates,and incorporated in 1988 as Petra.Petra's workforce consists of
an interdisciplinary group of professionals including licensed engineers,geologists,
environmental scientists,hydrogeologists,technicians,and administrative support staff.Petra's
current geographical focus is throughout southern California.To serve their clients efficiently,
Petra has strategically positioned their current office locations within,or no further than,
approximately 45 minutes from areas of major development.They maintain five offices serving
the counties of Orange,San Diego,Riverside,San Bernardino,Los Angeles,and the Desert
Region.
BCR Consulting,LLC(BCR Consulting)is made up of a highly qualified team of
professionals that provide cultural resource compliance services for publicly and
BCRCONSULTING LLC privately funded projects pursuant to the California Environmental Quality Act
(CEClA),Section 106 of the National Historic Preservation Act(NHPA),and the
National Environmental Policy Act(NEPA).BCR Consulting clients are accustomed to receiving
excellent results ahead of schedule and within budget limits. Fields of specialization include
Archaeology(both prehistoric and historic), Historic Preservation(History and Architectural
History), Paleontology,and Geographic Information Systems(GIS). The BCR Consulting team
exceeds the Secretary of the Interior's Professional Qualification Standards for cultural resource
management.
Page 110 �1"Ir'm N. M.
INTERNATIONAL
CALIFORNIA
Like no place else.
a
v (D
o
r*
rD d
a
ro -
n
B . Understanding
CEQA Processes
Michael Baker _
On-Call Environmental Assessment (CEQA) Services /
RFP #12-19 a6iJ ffl
CALIFORNIA
Like no place else'"
Section B Understanding CEQA Processes
B.1 Environmental Assessment Services
As a leader in the environmental field, Michael Baker offers an extensive array of services
associated with environmental compliance and documentation.Michael Baker provides
evaluation for the full range of environmental effects for all types of projects.Our award-
winning team offers documentation in compliance with environmental laws and regulations
including the California Environmental Quality Act(CEQA), National Environmental Policy Act
(NEPA),Clean Water Act(CWA), Endangered Species Act,Clean Air Act and other applicable
state and federal environmental laws.
Michael Baker has prepared over 700 environmental documents on projects including all types
of private development projects as well as community-wide plans and programs(General Plans,
Community Plans,Climate Action Plans, Downtown Revitalization Plans,etc.).Michael Baker
environmental analysts have also prepared numerous specific plans, roadway alignment,
infrastructure,and zone change EIRs,as well as various special environmental studies for public
works projects.In addition,the Michael Baker Team's familiarity with the Coachella Valley
coupled with our wide-ranging environmental review experience,are assets that we offer to the
City in order to complete the environmental documentation for your projects.
Environmental documents prepared at
Michael Baker address the full range of
environmental and technical issues,with in
house specialists providing technical IDO[a
evaluation for traffic and transportation,
flood control and drainage,air quality, noise, _ _ -
land use,socioeconomics,utilities and _ T
services,energy conservation,visual and I .
aesthetic effects, relevant planning,
hazardous materials, neighborhood and
construction effects, landform modification,agricultural suitability and many other
environmental issue areas.State-of-the-art computer facilities including Computer Aided
Drafting and Design(CADD),ARC/INFO,and specially created computer programs are can be
utilized in obtaining the highest level of technical completeness and efficiency.We understand
that the goal of the work is to produce high quality environmental reports that meet all state
and federal regulations;that the documents thoroughly cover all aspects of each project in a
clear and concise manner.To build such documents requires more than just technical expertise
and experience with environmental regulations and process; it requires technical expertise in
the kinds of processes involved,the physical environment and in technologies that drive the
reasonable range of alternatives.It also requires specialized expertise in areas of particular
environmental concern in order to supply the best analysis of potential impacts.
This RFP is for the purpose of establishing a list of qualified environmental consultants that
would be used in the future by the City when they have specific projects that require
environmental services.Once an actual project surfaces,Michael Baker would develop a work
plan,schedule and project team tailored to the specific needs of the project.While project
approach and requirements would vary,below we have outlined our approach with three basic
components common to virtually all projects—project initiation,information gathering,and
management,and meetings and coordination.In addition,we have provided two sample work
Page � 11
INTERNATIONAL
n �riw� On-Call Environmental Assessment (CEQA) Services
�� RFP #12-19
Like no place else'"
plans-one for a Mitigated Negative Declaration and one for an Environmental Impact Report—
to demonstrate our approach and methodology for projects that would involve this type of
environmental documentation.
1.Project Initiation&Scoping
Once a project is assigned,a kick-off meeting would be held between the City,the applicant and
Michael Baker in order to understand the issues at hand.The kick-off meeting also provides an
opportunity to identify existing information that is already available.Such information may
include prior permit approvals,as-built plans,operation and maintenance plans or past
technical studies.In short,the information gathering seeks to lower costs by not having to
"recreate the wheel."The kick-off meeting is also an opportunity to discuss the project in
greater detail,including the approach and alternatives for the design,construction and/or
operations and maintenance of the proposed project,as well as,time constraints.
The initiation phase of a project is vital to the success of the environmental process and will be a
key milestone in order to confirm the parameters of the analysis,the construction,operations,
and maintenance requirements, key assumptions, known regulatory conditions,scheduling and
overall communications strategy. Prior to the kick-off meeting,the Michael Baker Team will
distribute a kick-off meeting agenda and detailed list of information needs.It is important in the
initiation phase to identify key project issues,anticipated mitigation requirements and a
strategy for addressing both direct and indirect project impacts.The overall objective of the
mitigation strategy would be to develop effective, legal and enforceable measures that are
consistent with City,state,and federal standards,requirements and policies,and supportive of
sustainable principles and practices.Based on the project information obtained at the kick-off,
the Michael Baker Team will draft a preliminary project description for review and approval by
the City.
2.Information Gathering
A Collect and Review Existing Data
Michael Baker project team members are intimately familiar with the region from extensive
past work within the area as demonstrated in Section C—References and Experience. Michael
Baker will collect and review existing data and reports, both published and unpublished to
describe the existing conditions and setting of the project site and surrounding areas.
B. Field Review and Reconnaissance
As a part of the early scoping for the project,
the Michael Baker Team will conduct a field
study of the site,reviewing existing land use
and environmental conditions,and take site
photos to record on-site and surrounding
uses.
C. Research and Investigation
The Michael Baker Team will obtain and review
available data for the project,as well as policy documentation from the City as well as involved
State,and Federal agencies,and other agencies and/or stakeholders which may be affected by
the project.In some cases where state or federal agencies are involved with permitting or other
approvals,upfront meetings may be desirable to better understand agency concerns and
Page 112
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
R F P #12-19 Its b�l
CALIPORNIA
Like no place else"
requirements.This information,along with environmental data and information available from
the City,will become part of the foundation of the environmental documentation and will be
incorporated into the analysis, as deemed appropriate.
3. Meetings, Management,and Coordination
A. Project Meetings and Coordination
To meet schedules for assigned projects,this approach assumes a high level of project
management and coordination of the project team.This assumes on-going calls and
coordination with members of the City staff to obtain information,guidance and approval on
elements of the proposed project as it is being developed and reviewed.This task also includes
coordination with City staff to answer any questions or follow up on any items necessary to
obtain for approval of the environmental documentation.On-going project management from
Bob Prasse and others on the Michael Baker Team will occur throughout the process to ensure
timely completion of products,coordination of meetings,and discussion of relevant issues or
concerns with the City,or other involved agencies as needed.
B. Public Meetings and Hearings
The Michael Baker Team would assist the City in conducting public meetings and hearings for
future environmental documents,depending on the needs of a specific project.These may
include scoping meetings to help define project parameters and public hearings in response to
regulatory requirements.The Michael Baker Team will assist the City in preparing and
conducting meeting presentations that could include,among other things depending on project
specifics,outline the project description,the environmental setting,the project objectives,the
methodology used for evaluating impacts,a description of the anticipated significant impacts,
and proposed mitigation measures. Depending on the nature of a given project and City
direction,Michael Baker would develop presentation materials, provide meeting facilitation,
prepare meeting notes and provided other types of support as needed.
4. Sample Workplans for IS/MND's(or ND's) and EIR's
IS/MND
Some routine or minor activities may be exempt under CEQA.At the outset of each project
Michael Baker staff will assess whether there is an opportunity to qualify a project as
Categorical Exemption or Statutory Exemption,which typically is a much simpler and quicker
process under CEQA. Michael Baker will document the nature of the project activities and the
rationale for the exemption for the City's administrative record.As needed,the Michael Baker
Team will prepare an IS/ND or IS/MND to determine whether the project will have a significant
effect on the environment.The IS/MND will contain a description of the project,the project
location,and a description of the environmental setting of the proposed project site.The
document will include an Initial Study Checklist per CEQA Guidelines Appendix G,as well as brief
explanation of the significance determination,based on information obtained from the
technical studies provided by the City and from preliminary investigation into local,state and
federal plans,policies and regulations.
A. Preparation of Administrative Draft IS/ND or IS/MND
The Michael Baker Team will prepare the Administrative Draft IS/ND or IS/MND, using a City-
approved CEQA checklist.This document will reflect site plans,technical studies prepared for
( the proposed project,and any additional information gathered during our research and
Page 113
1 N T E R N A T 1 0 N A L
On-Call Environmental Assessment (CEQA) Services
�rl�
R F P #12-19
CALIFOR
Like no place else'"
investigation.The Administrative Draft IS/ND or IS/MND will be submitted to the City for review
and approval.
The environmental topics that would be discussed,in accordance with the CEQA guidelines,
would include the following:
• Aesthetics
• Agricultural and Forestry Resources
• Air Quality
• Biological Resources
• Cultural Resources
• Geology and Soils
• Greenhouse Gas Emissions
• Hazards and Hazardous Materials
• Hydrology and Water Quality
• Land Use and Planning
• Mineral Resources
• Noise
• Population and Housing
• Public Services and Utilities
• Recreation
• Transportation/Circulation
Common mitigation measures to reduce impacts include roadway widenings,signalization of
intersections,pre-construction surveys for sensitive species,avoidance or conservation of
wetlands and other sensitive habitats,design/construction measures to improve reduce energy
use for buildings, remediation of recognize environmental conditions(REC's)including the
removal of lead-based paint and asbestos-containing materials from older(Pre 1979)buildings.
Michael Baker will work closely with the City to develop mitigation strategies tailored to project
specifics to reduce and minimize potential impacts in the most sustainable,efficient and cost-
effective manner possible.
B. Preparation of Draft IS/ND or IS/MND
The Michael Baker Team will respond to one consolidated set of comments from the City. Once
comments have been made,the Michael Baker Team will submit a"check copy" Draft IS/ND or
IS/MND for City review/approval.Final revisions will be made based on any additional
comments and the Draft IS/ND or IS/MND will be prepared for publication and transmitted for
the 20-day(or 30 days if submitted to the State Clearinghouse)public review period.The
Michael Baker Team will also prepare the Notice of Intent(NOI)and post the NOI at the City
Clerk's office.The Michael Baker Team will distribute the document according to a mailing list
provided by the City with a cover letter.
C. Finalization of the IS/ND or IS/MND
The Michael Baker Team will strategize with the City for responses and will draft responses to
IS/MND comments received during the public review period.The Michael Baker Team will
prepare a comprehensive Mitigation Monitoring and Reporting Program(MMRP)for the Final
IS/ND or IS/MND.The MMRP shall be prepared in pursuant to Public Resources Code Section
21081.6 and would incorporate both monitoring by the City and reporting by the developer,
with subsequent report verification by on-site inspection,if necessary. In addition,the Michael
Page 114
1 N T E R N A T 1 0 N A L
On-Call Environmental Assessment (CEQA) Services
RFP #12-19 Pa6h�
CALIFORNIA
Like no place else:'
Baker Team will assist City staff in the preparation of staff reports and resolutions and will
prepare and post the Notice of Determination with the County Clerk and OPR.
ENVIRONMENTAL IMPACT REPORT
If an IS is prepared and there is a finding that a significant impact would occur with the
proposed project and mitigation measures may not reduce the impacts to a level that is not
significant,an Environmental Impact Report(EIR)would be required. An EIR may be prepared
directly(without preparation of an IS)where it is clear that a project would have potentially
significant impacts. The following describes the tasks that need to be completed for an EIR.
A. Project Initiation Meeting
The Michael Baker primary project team members will meet with City staff to discuss the
project. At this meeting,it is assumed that the Michael Baker project team would be provided
with a completed Environmental Information Form.
B. Initial Study/Notice of Preparation
The Michael Baker project team will prepare a Draft IS/Notice of Preparation(NOP) in
accordance with Section 15063 and 15082 of the CEQA Guidelines. An environmental checklist,
which is located in the CEQA Guidelines,will be completed, including the provision of a brief
narrative discussion of each environmental topic. Documentation I the IS will define which
issues need to be further addressed in the EIR. Adequate documentation of the project's effects
on each environmental issue that does not need further analysis in the EIR will also be provided.
The environmental topics that will be discussed in the IS/NOP would include:
• Aesthetics
• Agricultural and Forestry Resources
• Air Quality
• Biological Resources
• Cultural Resources
• Geology and Soils
• Greenhouse Gas Emissions
• Hazards and Hazardous Materials
• Hydrology and Water Quality
• Land Use and Planning
• Mineral Resources
• Noise
• Population and Housing
• Public Services and Utilities
• Recreation
• Transportation
• Tribal Cultural Resources
• Utilities/Service Systems
• Wildfire
• Mandatory Findings of Significance
The Draft IS/NOP will be submitted to the City for review and comment. Michael Baker will
revise the Draft IS/NOP based on the comments and submit a Final IS/NOP. After the City
provides authorization, Michael Baker will print and distribute the Final IS/NOP to interested
agencies and persons.
Page 115
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
vo IMNIA�V,14 5 RFP #12-19
CALIiOR
like no place else'"
C. Administrative Draft EIR
The Michael Baker project team will prepare the Administrative Draft EIR in accordance with the
CEQA Guidelines. Michael Baker will prepare the project description,executive summary,
existing conditions,individual and cumulative impacts,mitigation measures,significant
unavoidable impacts,alternative analysis,growth inducing impacts,list of preparers,list of
agencies and organizations consulted,and appendices. The environmental topics that may be
discussed may include those identified under Task B above,although discussion may be focused
to issue areas not screened out as less than significant by the IS.
A host of technical studies is typically needed to support the analysis in the EIR.These technical
studies would be prepared as part of the Administrative Draft EIR and the Draft EIR. The EIR
would include a summary of the technical documents prepared for the proposed project.
D. Draft EIR
Michael Baker will coordinate with the City project coordinator who will assemble comments
on,and suggested revisions to,the revised Administrative Draft EIR. Michael Baker assumes
one set of unified comments from the City will be provided. Michael Baker will revise the
Administrative Draft EIR based on the comments and submit a"proof check"Draft EIR and a
draft version of the NOC to the City for review. After the City provides authorization, Michael
Baker will print and distribute the Draft EIS to interested agencies and persons. Michael Baker
will file the NOC with the county clerk and OPR.This filing will commence a minimum 45-day
period for public review.
E. Draft Responses to Comments/Findings/MMP
Michael Baker will prepare written responses to comments received on the Draft EIR that raise
significant environmental issues. The responses to comments will be in accordance with Section
15088 of the CEQA Guidelines. Michael Baker will also prepare draft versions of the MMRP in
accordance with Public Resources Code 21081.6,and the written findings as required by Section
15091 of the CEQA Guidelines and the Statement of Overriding Considerations in accordance
with Section 15093 of the CEQA Guidelines. The draft versions of these documents will be
submitted to the City for review and comment.
F. Final EIR/Notice of Determination
Michael Baker will coordinate with the Citys project manager who will assemble comments on,
and revisions to,the draft versions of the responses to comments, MMRP,and written
findings/statement of overriding considerations. Michael Baker assumes one set of unified
comments from the City will be provided. Michael Baker will revise the draft documents and
final versions of them to the City for review. After the City provides authorization,Michael
Baker will print and distribute the final responses to comments to interested agencies and
persons.After project approval, Michael Baker will file the NOD with the county clerk and OPR.
B.2 Quality and Budget Control
The control of budgets,while at the same time maintaining quality control and adhering to
project schedules,has never been so important given today's volatile economy.Michael Baker
understands that public and private revenues have decreased from past economic downturns,
and prudent stewardship of client resources is a must.Michael Baker's ability to effectively plan
and organize a project is supported through the use and implementation of a variety of tools
(planning,organization and quality control)and procedures that begin during the proposal
Page 116
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
RFP #12-19 VGAm1 NSAr(m�
GALIFOR
like no place else"
phase.These tools,along with Michael Baker's experience with environmental and regulatory
on-call projects lead to on-time and on-budget project deliveries of quality products. A projects
cost and schedule benefits from the synergistic relationship among Michael Baker's engineering,
regulatory and environmental services.Our cross-trained analysts ensure that a project
description identifies all technical information that is required to effectively implement a
project.This not only leads to a comprehensive project description, but it increases consistency
between the environmental document and permits and entitlements.This consistency
eliminates confusion during the permit process and leads to successful certification and
issuance of project permits.
1I11�FC11 PROCESS Michael Baker utilizes Oracle,which provides detailed cost control reports for
JXOEtl'AXOIX4
Of I AKA
E, IL
c X4l[A41S project assignments.This system provides reports that are organized by labor
accounts and task codes to show each type of deliverable or activity for a project.
In addition,a cost system has been integrated which process reports for various
levels of accounting functions.The most detailed report identifies man-hour
expenditures by task,by labor account,and by discipline. More summary-level reports
may be produced which identify man-hour and labor dollar expenditure by discipline.This
system can be utilized for any type or size of assignment and not all the system must be
employed to obtain the desired results.
Michael Baker captures labor costs through weekly timecard entry and posting.Our accounts
QUALITY payable department enters direct expenses on a daily basis(i.e.,vendor invoices,sub
PRODUtt consultant invoices,employee expense reports).The Project Manager,on a weekly or monthly
basis,dependent upon project size, reviews all project costs.The Project Manager determines if
all costs are appropriate for billing and submits a mark-up invoice to the project accountant to
prepare a monthly invoice to the client.
In order to ensure a high level of quality is attained for work products,the Michael Baker Team
will operate under a quality management system.The quality management system is a
continuous process used not just at project milestones, but also on a daily basis as work flows
from desk to desk,discipline to discipline,and consultant to client. For environmental projects
key elements include:
• Specific Quality Control Plan
• Independent"Over the Shoulder" Review Throughout Environmental/Regulatory Process
• Overall Project Manager Supported by Permanent Teams
• Network Management System/Filing
• Open Client Communication Channels
• Project Coordination Meetings/Conference Calls
• Weekly Personnel Scheduling and Budget Administration
• Quality Assurance Program
Recognizing the consultant's responsibility for the accuracy and completeness of the analysis
and other documents, Michael Baker is dedicated to its established program of strict quality
assurance and control.This program assigns specific individuals to,and defines the
requirements for quality control activities.
A. Review of Deliverable Items to the City
All submittals to the City will meet the project schedule agreed to by the client and will comply
with the standards and procedures established by the City for the development of the CEQA
checklist and permit applications.Each deliverable item will be developed,checked, revised,and
- Page 117
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
Ya t��rivt� RFP #12-19
Like no place else'"
verified through a continuous process prior to submittal.The Project Manager and Task
Managers will perform a complete quality control review of the analyses, plans,applications and
costs.
B. Quality Assurance
The Project Manager will be responsible for providing an on-going review for quality assurance
and quality control.
C. Scheduling Software
Michael Baker utilizes Microsoft Project for environmental and regulatory project scheduling.
Microsoft Project offers the ability to plan, build,and track tasks associated with each project.
Schedules are routinely submitted to the client starting at the proposal phase and throughout
the work effort.
Michael Baker includes the following key topical areas in each project schedule:task number,
task description,task percent complete,start date,end date,and task predecessors when
applicable.
B.3 Communication Plan
Key to our success is our persistent focus on meeting client objectives,coupled with our
commitment to clear and frequent communication on all aspects of a project to ensure that a
mutual understanding of such objectives is maintained throughout the
life of a project.We are well aware that objectives,issues and
conditions may change as a project progresses—new issues may arise,
project characteristics may change,or other unforeseen events can ++
crop up.Close communications on a regular basis allows project
team members to effectively respond to new issues and changing
conditions,before they become bigger problems. We understand „`
our role as a service organization and the fact that good communication will result in a
successful project. Specific ways we will facilitate communication are:
• Meeting Minutes:Michael Baker has implemented a process of recording minutes for
formal meetings for all projects that involve other consultants or agencies.
• Monthly Reports: Michael Baker has developed and implemented a process of monthly
email reports for all active task orders.These reports are sent to the Project Manager and
indicate tasks performed in the current month,planned activities for the following month and
budget information.
• Filing: Michael Baker maintains an extensive filing system for each of our contracts.All
incoming and outgoing correspondence is logged for ease of document retrieval.All deliverables
are copied to digital storage device and stored in the files along with a submitted original copy
in word processing and portable document formats.
• In-House Project Team Meetings/Coordination:The Project Manager will hold regular in-
house project team meetings with Task Leaders to discuss staffing needs and project schedule
and budget status.These in-house meetings serve as a forum for regular communication within
the entire Michael Baker Project Team that fosters development of a cohesive teamwork
environment and builds accountability within the Project Team.
Page 118
I N T E R N A T 1 0 N A L
On-Call Environmental Assessment (CEQA) Services
RFP #12-19 at5 VV4
CALIFORNIA .J
Like no place else'
Project Communication/Documentation:One critical element for a quality project is to carefully
document project decisions and direction,and the general project development history.
Preparation of clear,concise letters and e-mails, meeting minutes and action item resolutions
avoid costly re-direction that could also have an impact on the project schedule.
B.4 Desert Environment EIR Example
The project we have selected as an example of an EIR carried out in a desert environment is the
La Entrada Specific Plan EIR,which was adopted by the f,
City of Coachella in December 2013. A full description
of this project is provided in Section C of this proposal
(See"Relevant Environmental Documentation Projects
in a Desert Environment"). Information responsive to
the RFP is provided below
A. Responsiveness and Attentiveness to Client Needs
Michael Baker met extremely aggressive schedules to prepare the Specific Plan and supporting
engineering studies,for this 2,200-acre high-profile project in the City of Coachella. Michael
Baker was asked by the City to step in to prepare'the Final EIR(Draft EIR prepared by another
firm). Within a few weeks,starting from scratch,Michael Baker assembled a diverse technical
team, reviewed DEIR comment letters,assigned key issues to technical experts,and prepared
Responses to Comments,Errata,Mitigation Monitoring Program,and CECW Findings,all within
four weeks of the initial client meeting. The Final EIR was successfully completed in time for
Planning Commission and City Council hearings and approvals.
B. Creative ability
Michael Baker rapidly mobilized a full range of technical experts to address multiple policy and
technical issues identified in DEIR comment letters.Our rapid-response approach was possible
due to our expertise,familiarity and experience with large scale projects in a desert
environment,and our ability to work quickly together as a team.
C. Knowledge and Understanding of latest CEClA requirements
DEIR comments required thorough understanding and response to such issues as Greenhouse
Gas Emissions(comment letter from Eugene Wilson),project and cumulative traffic scenarios
and mitigation(baseline,fair share,Caltrans highway impacts, mitigation of impacts in other
jurisdictions),Native American consultation,CVWD flood control facility sizing and maintenance,
seismic hazards,County cumulative traffic impact mitigation,agricultural land loss,off-site
infrastructure,alternatives,and growth-inducing impacts. Michael Baker assisted City staff in
preparing all required Final EIR noticing.
D. Analytical capability
Michael Baker was able to step in and complete the Final EIR in rapid fashion due to our
comprehensive in-house technical expertise,which includes air quality,greenhouse gas
emissions,noise,visual impacts,flood control,FEMA mapping,water quality,traffic impact
analysis,non-vehicular circulation,landscape architecture,biological resources, regulatory
permitting,structural engineering,civil engineering(wet/dry utilities,grading),
water/wastewater,Water Supply Assessments,LAFCO requirements,agricultural LESA analysis,
hazardous materials, urban design, policy planning,sustainable design(SMART Streets,main
street planning),GIS, Media/Web services, public outreach,site planning,and other required
Page 119
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
�a!,j riUl R F P #12-19
CALIFORNIA
Like no place else'"
studies. Michael Baker only requires subcontracting to a geologist and a cultural resource
specialist.
E. Oral and written communication skills
Michael Baker prepared the Specific Plan in a user-friendly fashion for this complex master-
planned development. Michael Baker prepared all final CEQA documents,drafting sensitive
language for a potential litigious project,for City and applicant review. Michael Baker
participated in the Final EIR hearings providing expert testimony,and routinely prepares hearing
presentations.
F. Interaction with client's organization,i.e.,other divisions and personnel
Michael Baker earned the City and applicant's trust through successfully completing the Final
EIR in record time and under difficult conditions,working closely with City planning,City
engineering,City Manager,City attorney,outside legal counsel(water supply),and the
applicant's team of engineer,architect,geologist,and attorney.
G. Sensitivity to funding constraints
Michael Baker has provided key technical assistance to the client and City through preparing
CEQA/NEPA documentation for a federally-funded interchange,as well as strategize on funding
and CEQA/NEPA compliance for two Bureau of Reclamation facility crossings.
Page 120
INTERNATIONAL
U
CALIFORNIA
Like no place else.
alrn Springs
rD
_* o
z n
m
x
:3 rD
m r.
N =3
n
C . Project Experience
with References
Michael Baker _ _
On-Call Environmental Assessment (CEQA) Services
RFP #12-19
CALIFORNIA
Like no place else
Section C Project Experience with References
C.1 References
Client Contact Phone Number
County of San Bernardino Terri Rahhal, Planning Director 909/387-4518
City of Eastvale Bryan Jones,City Manager 951/361-0900
City of Temecula Scott Cooper,Associate Planner 951/506-5137
County of Riverside Phayvanh Nathavongdouangsy 951/955-6573
Principal Planner
City of Fontana DiTanyon Johnson,Senior Planner 909/350-6678
C.2 Representative Projects
Michael Baker's Riverside/San Bernardino Counties On-Call Contracts
Client Disciplines Involved Agreement Value Contract Contract
I I Beginning Date Ending Date
Banning,City of i Grant Writing 12/1/2018 2/1/2020
Caltrans District 7 Survey $ 175,000.00 f 1/27/2018 1/27/2021
Caltrans District 8 Civil $ 500,000.00 j 1/1/2017 1/1/2021
Chino Hills,City of Planning 6/30/2019
Coachella Valley Water Civil,Planning,Survey, $ 455,000.00 1/1/2018 12/31/2019
District Environmental,Geotech,
Water,Wastewater,
Stormwater
Corona,City of Survey,Civil
Delta Conveyance/Design Surveying,Mapping, Right of $ 8,000,000.00 2/15/2019 2/14/2026
&Construction Agency Way and Title Engineering
(DCA)
EMWD Water(Category 1 Pipeline 12/20/2018
Services)
EMWD Survey(Category 1
Field/Construction Survey
Services)
EMWD Electrical(Santa Ana) 4/1/2017 3/31/2019
EMWD Surveying&Right of Way $ 350,000.00 11/1/2017 10/31/2019
Engineering
Hemet,City of Civil,CM 6/28/2016 6/28/2017
Moreno Valley,City of Environmental
Moreno Valley,City of Environmental $ 10,000.00 3/1/2019 3/1/2020
Moreno Valley,City of Civil $ �10,000_00 3/1/2016 3/1/2019
Moreno Valley,City of Survey 3/1/2016 3/1/2020
MUD Survey 6/8/2016 6/8/2021
Ontario Airport Survey 3/1/2018 3/31/2021
Palm Desert,City of Survey $ 100,000.00 4/1/2018 6/30/2020
Palm Springs,City of Environmental �i $ 50,000.00 7/1/2018 7/1/2019
Page 121
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
et NIA 5 t4t4 RFP #12-19
CALIFOR
Like no place else'"
Noff Disciplines Involved Agreement Value Contract Contract
I Beginning
Date Ending Date
Pomona,City of CM,Civil,GIS,Water N/A 11/1/2017 11/1/2020
POWER Engineers,Inc. Stormwater $ 400,000.00 6/30/2016 6/30/2019
Rancho Mirage,City of Civil and Survey $ 24,800.00 2/8/2016 10/31/2019
Redlands,City of Planning $ 150,000.00 1/19/2019 1/14/2020 '
Riverside County Planning 1/7/2014 6/1/2019 1
Riverside County Planning, Environmental $ 700,000.00 12/13/2016 12/13/2021
Riverside County Flood Hydrology/Hydraulics, $ 1,500,000.00 7/1/2018 6/30/2022
Control Structural,Environmental,
Biological,Watershed
Protection,Development
Plan Check,
Riverside County Stormwater $ 450,000.00 7/1/2018 6/30/2021
Transportation and Land
Management Agency
Riverside County Right of Way Engineering& 5/27/2014 4/30/2019 nat
ion and Land Surveying
Management Agency
Riverside County Transportation $ 450,000.00 6/30/2019
Transportation
Department(RCTD)
San Bernardino County $ 625,000.00 1/29/2019 1/28/2024
San Bernardino County $ 1,000,000.00 1/29/2019 1/28/2024
San Bernardino County Civil,Structural,Hydrology/ $ 2,000,000.00 1/1/2019 12/31/2024
Hydraulics,Transportation
San Bernardino County Survey $ 370,000.00 7/18/2018 7/18/2023
San Bernardino County Civil $ 2,450,000.00 7/18/2018 7/18/2023
San Bernardino County Planning,Environmental $ 10,000.00 1/1/2016 12/31/2019
Land Use Services
San Bernardino Survey 4/16/2018 T
International Airport
Authority-sub to Burns
McDonnell
San Bernardino Municipal CM,Water $ 171,860.00 8/23/2018 8/23/2020
Water Department
Southern California Edison Stormwater $ 2,000,000.00 3/30/2018 3/30/2020
Company
Southern California Edison Stormwater $ 6,500,000.00 3/1/2017 3/1/2020
Company
Southern California Edison Surveying $ 2,000,000.00 ;i10/1/2018 10/31/2021
_Company I
Southwest Gas water quality and $ 284,000.00 3/21/2011 3/31/2019
environmental
Temecula,City of Civil,Survey,Env $ 200 000.00 5/15/2018 5/15/2019
West Valley Water District Water,CM,Survey $ 250 000.00 8/3/2017 8/3/2019
Western Riverside Council Planning $ 100,000.00 7/3/2017 6/20/2019
of Governments(WRCOG)
22
I N T E R N A T 1 0 N A L
On-Call Environmental Assessment (CEQA) Services
RFP #12-19 a6t1���l�y
CALIPORNIA
Like no place else"
Representative Projects
Michael Baker prepared an
Addendum to the previously
certified 2002 Final
Environmental Impact Report
and 2008 Supplemental
Environmental Impact Report _1 ,
for the Victoria Gardens t° '
Specific Plan. The proposed
Modified Project would
reconfigure the exterior public rirt
courtyard within the northerly
portion of Victoria Gardens to
include a stage with lighting,
audio,and video equipment,temporary and permanent seating,and overhead shade. The
project would also include ancillary improvements at and surrounding the public courtyard area,
including landscaping,seating and activity areas,and architectural features.
Key environmental analyses included the project's potential to result in impacts related to
aesthetics/light and glare,air quality,greenhouse gas emissions,biological resources,cultural
resources,public services,transportation/circulation,and noise impacts for construction and
operations. The Addendum EIR concluded that the proposed project modifications would not
result in any new significant environmental effects or a substantial increase in the severity of
previously identified significant effects.
Day Creek Square Project Biology Peer Review
City of Rom
Michael Baker was retained by the City of Rancho
Cucamonga to conduct a peer review analysis of
the Applicant-prepared technical analysis and
conclusions contained within the Biological �-
i
Habitat Assessment,Kangaroo Rat Focused
Survey,Delhi Sands Flower-Loving Fly Focused
Survey,and Gnatcatcher Survey for the Day Creek
Square Project. The project involves a 32-acre
vacant lot located at the southwestern corner of
Baseline Road and Day Creek Boulevard, proposed II,�
for residential development. The review was to I
focus on the methodology and conclusion based
on standard practices and existing resource
agency protocol. Michael Baker performed site
reconnaissance to confirm the findings of the
Applicant-prepared studies,and generated a
letter report summarizing the results of the
review for the City and Applicant's use.
1,PRINIT M. Page 123
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
4 l t1 RFP #12-19
�rim�
Like no ploce else."
! '• • !{saeas a
Michael Baker prepared an Environmental
Impact Report(EIR)for an approximate 10-
acre industrial/warehousing project within
the City of Rancho Cucamonga. The site is
located at the former Biane Winery,which
was originally constructed in the early 1900s.
The project would consist of the demolition
of existing winery facilities and the
construction of an approximate 240,000
square-foot industrial/warehousing
structure. Primary issues analyzed within the
,x
EIR included cultural/historic resources(since
the former Biane Winery has been determined to be eligible for the National Register of Historic
Places);air quality and noise,for both construction and long-term operation of the project;
aesthetics,due to the construction of an industrial/warehousing structure nearby sensitive
receptors,and the demolition of a long-standing winery facility;and traffic,due to potential
increased trips on local roadways.
ProjectCarrari Ranch
Michael Baker assisted the City of Rancho _
Cucamonga with preparation of an EIR for the
Carrari Ranch Specific Plan. The Carrari Ranch
project site is located at the foothills of the San _-
Bernardino Mountains,adjacent to the San _ -
Bernardino National Forest. The project '
proposed to annex approximately 342-acres !
within the City's Sphere of Influence into the ;
City's incorporated area.
A portion of the 342-acre project site was
proposed to be developed with 107 single- i
family residential units, requiring a general plan ,
amendment and development district
amendment. Primary issues associated with
this controversial project included biological I
resources,due to the undeveloped hillside _°_ --= �- -- -- -- — —
conditions of the project site;air quality and noise for both construction and long-term
operations;traffic generation on local roadways; public safety,due to the site's mountainous
terrain and potential wildland fire hazards;and aesthetics,in consideration of the sensitive
hillside nature of the project site and impacted viewpoints.
Page 124 rIM"IF M.
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services q
RFP #12-19 lab►i�1f� h
CALIFORNIA
Like a place else'"
Environmental
Son Bernardino County,
Michael Baker has provided on-call planning and environmental to the San Bernardino County
Land Use Services Department as a prime contractor.Services have included preparing CEQA
documents,Community Plans,a full suite of technical reports(biology,air quality including
health risk assessments,noise and traffic analysis), mitigation monitoring programs,
environmental findings,public involvement reports.We have supported a wide variety of
projects throughout the County.
Slover Business Center I Bloomington-Michael Baker provided environmental services for the
development of a warehouse project in the Bloomington Community. Michael Baker's services
included the preparation of a focused environmental impact report to satisfy California
Environmental Quality Act requirements.Michael Baker also peer reviewed applicant-provided
technical studies and performed greenhouse gas and health risk assessments.Key
environmental concerns included air quality impacts on residents and schools,and
neighborhood traffic impacts.
Ord Mountain Solar EIR I Lucerne Valley—Michael Baker is preparing
CEQA documentation for a proposed solar plant and SCE substation in
the desert region of the County. Michael Baker is conducting scoping,
peer review of applicant provided studies,and preparing a
comprehensive EIR for this controversial project.Primary areas of
concern are aesthetics,land use compatibility,and impacts to a wildlife corridor.
Bloomington Industrial Facility I Bloomington-Michael Baker provided environmental services
for the development of a warehouse project in the Bloomington Community.
MOM" Michael Baker's services included the preparation of a focused environmental
impact report evaluating air quality,cultural resources,greenhouse gasses,
land use,hazardous materials,and transportation to satisfy CEQA
• • requirements. Michael Baker also peer reviewed applicant-provided technical
iri3liv �•tr. _.+•i..rd'-..a�a...'�I+�l�l-��Ic,
studies and performed greenhouse gas and health risk assessments.
Environmental concerns included the presence of historic age structures to
be demolished,air quality impacts on residents and schools,and
neighborhood traffic impacts.
SkyPark at Santa's Village I Skyforest-Michael Baker provided environmental services for the
redevelopment of an existing amusement park(Santa's Village)project in the
Skyforest Community. Michael Baker's services included the preparation of a
A, focused environmental impact report evaluating aesthetics,Agriculture and
Forestry Resources,Air Quality, Biological Resources,Cultural Resources,
a Geology and Soils,Greenhouse Gas Emissions,Hazards and Hazardous
Materials,Hydrology and Water Quality, Land Use and Planning,Mineral
Resources, Noise, Population and Housing,Public Services,Recreation,
Transportation and Traffic, Utilities and Service Systems,and Cumulative
Impacts to satisfy California Environmental Quality Act requirements.
Page 125
INTERNATIONAL
q / On-Call Environmental Assessment (CEQA) Services
e4 ll NIA J t4� RFP #12-19
CALIFOR
Like no ploce else'"
Environmental ••• Services
City of Fontano,
Michael Baker provides Environmental Support Services to the City of Fontana through an on-
call contract on an as needed basis. Key projects include:
1-15 Logistics EIR-Michael Baker is preparing an EIR for the
annexation of 149-acres north of 1-15 and west of Sierra Avenue.The
GI project also includes the development of a Logistics facility and the
realignment of Lytle Creek road,
including a new intersection with Sierra '
Avenue. Michael Baker conducted
project scoping including preparation of n 7" `.
an NOP, Initial Study,and conducting of a
scoping meeting.Michael Baker is /
preparing key technical studies including biological resources ;
focused studies,air quality,greenhouse gas, health risk assessment,
noise,traffic studies.A comprehensive EIR is being prepared to
satisfy both City and LAFCO requirements under CEQA. .., `
San Sevaine Trail ISMND- Michael Baker is preparing an Initial Study/Mitigated Negative
Declaration for the proposed San Sevaine Trail project.The project involves the
construction and operation of a 1.25-milelong Class I bike and pedestrian trail(multi-use
k, trail),along the San Sevaine Channel between Banyan Street and the Pacific Electric Trail
within the Cities of Fontana and Rancho Cucamonga.The existing alignment is occupied by
an asphalt maintenance road that would striped and signed to create the 12-foot-wide
i multi-use trail.The project would be constructed entirely within the San Bernardino Flood
Control right-of-way.
LogisticsWest Valley •
City of •n to n•
Michael Baker prepared an EIR for the West Valley Logistics Center Specific Plan located in
southeast Fontana.The proposed West Valley Logistics Specific Plan consists of approximately
145 net acres of industrial use and approximately 153 acres of open space. Industrial buildings
would range in size from approximately 100,000 square feet to over 1,000,000 square feet.
Infrastructure improvements are also proposed as part of the project, including street,water,
sewer,and storm drainage improvements. Major environmental issues addressed in the EIR
include air quality, noise,traffic,aesthetics,biological resources,geological resources,hydrology
and water quality,and public services and utilities.
Comprehensive Planning • Environmental
City of • • -
Michael Baker provides comprehensive planning services to the City of Eastvale,a recently
incorporated City in Western Riverside County. Michael Baker serves as the City's planning staff,
providing current and advance planning processing,counter staffing,facilitating Planning
Commission meetings,plan review,preparing staff reports, participating in City functions,CEQA
compliance and review,coordinating consultation with Tribes on SB18 and AB52,coordinating
Page 126
I N T E R N A T 1 0 N A L
On-Call Environmental Assessment (CEQA) Services
R F P #12-19 Va 4M
CALIFORNIA
Like no place else`
with the RCA on the Western Riverside County MSHCP,as well as special projects such as
developing the City's Economic Development website.The Planning team routinely coordinates
with the City Manager,City Attorney, Public Works team,and other key staff at the City. Project
Examples include:
Eastvale Crossings—project involves the development of a WalMart shopping center.Staff
processed the project application,conducted plan review,and oversaw the preparation of an
EIR to satisfy CECIA.
Goodman Business Center—project involves the development of an
industrial and business park.Staff processed the project application,
Ate,
`,r �' conducted plan review,and oversaw conditions of approval for this
— M ;_ . phased project.
Form
� P me, The Campus—project involves
the development of an
4 Industrial Park.Originally
processed by the City,the Baker team processed an
application to modify the originally approved project.An
EIR Addendum was prepared to evaluate the changes to
{
the project.
Costco—project involves the development of a new
commercial shopping center.Staff work to efficiently review and process project plans in time
for a fall 2018 opening.
Lewis Retail Center—project involves the development of a new retail center,and municipal
center including a government center and library.Staff is coordinating with the developer to
process the appropriate entitlements, peer review technical reports,and overseeing the
preparation of an EIR.
Milliken Distribution Center—project involves the development of a new warehouse in the
northern portion of the City.The planning team is processing the project entitlements,
coordinating with the RCA regarding potential impacts to Delhi sand flower-loving fly,
conducting AB52 consultation,and preparing an IS-MND to satisfy project CECW requirements.
SpecificSouthwest Industrial Park
City of • • •
Michael Baker prepared a Specific Plan Amendment and Program EIR for the Southwest
Industrial Park Specific Plan in the southern portion of the City of Fontana.The City embarked
on a comprehensive update to the existing Specific Plan(previously adopted in 1983).Through
this process, Michael Baker assisted the City with the preparation of an opportunities and
constraints analysis,market study,preparation of land use concepts.As envisioned by the City,
the proposed Specific Plan would encompass 3,161 acres of property. Part of the expansion of
the original project area has been the result of annexation of land from San Bernardino County.
Upon completion of the project,the City will have annexed approximately 1,318 acres of land
previously under the County's jurisdiction.Issues of particular concern include lack of
infrastructure,non-conforming land uses,irregular lot sizes,and lack of cohesive land use
patterns and designs. In addition to this work effort, Michael Baker's subconsultant prepared a
fiscal impact analysis,which will assist the City in effectively implementing the Specific Plan in
Page 127
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
�rm� RFP #12-19
Like no place else'"
the future and maximizing City benefit of the development expected to occur as a result of the
project.
Michael Baker prepared a traffic impact analysis for
the Fontana Southwest Industrial Park Specific Plan iJ
Project in City of Fontana.The 3,112-acre Specific •l
Plan will guide future development and 1_
redevelopment into commercial,industrial,and ^ f -' M
residential land uses.Just south of Interstate 10,
r
the project site affects intersections and roadways
in multiple jurisdictions,as well as State Route 215 ""„r
and State Route 60.The proposed Specific Plan
identifies 10 Districts where land use planning is
refined to help guide future development in a
cohesive manner.Traffic generation forecasts
accounted for the variety of dynamic land uses
assumed and adjusted all traffic data for effects - -
related to heavy vehicles.To adequately —
accommodate forecast traffic,improvements were --
recommended at intersections and roadways —�
nearby.The structure of a fee program was a _
identified in the study to guarantee traffic impact __
fees would implement the improvements as
cumulative need occurs. Preliminary cost estimates were provided to begin discussion regarding
magnitude of costs associated with circulation enhancements.
City of •n-Call Environmental Services
City•
Michael Baker has been retained by the City of
Lancaster to provide on-call environmental services for Y"
a diverse range of projects requiring CEQA and NEPA
clearance documentation. Notable projects include:
• EIR for the Avanti South Specific Plan,a planned "I
community with a mix of residential,commercial,
institutional/public service, and open space uses; it
• EA for the Kensington Campus to provide homeless support services including permanent
and transitional housing,shelter space,and supportive on-site services;
• EIR for the Lancaster 2030 General Plan Update;
• Downtown Lancaster Specific Plan EIR,a plan to transform and revitalize downtown
Lancaster with a mix of residential and commercial uses along with infrastructure improvements
including a road diet;
• North Downtown Lancaster Revitalization/Transit Village Plan EIR and EA to create a
framework for revitalization of the area including a mix of residential,commercial,institutional,
and park/recreation uses,and infrastructure improvements;and
• EAs for a variety of affordable housing projects including Arbor Gardens Senior Housing,
Jamboree Housing,and 40-unit housing project.
Page 128 rIMMIMM
INTERNATIONAL
1
CALIFORNIA
Like no place else.
—Pallm Springs
D . Local Exp ertise / mo
X �
a m
Exceptions0 -0Michael Baker '
On-Call Environmental Assessment (CEQA) Services
RFP #12-19 C)1, ,�rim.�
Like no place else
Section D Local Expertise/Exceptions
The Coachella Valley office was established in 1986 with the acquisition of the firm
Charles Haver&Associates located in the City of Palm Desert. The office is fully staffed
mil and currently provides professional engineering and surveying services for both public
agency and private sector clients.The firm utilizes its in-depth knowledge of local issues
and conditions combined with the strengthened and extended service available through
Michael Baker is ranked the numerous offices to provide a comprehensive approach to community planning,
3 en in eering rms. public works engineering and land development in the Coachella Valley Region.
engineering firms.
a C11Y of PRIM RESERI - License . _
Number 2017-063471
I'J 73-510 Fred Waring Drive Expiration Date 07/31/19
Palm Desert,CA 92260
760.346.0611
BUSINESS LICENSE
BUSINESS NAME:
MICHAEL BAKER INTERNATIONAL IN
BUSINESS LOCATION: CERTIFICATE
75410 GERALD FORD DR#100 NOT TRANSFERABLE
PALM DESERT,CA 92260
ya ENGINEERING SERVICES
' BUSINESS OWNER: j
MICHAEL BAKER INTERNATIONAL IN
' 5 HUTTON CENTRE DR STE 500
.p" SANTA ANA-CA 92707 The paNsn—is panned Ri trOA na cate paaa.o nce
and Porn*pro=of the M,ck ci code.this h rot an
endonem«M or+ne ocMNy..+a<edh:etie^o+<a^+p5pn<e. t
Exceptions to RFP or Sample Agreement
1.1 Scope of Services.
...consistent with this understanding, Consultant is the provider off;.s+,�class o�mand professional services...
...light of such status and experience,Consultant covenants that it shall follow the highest professional...
...phrase "highest professional standards"shall mean those standards of practice
observed by...
...circumstances("Standard of Care").
Explanation: Due to the potential for subjectivity in the use of terms such as"highest"and "first class",we
request a standard that is consistent with that used by the design professional industry.
3.1 Time of Essence.
...Time is of the essence in the performance of this Agreement, subject, however to the exercise of the Standard of
Care for performance of services.
Explanation: Most project delays are caused by circumstances outside of the consultant's control. When such
delays occur, it serves neither our firm or out client well to try to speed up services to make up for lost time.
The professional standard of care for performance of services must still be observed.
129
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
Iaa N IArlvl� R F P #12-19
CALI POR
Like no&ce else:"
5.1 Types of Insurance.
A. Errors and Omissions Insurance.
...($1,000,000.00) per Ge6HFFenee claim and two-million...
Explanation: As referenced above,the professional lability insurance commercially available to a design
professional firm comes only on a "per claim"basis.
(1) Strike
Explanation: As a national and international design professional firm working on complex projects,claims are
not at all unusual. For decades, Michael Baker has carried blanket insurance in amounts that will more than
adequately cover all of our clients and projects. The terms of Paragraph"(1)"may be applicable to small or
sole-proprietor firms, but not a large firm such as Michael Baker.
5.2 Deductibles and Self-Insured Retentions.
Clarification: For disclosure purposes under Section 5.2, Michael Baker has carried for over twelve years the
following deductibles,of which we request approval:$100,000 automobile;$250,000 CGL;$500,000 Workers
Compensation.
5.3 Other Insurance Requirements.
5.3.1 For any claims related to this Agreement, Consultant's commercial General Liability and Automobile
Liability coverage....
5.3.2 Except for Professional Liability insurance,any failure to comply with reporting or other provisions...
5.5 Verification of Coverage.
3.
" Language such as,...
Explanation: Current Standard Acord certificates contain the following statement regarding cancellation;
"Should any of the above described policies be canceled before the expiration date thereof,notice will be
delivered in accordance with the policy provisions." Our endorsements will provide the cancellation wording
which Paragraph 3 requires.
6.1 Strike
6.2
A Te the fullest exteAt p matted by law,Consultant shall indemnify,defeAd(at G,.ns-_Ir.,AVS Sell e-A-4-;3Rd_
expeRse), Gteet and hold harmless...
B. ...incur by reason of Indemnified Claims. UpOR Feel iest by aR'...A..., Rifie d Pai4y,GaRsultant..Nall d fe-Ad
Consultant's indemnification...
C. The Consultant shall require all^^R deSi .. ffef^«'^^sub-Consultants,used or sub-contracted by
Consultant...
...Indemnification Agreement adopting the indemnity provisions ` seetie 6-4 herein in favor of the...
...Indemnification Parties. In additions,Consultant shall require all sub-Consultants, ...
Page 130
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services RFP #12-19 Iro!M�rim�
Like no place else-
Explanation: As a design professional firm,we need to ensure that any duty to indemnify can be insured under
professional liability insurance which provides coverage to the extent of the policy-holder's negligence or
wrongdoing. For this reason,we request use of the indemnification clauses starting under Section 6.2,as
amended. Additionally,professional liability will not provide for hiring of defense counsel for any party except
the policy-holder,but will reimburse defense costs in the event professional liability coverage is triggered.
7.4 Release of Documents.
...released publicly without the prior written approval of the Contract Officer. Except for disclosure as is required by
law,all information...
Explanation: In the event a court order or other legal demand is received,the Consultant would have no choice
but to respond.
8.4 Default of Consultant.
A. Consultant's failure to comply with any material provision of this Agreement...
B. If the City Manager...
...designate,to cure the default by rendering satisfaetei:y performance in accordance with this Agreement. In the
event...
Explanation: There are clauses in this contract which it has been explained are outside of the consultant's
control to comply with (such as insurance terms). For this reason,we request that the term "material"be
added before the words"provision"under Paragraph A. Additionally,due to the potential for subjectivity in the
use of terms such as"satisfactory",we request modification to"rendering performance in accordance with this
Agreement."in Paragraph B.
8.8 Attorney Fees.
...Agreement results in litigation or any non-judicial proceeding,"each party shall bear its own
feaseflable-costs and expenses,including but not limited to reaseflable attorney fees,expert consultant fees,court
costs and all fees,costs,and expenses incurred in any appeal or in collection of anyjudgement entered in such
proceeding.
'to Isle the ailipig Pa Fty� ..I. litigatioA B eding F.
Explanation: In the interests of discouraging frivolous and unnecessary litigation,we request that each party
bear their own attorney's fees and court costs.
10.9 Waiver of Consequential Damages. Neither party shall have any claim or right against the other,whether in
contract,warranty,tort(including negligence),strict liability or otherwise, for any special, indirect, incidental, or
consequential damages of any kind or nature whatsoever,such as but not limited to loss of revenue, loss of profits
on revenue, loss of customers or contracts, loss of use of equipment or loss of data,work interruption, increased
cost of work or cost of any financing, howsoever caused,even if same were reasonably foreseeable.
Explanation: To reduce liability for both parties due to circumstances outside of both of our ability to control,
we request the addition of the clause above.
Page 131
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
IAA �rm� RFP #12-19
like no place else.
Appendix Forms
ATTACHMENT "A"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK
PROPOSAL(Envelope#1)*
REQUESTS FOR PROPOSALS (RFP) # 12-19
ON-CALL ENVIRONMENTAL ASSESSMENT(CEQA) SERVICES
SIGNATURE AUTHORIZATION
NAME OF COMPANY(PROPOSER):
Michael Baker International
BUSINESS
ADDRESS: 75-410 Gerald Ford Drive, Suite 100, Palm Desert, CA 92211
TELEPHONE: 760-346-7481 CELL PHONE FAX 760-346-8315
CONTACT PERSON Chris Alberts EMAIL ADDRESS calbertsPmbakerintl.com
A. I hereby certify that I have the authority to submit this Proposal to the City of Palm
Springs for the above listed individual or company. I certify that I have the authority to bind
myself/this company in a contract should I be successful in my proposal.
Chris Alberts,Vice President
PRINTE_4 NAME AND TITLE
4/15/2019
SIGNATURE AND DATE
B. The following information relates to the legal contractor listed above, whether an individual
or a company. Place check marks as appropriate.-
1. If successful, the contract language should refer to me/my company as:
An individual;
A partnership, Partners' names:
A company;
k A corporation If a corporation, organized in the state of:Pennsylvania
2. My tax identification number is: 25-1228638
Please check below IF your firm qualifies as a Local Business as defined in the RFP:
X A Local Business (licensed within the jurisdiction of the Coachella Valley).
Copy of current business license is required to be attached to this document.
A copy of our current Business License is provided in Section D, Local Expertise.
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by including the
acknowledgment with your proposal. Failure to acknowledge the Addenda issued may result in your
proposal being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addenda:
Addendurni# 1 is/are hereby acknowledged.
32
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
R FP #12-19 a t,
CALIFORNIA J
Like no place else
ATTACHMENT "B"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICAL/WORK PROPOSAL
(Envelope#1)*
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY
PROPOSER AND SUBMITTED WITH PROPOSAL
STATE OF CALIFORNIA)ss
COUNTY OF
an no
The undersigned,being first duly sworn,deposes and says that he or she is Chris Alberts, Vice
President of Michael Baker International . the party making the foregoing
Proposal. That the Proposal is not made in the interests of,or on the behalf of,any undisclosed person,
partnership, company, association, organization, or corporation; that the Proposal is genuine and not
collusive or sham; that the Proposer has not directly or indirectly induced or solicited any other
Proposer to put in a false or sham Proposal, and has not directly or indirectly colluded, conspired,
connived, or agreed with any Proposer or anyone else to put in a sham Proposal, or that anyone shall
refrain from Proposing; that the Proposer has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the Proposal price of the Proposer or any
other Proposer, or to fix any overhead, profit, or cost element of the Proposal price, or of that of any
other Proposer, or to secure any advantage against the public body awarding the contract of anyone
interested in the proposed contract;that all statements contained in the Proposal are true;and,further,
that the Proposer has not,directly or indirectly,submitted his or her Proposal price or any breakdown
thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not
pay, any fee to any corporation, partnership, company,association, organization, Proposal depository,
or any other member or agent thereof to effectuate a collusive or sham Proposal.
Chris Alberts
Title: Vice President
Subscribed and sworn to before me this 15`h day of April 2019,
33
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
rm� RFP #12-19
CALIFORNIA
Like no place else:`
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of San Bernardino
On April 15, 2019 before me, Maria Antonieta Medel
(insert name and title of the officer)
personally appeared Christopher Alberts -----------------------------------------------------
who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the
person(s), or the entity upon behalf of which the person(s)acted,executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. MARIAANTONIETAMEOEL
tc Notary Pu6!ic•California
San Bernardino County
Commission 0 2250493
My Comm.Expires Aug 16,2022
Signature (Seal)
Page 34
I N T E R N A T 1 0 N A L
On-Call Environmental Assessment (CEQA) Services
R F P #12-19 IAA lM� 1�1 �
CALIfORNtA
Like no place else
ATTACHMENT "D"
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR TECHNICALMlORK
PROPOSAL(Envelope#1)*
CITY OF PALM SPRINGS, CA
CONFLICT OF INTEREST AND NON-DISCRIMINATION
CERTIFICATION
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.
Covenant Against Discrimination. In connection vvith 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.
NAME OF CONSULTANT/VENDOR: Michael Baker International
NAME and TITLE of Authorized Representative:
(Print) Chris Alberts,Vice President
Signature an at f Authorized Rapr� entative:
t
(Sign) (Date) April 15, 2019
u F 135
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
Ida Uil�rin� RFP #12-19
Like no place else'"
QPLM Sp
PUBLIC INTEGRITY DISCLOSURE
APPLICANT DISCLOSURE FORM
CQI IFORN�P
1. Name of Entity
Michael Baker International
2. Address of lldntiVttPrinciple Place of Business)
rs
500 Grant Street,Suite 5400
Pittsburgh, PA 15219
3. Local or California Address(if different than#2)
75-410 Gerald Ford Drive, Suite 100
Palm Desert,CA 92211
4. State where Entity is Registered with Secretary of State
Pennsylvania
If other than California, is the Entity also registered in California? "Yes 0 No
5. Type of Entity
®Corporation ❑Limited Liability Company ❑Partnership ❑Trust ❑Other(please specify)
6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify)
Note: if any response is not a natural person, please identify all officers, directors,
members, managers and other fiduciaries for the member, manager, trust or other entity
Brian Lutes, President&CEO _ ❑Officer ❑Director ❑Member ❑Manager
[name]
❑General Partner ❑Limited Partner
❑Other
Dale Spaulding, Chief Operating Officer ❑(Officer ❑Director ❑Member ❑Manager
[name]
❑General Partner ❑Limited Partner
❑Other
Leanna Anderson,Chief Communications Officer [Officer ❑Director ❑Member ❑Manager
[name]
James McKnight,Chief Legal Officer General Partner El Limited Partner
Ted Williams,Chief Financial Officer Penny Mercandante,Chief Human Resources Officer
David Boone, PE, Chief Growth Officer Martin Minder,Chief Technology Officer
w 36
INTERNATIONAL
On-Call Environmental Assessment (CEQA) Services
RFP #12-19 1�v16115 �
CALIFORNIA J
Like no place else'
Other
7. Owners/Investors with a 50/. beneficial interest in the Applicant Entity or a related entity
EXAMPLE
JANE DOE 50%, ABC COMPANY, Inc.
[name of owner/investor] [percentage of beneficial interest in entity
and name of entity]
A.
Michael Baker International Holdco Corporation 100%ownership of Michael Baker
International, Inc.
[name of owner/investor] [percentage of beneficial interest in
entity and name of entity)
B.
Michael Baker International,LLC 100%ownership of Michael Baker International
Holdco Corporation
[name of owner/investor] [percentage of beneficial interest in
entity and name of entity]
C.
DC Capital Partners, LLC 100%ownership of Michael Baker International,LLC
[name of owner/investor] (percentage of beneficial interest in
entity and name of entity)
D.
[name of owner/investor] (percentage of beneficial interest in
entity and name of entity)
E.
[name of owner/investor] [percentage of beneficial interest in entity
and name of entity]
I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF
CALIFORNIA Tk;AT THE FOREGOING IS TRUE AND CORRECT.
Signature/ 1)�iodcsing Party, Primed �.'ame, T'le mate
stop . Afbe Aprll it)
Vice President
P a g i 37
INTERNATIONAL
halm Springs
Carlsbad Ontario
5050 Avenida Encinas,Suite 260 3536 Concours,Suite 100
arlsbad,CA 92008 Ontario,CA 91764
hone: 760-476.9193 Phone:909-974-4900
Fax:760-476-9198 Fax:909-974-4004
Santa Ana/Irvine Palm Desert
S Hutton Center Drive,Suite SOO 75-410 Gerald Ford Drive,Suite 100
Santa Ana,CA 92707 Palm Desert,CA 92211
Phone:949.472-3505 Phone:760-346-7481
Fax:949-472-8373 Fax:760-346-8315
Long Beach San Diego
3760 Kilroy Airport Way,Suite 270 97SS Clairemont Mesa Boulevard,Suite 100
Long Beach,CA 90806 San Diego,CA 92124
Phone: 562-200-7165 Phone:858-614-5000
Fax: 562-200-7166 Fax:858-614-5061
Los Angeles Temecula
801 South Grand Avenue,Suite 2S0 40810 County Center Drive,Suite 200
Los Angeles,CA 90017 Temecula,CA 92591
Phone: 213-250-7359 Phone:951-676-8042
Fax:951-676-7240
Southern California Office Locations
Michael Baker
x
75-410 Gerald Ford Drive,Suite 100
We Make A Difference
Palm Desert,CA 92211
aelBaker
Ph 760-346-7481 Fx.760-346-8315
vvww.mbakerintl.com I H T E R N A T t O H A l
EXHIBIT"D"
SCHEDULE OF COMPENSATION
Page 48 of 49
ATTACHMENT "C"
COST PROPOSAL/RATES
*THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR COST PROPOSAL(Envelope#2)*
*If necessary, you may attach additional sheets.
REQUEST FOR PROPOSAL (RFP #12-19)
ON-CALL ENVIRONMENTAL ASSESSMENT (CEQA) SERVICES
Responding to Request for Proposal No. 12-19 for providing on-call Environmental Assessment
Services, I/WE the undersigned will accept the following hourly rates and other costs as defined, for
providing the services as defined within the Scope of Services:
PRIM CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE:
Michael Baker International
Principal In Charge/Senior Principal $325.00
Program Manager $275.00
Project Manager $245.00
Technical Manager $220.00
Senior Planner/Environmental $190.00
Biologist $180.00
Project Planner $165.00
Environmental Specialist $155.00
Planner/Project Coordinator $130.00
�ffice Support/Clerical $ 85.00
SUB CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE:
BCR Consulting
Principal Investigator $120.00
Project Manager $100.00
Field Archaeologist/Monitor $ 85.00
Field Paleontologist/Monitor $ 65.00
Historian/Researcher $ 65.00
Graphics $ 65.00
Word Processing $ 60.00
Production $ 60.00
SUB CONSULTANT PERSONNEL CLASSIFICATION/TITLE: HOURLY RATE:
Petra Geotechnical
Senior Principal $245.00
Principal $220.00
Fault Hazard Specialist $215.00
Senior Associate $200.00
Page 1 of 3
Senior Project Manager $185.00
Project Manager $165.00
Senior Staff $155.00
Staff $130.00
Assistant $120.00
Field Technician $130.00
Laboratory Technician $116.00
Draftsperson $115.00
lerical $ 75.00
Reimbursable Expenses the City will be charged (if any) must be identified below: (note that
consultants may not charge the city for any expenses that are not defined this Cost Proposal
and included in the final Schedule of Compensation as mutually agreed to in the contract, if
awarded*).
REIMBURSABLE EXPENSE: Cost/Rate:
Michael Baker
Copy/Print(8'/z x 1 I —B/W) $ 0.04
Copy/Print(I I x 17—B/W) $ 0.08
Copy/Print(8'/z x 1 I —Color) $ 0.17
Copy/Print(I I x 17—Color) $ 0.34
Plot(B/W)(per square foot) $ 0.18 / sf
Plot(Color)(per square foot $ 0.79/sf
Mileage $ Current Federal Rate
CR Expenses
Per Diem $ 45.00 / day
Mileage $ 0.56 / mile
Lodging $ 100.00/da
Petra Geotechnical
See attached Laboratory Services Fee Schedule
Copy Rate $ 0.35/sheet
Postage/Shipping $ Cost + 20%
PDF File Transmittal $ 20.00/file J
Any other expenses, not otherwise defined above, that the City would be charged in the
performance of the scope of services (if any) must be identified below: (note that
consultants may not charge the city for any expenses that are not defined this Cost Proposal
and included in the final Schedule of Compensation as mutually agreed to in the contract, if
awarded*).
Page 2 of 3
OTHER EXPENSES: Cost/Rate:
PRICING FOR INITIAL 3 YEAR TERM AND CPI ADJUSTMENTS FOR OPTIONAL RENEWALS:
For the initial three (3) years of the Agreement term, the hourly rates and other unit costs are fixed.
For optional years 4 and 5, Consultant may request a price adjustment not to exceed the Bureau of
Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12
month period effective on the anniversary date. Optional renewal years 4 and 5, and any
associated CPI increase, are at the mutual consent of the City and the Contractor.
NOTE: This page MUST be manually signed,
Certified by: Michael a International
Firm
g a ure of Authorized Person
Christopher Alberts
Printed Name
Vice President
Title
April 15,2019
Date
Page 3 of 3
STANDARD FEE SCHEDULE
SOILS LABORATORY TESTING/COMPANY EQUIPMENT
January 1, 2019
Soil Testing
Moisture Content Determination(ASTM 2216) $ 12.00
Moisture Content/Density-Rings(ASTM D2937) $ 16.00
Organic Content(ASTM D2974) $ 75.00
Atterberg Limits(ASTM D4318) $ 170.00
Atterberg Limits-Non-Plastic $ 45.00
Shrinkage Limit(ASTM D4943) $ 70.00
Specific Gravity-Coarse Aggregates(ASTM C127) $ 95.00
Specific Gravity-Fine Aggregates(C128) $ 100.00
Specific Gravity-Soils(ASTM D854) $ 105.00
Sand Equivalent(ASTM D2419) $ 100.00
Sieve Analysis-Wash Over#200(ASTM D1140) $ 70.00
Sieve Analysis-Coarse or Fine,no Wash(ASTM C136) $ 150.00
Sieve Analysis-Coarse and Fine,with Wash(ASTM C136) $ 160.00
Sieve Analysis-Aggregate Base(ASTM C136) $ 180.00
Hydrometer-with Fine Sieve(ASTM D422) $ 225.00
Hydrometer-with Coarse and Fine Sieves(ASTM D422) $ 250.00
Maximum Density/Optimum Moisture-4"Mold(ASTM D1557) $ 235.00
Maximum Density/Optimum Moisture-6"Mold(ASTM D1557) $ 260.00
Maximum Density/Optimum Moisture,with Rock Correction(ASTM D1557/D4718) $ 285.00
Maximum Density/Optimum Moisture-Single Check Point $ 100.00
Maximum Density/Optimum Moisture(CTM 216) $ 230.00
Maximum Density/Optimum Moisture-Soil Cement(ASTM D558) $ 285.00
pH(CTM 643) $ 40.00
Resistivity(CTM 643) $ 80.00
Soluble Sulfate Content(CTM 417) $ 65.00
Soluble Chloride Content(CTM 422) $ 65.00
Expansion Index(ASTM D4829) $ 130.00
Consolidation-10 Points(ASTM D2435) $ 210.00
Consolidation-10 Points + One Rebound/Recompression Loop(ASTM D2435) $ 240.00
Consolidations-Time Readings for One Load(ASTM D2435) $ 65.00
Swell/Collapse Potential-Single Load(ASTM D4546) $ 125.00
Swell/Collapse Potential-8 Points(ASTM D4546) $ 215.00
Sample Remolding(One Ring) $ 25.00
Sample Remolding(Set of Three Rings) $ 60.00
Direct Shear(ASTM D3080) $ 275.00
Direct Shear-Reshear(ASTM D3080) $ 375.00
Unconfined Compression of Soils/Rock(ASTM D2166/D7012) $ 150.00
Unconfined Compression of Soil Cement/Lime,Chemical Grouts(ASTM D 1633/D5102/D4219) $ 65.00
Point Load Strength Index of Rock(ASTM D5731) $ 115.00
Permeability-Falling Head(ASTM D2434) $ 365.00
Concrete Cylinder Compression(ASTM C39) $ 25.00
Concrete Flexural Beams{6'x 6'x 18'}(ASTM C78) $ 85.00
Laboratory Technician $ 106.00/hr.
Senior Laboratory Technician $ 116.00/hr.
Laboratory Manager $ 135.00/hr.
Equipment
Nuclear Gauge $7.50/day
Sand Cone $20.00/day
Moisture Sampling Probe/Drive Tubes $7.50/day
Percolation/Infiltration Equipment $25.00/day
Digital Manometer $ 25.00day
Flame/Photo-lonization Detector(FID/PID) $35.00/day
InclinometerNibration Monitoring Device $45.00/day
Purging Pump $ 25.00/day
Augering/Sampling Equipment S 35.00/day
Concrete Sampling/Testing Equipment $ 15.00/day
PETRA SOLID ASAROCK